Oxygen Tenders

Ministry Of Science And Technology Cotabato City Maguindan Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description 1 Lot A. Coffee Roasting Machine * Roasting Capacity: 8-10kg/h * Drum Materials: Stainless Steel 304 * Body Material: Stainless Steel Grade 304 (food Contact) * Additional Accessories: * Include 2 Pcs Filled Lpg Tank 11kg 1 Lot B. Fresh Coffee Huller Machine * Powered: Diesel Engine 10hp * Power Consumption: 1.2kw * Processing Capacity; (70-100kg)/h * Dimensions (lxhxw): 580x435x1150mm * Weight: 40kg 1 Lot C. Coffee Pulper Machine * Powered Source: Diesel Engine 10hp * Overall Dimensions (lxwxh)(mm): 795x610x887 * Pulping Chamber * Material: Stainless Steel 304 * Thickness: 1.28 Mm Discharge Outlet * Material: Stainless Steel 304 * Location: Left Side Of Pulping Chamber *dimensions (lxwxh) (mm): 281x141x327 Pulp Outlet * Material: Stainless Steel 304 * Location: Bottom Of The Pulping Chamber. * Safety Features: Belt Cover * Prime Mover * Cooling System: Air-cooled Starting System: Rope-recoil Starter 1 Lot D. Portable Coffee Moisture Meter * Operating Range Temperature: 32-113f(0-45c) 1 Lot E. Coffee Grinder (single Phase) * Power Source: Electric Operated * Voltage: 220v, Single Phase * Material: Stainless Steel (direct Food Contact) * Size (lxwxh): 12x12x24 Inches 1 Lot F. Sealer Machine (single Phase) * Material: Stainless Steel Grade 304 * Temperature Control: 0 - 300°c (572°f) * Power Consumption: 650w, 220v, Single Phase * Sealing Speed: At Least 6 Meters Per Minute * Conveyor Height: 4.5 To 10.5 Inches (adjustable) * Bag Size Compatibility: * Biggest Bag Size: 11inch Bag * Smallest Bag Size: 5inch Bag * Machine Size (lxwxh): 840x380x320mm Name Of Beneficiary Bangsamoro J4 Biaf Farmers Marketing Cooperative Place Of Delivery Brgy. Macasampen, Guindulungan, Maguindanao Del Sur 9 Lot A. Bakery Stationary Oven Type: • Lpg Operated • Dimension (lxwxh): (57x54x 30inch) • Tray Size: 18x13inches (standard Planza) • Additional Features: • Removable Assembled Stand • Built-in Thermometer • Safe Pilot Knob • Wood Door Handler • Material: Hard And Thick Stainless Steel Food Grade. 9 Lot B. Dough Roller Machine • Voltage: 220v • Motor Power: 2hp • Mechanism: • High-quality Cast-iron Rollers • Bushings, V-type Pulley, And Chain-driven Mechanism • Stainless Steel Sprocket Housings • Emergency Foot Brake For Safety • Size (hxwxd): 40x40x44 Inch • Roller Cylinder Size: 4.5” Diameter X 16.25” Long 9 Lot C. Stainless Steel Working Table • Material: Stainless Steel Frame & Body (type 316, Heavy Duty, 18gauge) • Dimension (lxwxh): 72 X 36 X 32inches • Features: • Double Layer Construction • Entire Top Surface Machine Polished To Satin Finish 9 Lot D. Commercial Mixer Stainless Steel (single Phase) • Voltage: 220v (single Phase) • Power (w):1500w • Capacity: 15kg • Material: Stainless Steel (food Grade) • Dimension: 76x93x92cm • Knife Type: Round Knife 9 Lot E. Noodle Maker Dough Roller Presser Machine (single Phase • Voltage: 220v, Single Phase • Power: 550w • Materials: Stainless Steel (food Grade) • Dimension (lxwxh): 34x22x32cm • Dough Stick Length: 29.2cm • Thickness Adjustable Range:2mm-12mm: • Motor Speed: 68rpm • Weight:63kg. 10 Lot F. Peanut Butter Grinder (single Phase) • Voltage:220v • Power:1100w • Material: Stainless Steel Food Grade • Dimension (lxwxh): (270 X 270 X 640 Mm) • Weight:23 Kg 9 Lot G. Food Storage • Movable Bread Display Cabinet • Dimension: (lxwxh)200x76x160cm • Material: Transparent Acrylic Type Food Grade • Product Features: • 3-tier Design • Recycled Wood Base • Can Be Used As Attendant Or Self-serve • Bread Rock (collapsible) • Dimension: Size (lxwxh): 48x60x168cm • Material: Stainless Steel Frame (food Grade) • Capacity: 15 Layers Cooling Bread Rack With Tray 9 Lot H. Bread Slicer (single Phase) • Voltage: 220v • Power: 370kw (0.37kw) • Bread Baffle: 390-110mm Adjustable • One Bottom Start Switch: Convenient For Operation • Deeding And Discharging Plate: Stainless Steel (food Grade) • Slice Range: • Wide: 380mm • Narrow: 125mm • Weight: 60kg 9 L0t I. Upright Freezer • Dimension (hxwxl): 194cmx83cmx79cm • Voltage: 220v • Wattage: 230w • Size (hxwxl): 194cmx83cmx79cm • Capacity: 21 Cu. Ft. • Features: • Inverter Technology: Hd Inverter • R600a Refrigerant • 5 Heavy Duty Wire Shelves • 1 Bottom Drawer • Eco Led Light • Stainless Look Door • Color: Gray • Type A- 2 Flat Prong Plug • Weight (kg):83k 10 Lot J. Washing Facility Single Phase (complete Set) Includes: • Water Supply System • Water Storage Tank 1500l, Pe Vertical Blue • Water Pump Motor: 2h.p, 1100w 220v, Single Phase,60hz • Pneumatic Pu Polyurethane Pipe: (½” (13 Mm), ¾” (19 Mm) And 1” (25 Mm). • Stainless Steel Washing Sink (double Hole With Fouche). • Material: Aisi Stainless Steel 304 • Dimension: 120cm*60cm*80cm • Thickness: 0.8-1.0mm • High Quality Kitchen Stainless Steel Faucet • Height 19-inches • Reach: 10 Inches • Flow Rate: 1.8 Gallons Per Minute • Features: Pull-down Sprayer, Built-in Water Filter, 360 Degree Celsius, Dual-function Sprayer. • Finish Type: Brushed • Materials: Stainless Steel, Metal, Zinc Name Of Beneficiary Al-amanah Farmers Association Place Of Delivery Brgy. Salama, Banisilan, North Cotabato 7 Lot Upgrading Of Coconut Oil Products-vco Coconut Oil Press Machine (single Phase) • Capacity: 50-75kg/h Range • Dimension (lxwxh):140x86x126cm • Function: Making Edible Oil Screw Oil Expeller) • Material: Stainless Steel 304 (direct Food Contact) • Core Components: Motor, Pressure Vessel, Pump, Plc, Gear, Bearing, Engine, Gearbox. • Voltage: 220v (single Phase) 7 Lot Production And Processing Facility Electric Coconut Grater Machine (15pcs) • Motor Power: O.5hp,220v, Single Phase • Current: 4.69a • Speed: 1680 R/min • Material: Stainless Steel Food Contact Stainless Steel Working Table (8pcs) • Material: Type 316 Stainless Steel, 18 Gauge, Reinforced For Durability • Dimension (wdh): 72" X 36" X 32" Features: • Machine Polished To Satin Finish • Hemmed Edged Provide Strength And Safety • Die Cast Reinforced Leg Sockets For Stability • 1-year Warranty Working Hygiene Kits (14 Set) • Working Gloves (100pcs) • Apron 100 Pcs, • Hairnet 100pcs • Head Cap/net (100pcs) • Facemask (100) Packs • Boots (14pairs) Cooking Utensils Facility Includes: • 14 Pcsheavy Duty High Pressure Burner With Lpg System • 14 Pcs Filled Lpg Tanks (11kg Each) • 14 Pcs Cooking Pot 20l Capacity • 14 Pcs Stainless Steel Food Container 20l Capacity Cooking Oil Container W/faucet (14pcs) • Capacity: 100l • Materials: Stainless Steel Food Grade • Thickness: 1.2mm Minimum • Includes: Cover Double Boiler Stainless Steel Heavy Duty (14 Pcs) • Capacity: 12 Quarts • Materials: Commercial Grade Heavy Gauge Stainless Steel • Features: Encapsulated Bottom For Even Heat Distribution Stainless Steel Cooking Wok Heavy Duty (14pcs) • Size: 70cm Diameter • 3mm Thickness Stainless Steel (food Grade) Cooking Oil Container (different Sizes) • 1500pcs Bottle With Cap (1l) • 1500pcs 350ml Plastic Bottle • 20pcs Cooking Oil Gallons (20l) • Stainless Steel Pot (10l,20l) • Stainless Steel Food Container Colander (various Sizes) 2 Lot Manual Coconut Milk Presser (single Phase) • Type: Hydraulic Jack-type Coconut Presser • Capacity: 10-15kls Per Load • Materials: Stainless Steel 304 (food Contact) Washing Facility (single Phase, Complete Set) Includes: • Water Supply System • Water Storage Tank 1500l, Pe Vertical Blue • Water Pump Motor: 2h.p, 1100w 220v, Single Phase,60hz • Pneumatic Pu Polyurethane Pipe: (½” (13 Mm), ¾” (19 Mm) And 1” (25 Mm). • Stainless Steel Washing Sink (double Hole With Fouche). • Material: Aisi Stainless Steel 304 • Dimension: 120cm*60cm*80cm • Thickness: 0.8-1.0mm • High Quality Kitchen Stainless Steel Faucet • Height 19-inches • Reach: 10 Inches • Flow Rate: 1.8 Gallons Per Minute • Features: Pull-down Sprayer, Built-in Water Filter, • 360 Degree Celsius, Dual-function Sprayer. • Finish Type: Brushed • Materials: Stainless Steel, Metal, Zinc 7 Lot Stainless Steel Bag Filter Housing Coconut Oil • Dimension: (lxwxh): 40x40x120cm • Capacity: 20l • Maximum Vacuum: 0.098mpa • Funnel Type: Buchner Funnel • Materials: Stainless Steel Pp • Funnel: Stainless Steel & Polypropylene (pp) • Filter Bottle: High Borosilicate Gg3.3 6-8mm Thick) • Drain Valve Assembly: Glass & Ptfe Combination Name Of Beneficiary Kambago-bago Marketing Cooperative Place Of Delivery Brgy. Datu Sabir, Marawi City 1 Lot Automatic Ice Candy Packaging Machine Specifications: (all Single Phase) * Packing Speed:30-80 Bags/min * Packing Range: 5-300ml * Maximum Bag Width: 280mm * Making Bag Size (lxw): 50-330mmx15-130mm * Filling Volume: 5-330ml * Seal Type: Pillow Seal * Power:1.6kw, 220v, Single Phase * Machine Weight:200-250kg * Machine Dimensions (wxh): 80x180cm * Packaging Materials: Composite Materials * Operating Panel: Touch Screen 1 Name Of Beneficiary Sumping Putih Women Association Place Of Delivery Barangay Tumakid, Lamitan City, Basilan 1 Lot Cassava Grinder Machine * Voltage: 220v Single Phase * Power: 2.2hp * Weigth:80-100kg * Size (lxwxh): 540mmx380mmx870mm * Motor Speed: 2800rpm * Drum Diameter: 180mm * Roller Length: 390mm * Material: Stainless Steel Food Grade 304 1 Lot Cassava Grinder Machine Descriptions: * Power Source: Gas Engine Operated: 6.5hp Heavy Duty * Material: Stainless Steel 304 (food Grade) * Size (lxwxh): 540mmx380mmx870mm * Motor Speed: 2800rpm * Drum Diameter: 180mm * Roller Length: 390mm 1 Lot Cassava And Fruits Peeling Machine Specification: * Power: 0.7kw,220v, Single Phase * Capacity: 100-300kg/h (kg) * Dimension (lxwxh):135x85x110cm * Materials: Stainless Steel 304 1 Lot Washing Facility Single Phase (complete Set) * Includes: * Water Supply System * Water Storage Tank 1500l, Pe Vertical Blue * Water Pump Motor: 2h.p, 1100w 220v, Single Phase,60hz * Pneumatic Pu Polyurethane Pipe: (½” (13 Mm), ¾” (19 Mm) And 1” (25 Mm). 1 Lot Stainless Steel Washing Sink (double Hole With Fouche). * Material: Aisi Stainless Steel 304 * Dimension: 120cm*60cm*80cm * Thickness: 0.8-1.0mm High Quality Kitchen Stainless Steel Faucet * Height 19-inches * Reach: 10 Inches * Flow Rate: 1.8 Gallons Per Minute * Features: Pull-down Sprayer, Built-in Water Filter, Sprayer. * 360 Degree Celsius, Dual-function Sprayer., Finish Type: Brushed * Materials: Stainless Steel, Metal, Zinc Name Of Beneficiary Pagalad Producer S Cooperative Place Of Delivery Brgy. Poblacion, Barira, Maguindanao Del Norte 3 Lot Heavy Duty Welding Machine Specification Of Items (all Single Phase) * Rated Current: 300a * Coil Type: Pure Copper Coil Arc Welding Machine * Voltage: 220v, Single Phase * Type: A.c Arc Welders * Rated Primary Input: 25kva * Power Consumption: 13kw * Frequency: 60hz 3 Lot Cut Off Rotating Machine * Power: 2,000w * Voltage: 220v, Single Phase * Cutting Capacity * Rectangle: 158x80mm * Square: 100x100mm * L Profile: 110x110mm * Square 45degrees Mitre: 85x85mm * L-profile 45degrees Mitre: 85x85mm * Dimensions (wxlxh): 327x517x383mm * Weight: 20-25kg * Sound Power Level: 113db(a) 3 Lot Angle Grinder * Power: 1100w * Motor Speed: 11,000rpm * Disc Type (diameter): 125mm * Voltage: 220v, Single Phase * Weight 2.1kg * Length: 22mm 3 Lot Arc Welder Machine (handy, Single Phase) * Rated Max. Current: 200a * Input Voltage: Ac220, Single Phase * Rated Duty Cycle: 50% * Rated Input Capacity: 5,6kva * Electrode Diameter: 2. /-2.5mm 3 Lot Portable Acetylene Welding Torch Kit Product Description * Material: Brass Torch, Poly Carrier * Regulator Types * Oxygen Regulator Type: (cga540) * Acetylene Regulator Type: (cga200) * Nozzle Size(s): * Cutting: #0-3-101 * Welding: #0 * Hose Length: 12-feet, 6-inch * Cutting Capacity: 1/2" * Welding Capacity: 3/16" * Fuel Type: Oxygen/acetylene 3 Lot Package Includes: * 2 4l Oxygen Cylinder (empty) * 2 2l Acetylene Cylinder (empty) * 2 Oxygen Regulator * 2 Acetylene Regulator * 2 Cutting Nozzle * 2 Two-colored Tube With Coupling * 2 Safety Goggle * 2 Igniter-equipment * 2 Cylinder Holder * 2 Spanner * 4 Welding Nozzles * 1 X User Manual 3 Lot Air Compressor (belt-driven, Single Phase, 8bar 200l * No-load Speed: 980rpm * Tank Capacity: 200lmax * Max. Pressure: 8 Bar * Voltage Rating: 220v,60hz, Single Phase * Air Displacement: 250l/min. Weight: 88kg 3 Lot Diesel Engine Generator * Voltage: 220v, Single Phase * Power Output: 7.5kva * Engine Speed:360rpm * Noise Level: 100% Cooper Coil For Efficiency * Starting System: Electric Start * Maximum Output Power: 10-16hp Range * Dry Weight(kg): 80-100kls 3 Lothammer Drill (single Phase) * Power: 800 W * Voltage: 220v, Single Phase * Drilling Capacity * Concrete: 28 Mm (1-1/8″) * Steel: 13 Mm (1/2″) * Wood: 32 Mm (1-1/4″) * Blows Per Minute: 0 – 4500 Bpm * Features: * Double Insulation * Variable Speed * Reversible Rotation * Dimension: 1.91 × 34.93 × 12.7 Cm * Weight: 3.4kg Name Of Beneficiary Bravo Company National Farmers Coop. Cluster 4 Place Of Delivery Brgy. Ambolodto, Datu Odin Sinsuat, Maguindanao Norte 2 Lot Upgrading Of Banana Chips Products-processing Equipment’s Banana Slicers (single Phase) Specifications Of Items (all Single Phase) * Voltage: 220v, Single Phase * Power: 1.1kw * Capacity: 30-50 Kg/h * Cutting Size: * Slice 1.5-4mm & 2-4mm * Cutting Method: Centrifugal * Dimension (lxwxh): 650x480x850mm * Material: Stainless Steel (food Grade) 2 Lot Generator Set * Voltage: 220v, Single Phase * Power Output: 7.5kva * Engine Speed:360rpm * Noise Level: 100% Cooper Coil For Efficiency * Starting System: Electric Start * Maximum Output Power: 10-16hp Range * Dry Weight(kg): 80-100kls 2 Lot Washing Facility Single Phase (complete Set) * Includes: * Water Supply System * Water Storage Tank 1500l, Pe Vertical Blue * Water Pump Motor: 2h.p, 1100w 220v, Single Phase,60hz * Pneumatic Pu Polyurethane Pipe: (½” (13 Mm), ¾” (19 Mm) And 1” (25 Mm). 2 Lot Stainless Steel Washing Sink (double Hole With Fouche). * Material: Aisi Stainless Steel 304 * Dimension: 120cm*60cm*80cm * Thickness: 0.8-1.0mm High Quality Kitchen Stainless Steel Faucet * Height 19-inches * Reach: 10 Inches * Flow Rate: 1.8 Gallons Per Minute * Features: Pull-down Sprayer, Built-in Water Filter, 360 Degree Celsius, Dual-function Sprayer. * Finish Type: Brushed * Materials: Stainless Steel, Metal, Zinc 2 Lot Production Facility (single Phase) Electric Deep Fryer (2pcs) * Voltage: 220v 60hz, Single Phase * Power: 2500w * Temperature Range: 50-200°c * Dimension (lxwxh): 28x44x32cm * Basket Size (lxwxh): 17x20x10cm * Oil Pan Size (lxwxh): 23x28x15cm * Material: Stainless Steel * Heater: 3-u Shape Stainless Steel Working Table * Quantity: 1 Unit * Material: Heavy-duty Type 316 Stainless Steel *dimension (lxwxh): 72" X 36" X 32" * Features: *reinforce Frame Exceeding Industry Standards *hemmed Edged For Strength And Safety * Die Cast Reinforced Leg Sockets For Stability *satin-polished Machine Finish 1 Lot Chest Freezer * Quantity: 1 Unit * Capacity: 7.5 Cu Ft * Input Power: 305w * Voltage: 220v, Single Phase * Dimensions: (hxwxd) 35.75x65.25x29 Inch * Features: * Manual Temp Control * Fast Freezing Function * Wire Rack Storage * Aluminum Inner Liner For Insulation * Eco-friendly Refrigerant * Key Lock Security * Removable Gasket Gas Kalan * Material: Metal Heavy Duty * Includes: * 2pcs Filled Lpg Tank 11kg * 2 Lpg Regulator With Hose Cooking Wok *quantities: * 2pcs 5-10l Capacity * 2 Pcs15-20l: Capacity * Features: * Riveted Die-cast Stainless Steel Handles And Knobs * Tempered Glass Lid With Air Vent * Material: Stainless Steel Food Grade 1 Lot Food Container *: 15-21l Capacity (2pcs) *: 21-25l Capacity (2pcs) * Material: Stainless Steel Food Grade Foot Seller Machine (single Phase) * Voltage: 220v, Single Phase * Power: 1200w * Sealing Width: 2mm * Sealing Length: 400mm * Dimension (lxwxh): 80x40x30cm Weight: 8 Kg Name Of Beneficiary Alpha Bravo National Farmers Coop. Cluster 3 Place Of Delivery Brgy. Poblacion, Datu Piang, Maguindanao Sur 2 Lot Fish Deboning Machine (single Phase) * Voltage: 220v, Single Phase * Power: 2.2kw * Materials: Stainless Steel Food Grade * Dimension: (lxwxh): 850x650x910mm * Weight: 100-150kg * Customized 2 Lot Production And Packaging Facility * Stainless Working Table (two-layer) * Dimension: (lxwxh)1500x600x850mm * Material: Stainless Steel Food Grade 1 Lot Mixing Bowls With Lids Set Of 5, Stainless Steel Sizes: * 0.63 Qt (diameter 6.4":) * 1.5 Qt (diameter 7.09) * 2qt (diameter 7.7”) * 3 Qt (diameter 8.5") * 5 Qt (diameter 10.12") 5 Lot Features: * Heavy Gauge Stainless Steel * Rust And Dent Resistant * Non-slip Silicone Bottom For Stability * Dishwasher & Refrigerator & Freezer Safe * Material: Stainless Steel Food Grade Stainless Steel Double Handle Wok * Size (wxh): 45cmx17cm * Material: Stainless Steel (food Grade) * Design: Double-handle Round Bottom, Suitable For Gas-stoves Colander Set (3-piece, Stainless Steel) Sizes: * 40.5x28.5x9.5cm * 34x22.5x8.5cm * 27x16.5x8cm Features: * Non-slip 3-legged Base For Natural Draining * High-temp Welding For Durability Cutting/chopping Board (plastic, Heavy Duty) Specifications: 1. Sizes: * 5 Pcs Round 29cm Diameterx6cm Height. * 5pcs Rectangle Chapping Board 28cmx17cmx2cm * Features: * Food Grade Pp Material * Anti-slip And Wear-resistant Kitchen Shears * Size (wxdxh): 3.25x1x8.5 Inch * Features: * Curved And Serrated Blades * High-quality Stainless Steel * Heavy Duty Butcher Knife Set Size: * 6pcs-10-inch Knives * 6pcs-6-inch Knives * Materials: Heavy Duty Stainless Steel Heavy Duty Fish Crate Heavy Duty (hdpe, Set Of 2 Size: (lxwxh): 73.5x52x31cm * Materials: High Density Polyethylene (hdpe) Impulse Heat Sealer Heavy Duty (single Phase) * Power: 400w * Voltage:220v * Built-in Led Indicator * Sealing Size: 12inches Household Scales (60kls Capacity, Mechanical) Commercial Digital Scale (heavy Duty, Single Phase) * Voltage: 220v * Plate Size: 300x230 Mm * Backlit Lcd Display With 6 Digits, 20mm High * Operating Temperature: -10ºc +40ºc * 70-hour Internal Rechargeable Battery * Self-clearing * Automatic Disconnection * Ec Model Approval With Serial Verification * Capacity (kg): 50-100 * Power: 24w * Plate Dimensions (mm): 300x230 Cooking Equipment Oven With Thermostat * Material: Stainless Steel Food Grade * Dimension (lxwxh): 610x530x620mm * Gas Source: Lpg * Include Heavy Duty Regulator W/ Hose, 2 Filled Lpg Tank (11kg) Double Boiler Pot Capacity: * Bowl 1: 2500ml * Bowl 2 :4000ml * Materials: Stainless Steel Mixing Bowl * Materials: Stainless Steel * Capacity: 4000ml Chest Freezer (single Phase) Type: Chest Freezer Inverted * Capacity:18cuft (465 Liters) * Inverted * Defrost System: Manual * Temperature Control: Mechanical * Insulation: Cyclopentane * Power Consumption: 305w, 220v, Single Phase: * Net Weight(kg) 76 * Dimension (wxhxd)1665mmx910mmx730mm Chilli Solar Dryer Machine(fabricated) Power:3w * 200-500w 12v Solar Panel * Solar Panel: 200-500w, 12v Probe. * Wires (low Voltage Cable 2 * Castor Wheels 2"x2" * Alucobond: 3mm 5.9kg/ Alucobond Sheet * Battery: 9ah 12v 4 Pcs * Solar Charge Controller: 30a 12v/24v Solar Panel Charge Controller * Power Inverter: Dc To Ac 12v 220v 80w Inverter-2pcs * Metal Mesh: 8x8 2 Yard * Corrugated Metal Sheet: Coated Galvanized Aluminum Sheet For Roofing * Glass: 6mm Thick Glass Sheet * Plywood 2pcs * Temperature Humidity: 27 Hours Dimension: * Drying Chamber Is 63x45x71cm * Fan Size: 12x12x2.5cm With A Voltage Of 12v, Speed Of 3500rpm * Power: 3w 2 2 1 5 4 10 10 10 10 5 3 5 2 1 2 5 2 1 2 Name Of Beneficiary Amavi Place Of Delivery Brgy. Bugawas, Dos, Maguindanao 9 Mechanical Dryer For Banana Description: *type: Cabinet Type * Environmental Temperature: 10-43 Celsius * Drying Temperature: 30-75 Celsius * Maximum Power: 10kw * Power Supply:220v * Temperature Control: +1 Celsius * Electric Heating Power: 6kw * Controller: Single Chips Microcomputer * Capacity: 100-200kg Per Load * Dehydration Capacity: 9kg/hour Banana Power Machine * Capacity (kg/h): 60-150kg/h * Spindle Speed: 4500r/min * Grinding Size: 10-2000mesh * Crusher Motor: 4kw, 220v, Single Phase * Cleaner Motor: 0.75kw * Dimension (cm): 55x60x125 * Weight (kg): 250kg Stainless Steel Commercial Work Table * Size (lxwxh)): 96x30x34inch * Weight Capacity Of 680 Lb * Working Surface Height: 34inches * Table Top Materials: Stainless Steel 304 (food Grade) * Leg Construction: Galvanized Steel * Adjustable Feet: Provides Stability 1 1 1 Name Of Beneficiary United Iranun Farmers Producers Cooperative Place Of Delivery Brgy. Ibutigen, Sultan Kudarat, Maguindanao Norte 10 Animal Feed Hammer Mill • Motor: Copper Wire • Yield: 90-120kg/h • Voltage: 220v • Power: 4kw/5.5hp • Amount Of Water: 0-2kg • Specifications (lxhxw): 28x75x64cm Feed Mixer • Motor:5 Hp • Voltage: 220v,60hz • Switch On/off Sealed • Capacity: 80-100 Kg Per Batch • Mixing Time: 15-20 Mins • Weight: 150 Kg (est) • With Gear Box Shredder For Grass • Power: 2.2kw • Capacity 100-200kg/hr. • Materials: Grains, Grass, Napier • Heavy Duty Mill Grinder (wet And Dry) • Electric Operated • Horsepower: 3hp • Voltage & Frequency: 220v, 60hz Rpm: 1740 Rpm • Core Component: Motor 3 3 3 Name Of Beneficiary Bal't Baguiranon Womens Producer Coop. Place Of Delivery Brgy. Darapanan, Sultan Kudarat, Maguindanao Norte 11 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) * Weight: 10-15kg Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type: Dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name Of Beneficiary Maasim Bangsamoro Womens Malilintad Ass. Place Of Delivery Brgy. Daliao, Maasim, Sarangani Province 12 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm Computer Set Desktop 𝗦𝗽𝗲𝗰𝗶𝗳𝗶𝗰𝗮𝘁𝗶𝗼𝗻𝘀 * Processor: Core I5-13400 13th Generation * Motherboard: H610m-k/ H610m-e Pro * Ram: 16gb (2x8gb) Xpg Spectrix D50 / Rgb Ddr4 3200mhz * Graphics: Uhd Graphics 730 (integrated Graphics) * Storage: 500gb Mp44l Gen4 Nvme /500gb Legend 850 Lite Gen4 M.2 Nvme * Power Supply: Cx550 80+ Bronze / Mwe 550 80+ Bronze * Cooling Fans: C6 Fans * Casing Dk415m Monitor: Display 21.5-24" Fhdips/va * Resolution: 920 × 1080 (fhd) * Low Blue Mode * Flicker Free Desktop 𝗦𝗽𝗲𝗰𝗶𝗳𝗶𝗰𝗮𝘁𝗶𝗼𝗻𝘀 * Type: Ultra Slim Ultra Narrow Border Printer Printing Technology: * 6-color (c, M, Y, K, Gy, R), Drop-on Demand Micro Piezo® Inkjet Technology * Maximum Print Resolution: 5760 X 1440 Optimized Dpi * Iso Print Speed: (black9.2 Ppm: Color 9.1ppm) * Ink Type: Claria Photo Hd Ink Ink Configuration: * 6 Individual Ink Cartridges: 4x 312 Ink (1x Black, 1x Cyan, 1x Magenta, 1x Yellow); 2x 314xl Ink (1x Gray And 1x Red) Replacement Ink * 312 Standard-capacity Black, Cyan, Magenta, Yellow (iso Page Yields — Black: 240, Color: 360) 7 * 312xl High-capacity Black, Cyan, Magenta, Yellow (iso Page Yields — Black: 500, Color: 830) 7 * 314xl High-capacity Red (iso Page Yields — 830) 7 * 314xl High-capacity Gray7 * Standard Connectivity: * Hi-speed Usb * Usb Host * Wireless 802.11 B/g/n5 * Wi-fi Direct®5 * Ethernet 10/100 Operating Systems: * Windows® 10 8/8.1/windows 7 (32-bit, 64-bit) * Windows Vista® (32-bit, 64-bit) Paper Sizes: * 4" X 6", 5" X 7", * 8" X 10" * A4 (8.3" X 11.7"), * Letter (8.5" X 11") * Legal (8.5" X 14") * 11" X 14", 12" X 12" * B (11" X 17"), * A3 (11.7" X 16.5") * Super B (13" X 19") Input Paper Capacity: * 50 Sheets Plain Paper (legal) * 200 Sheets Plain Paper (letter) * 50 Sheets Photo Paper * 10 Envelopes Output Paper 8-in-1 Heat Press Machine 360 Degree Dimension: 20 X 15 X 18 Inches Power: 1000w Voltage: 220v Weight: 24-27kg Range Materials: Vinyl, Aluminum Color: Black Functions: Print T-shirts, Hat, Mug, Plate, Cap, Pillow, Bag, Etc. * Temperature Range: 0-250℃ (32-482℉) * Timer Control: 0-499s * Heating Area: 38 * 29cm * Mug Press Machine Size: 27 * 13.5 * 17cm * Heat Press Machine Height: 40cm/ 15.7in * Item Weight: 21.5kg/ 47.4lb * Package List: * Heat Press Machine W/ Control Box * Control Box 1 * Mug Press Machine 1 * Cone * Mug Press(17oz) 1 * Cone Mug Press(12oz) 1 * * 12*23.5cm Mug Press(11oz) 1 * 12*19cm Mug * Press(9oz) 1 * 14*8cm Hat/cap Press 1 * 5" Plate * Press(φ12.5cm) 1 * 6" Plate Press(φ15.5cm) 1 * Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) 1 1 1 1 1 1 1 1 1 1 1 1 Name Of Beneficiary Madrasah Al-arabiyah Al-islamiyah Inc. Place Of Delivery Brgy. Lun Padido, Malapatan, Sarangani Province 13 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) Portable Edging Sewing Machine * Motor: 220v * Power: 180w * Stitch Length: 2.5-3.8 Mm * The Overlock Stitch Width Can Be: 2.5 Mm To 4.5 Mm, Adjustable. Mech. Flat Bed * Max. Sewing Speed: 2400 R.p.m. * Max. Sewing Thickness: 4 Mm * Needle System: Gn7x1 Which Is Equivalent To B27 * Weight: 10-15kg Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type:dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 Name Of Beneficiary Matagabong Women Association Place Of Delivery Brgy. Matagabong, Ampatuan, Maguindano Sur 14 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) Portable Edging Sewing Machine * Motor: 220v * Power: 180w * Stitch Length: 2.5-3.8 Mm * The Overlock Stitch Width Can Be: 2.5 Mm To 4.5 Mm, Adjustable. Mech. Flat Bed * Max. Sewing Speed: 2400 R.p.m. * Max. Sewing Thickness: 4 Mm * Needle System: Gn7x1 Which Is Equivalent To B27 * Weight: 10-15kg Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type: Dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name Of Beneficiary Tuyan Dressmaking Women Association Place Of Delivery Brgy. Tuayan, Malapatan, Sarangani Province 15 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm Desktop 𝗦𝗽𝗲𝗰𝗶𝗳𝗶𝗰𝗮𝘁𝗶𝗼𝗻𝘀 * Processor: Core I5-13400 13th Generation * Motherboard: H610m-k/ H610m-e Pro * Ram: 16gb (2x8gb) Xpg Spectrix D50 / Rgb Ddr4 3200mhz * Graphics: Uhd Graphics 730 (integrated Graphics) * Storage: 500gb Mp44l Gen4 Nvme /500gb Legend 850 Lite Gen4 M.2 Nvme * Power Supply: Cx550 80+ Bronze / Mwe 550 80+ Bronze * Cooling Fans: C6 Fans * Casing Dk415m Monitor: Display 21.5-24" Fhdips/va * Resolution: 920 × 1080 (fhd) * Low Blue Mode * Flicker Free * Type: Ultra Slim Ultra Narrow Border Printer Printing Technology: * 6-color (c, M, Y, K, Gy, R), Drop-on Demand Micro Piezo® Inkjet Technology * Maximum Print Resolution: 5760 X 1440 Optimized Dpi * Iso Print Speed: (black9.2 Ppm: Color 9.1ppm) * Ink Type: Claria Photo Hd Ink Ink Configuration: * 6 Individual Ink Cartridges: 4x 312 Ink (1x Black, 1x Cyan, 1x Magenta, 1x Yellow); 2x 314xl Ink (1x Gray And 1x Red) Replacement Ink * 312 Standard-capacity Black, Cyan, Magenta, Yellow (iso Page Yields — Black: 240, Color: 360) 7 * 312xl High-capacity Black, Cyan, Magenta, Yellow (iso Page Yields — Black: 500, Color: 830) 7 * 314xl High-capacity Red (iso Page Yields — 830) 7 * 314xl High-capacity Gray7 * Standard Connectivity: * Hi-speed Usb * Usb Host * Wireless 802.11 B/g/n5 * Wi-fi Direct®5 * Ethernet 10/100 Operating Systems: * Windows® 10 8/8.1/windows 7 (32-bit, 64-bit) * Windows Vista® (32-bit, 64-bit) Paper Sizes: * 4" X 6", 5" X 7", * 8" X 10" * A4 (8.3" X 11.7"), * Letter (8.5" X 11") * Legal (8.5" X 14") * 11" X 14", 12" X 12" * B (11" X 17"), * A3 (11.7" X 16.5") * Super B (13" X 19") Input Paper Capacity: * 50 Sheets Plain Paper (legal) * 200 Sheets Plain Paper (letter) * 50 Sheets Photo Paper * 10 Envelopes Output Paper 8-in-1 Heat Press Machine 360 Degree Features: Can Transfers Pictures And Words On Cotton, Fiber, Metal, Ceramic, Glass And Etc. Fcc And Ce Certified Safe, With Durable Rails To Avoid Accidental Burns. Dimension: 20 X 15 X 18 Inches Power: 1000w Voltage: 220v Weight: 24-27kg Range Materials: Vinyl, Aluminum Color: Black Functions: Print T-shirts, Hat, Mug, Plate, Cap, Pillow, Bag, Etc. * Temperature Range: 0-250℃ (32-482℉) * Timer Control: 0-499s * Heating Area: 38 * 29cm/ 15.0 * 11.4in * Mug Press Machine Size: 27 * 13.5 * 17cm * Heat Press Machine Height: 40cm * Item Weight: 21.5kg/ 47.4lb * Package List: * Heat Press Machine W/ Control Box * Control Box 1 * Mug Press Machine 1 * Cone * Mug Press(17oz) 1 * Cone Mug Press(12oz) 1 * * 12*23.5cm Mug Press(11oz) 1 * 12*19cm Mug * Press(9oz) 1 * 14*8cm Hat/cap Press 1 * 5" Plate * Press(φ12.5cm) 1 * 6" Plate Press(φ15.5cm) 1 * Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name Of Beneficiary Bangsamoro Artist Printing Association Place Of Delivery Brgy. Linek, Dos, Maguindanao Norte 16 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) 6 Ft Sublimation Printer Specifications: Print Head: Xp600/dx11 Maximum Print Width: 1833mm Printer Resolution: 1440dpi-2880 Printer Speed: 2pass: 16.5sqm/h 3pass: 14.5 Sqm/h 4pass: 12.5sqm/h 6pass: 11sqm/h Compatible Ink: Eco Solvent/water Based Ink/sublimation Ink Feeding: Secondary Ink Feeding System Voltage: 220v Rip Software: Maintop 5.3 Maintop/photoprint Operating System: Winxp/win7/win10 Drying System: Infrared Drying System Heating Flatform: Front & Back Heating Led Bar Lighting System: Equipped Driving Motor: Servo Motor/dc Motor Relative Humidity: 40-60% Gross Weigh (kg): 185kg Power (volts): 1200(heating Off) 2500heating On Heat Press Machine * Input Voltage: 220v * Power: 7000w * Size: 80x100cm * Weight: 220kg * Working Environment: 0-300celcius Features: * Lassic Appearance, Easy Operation And Good Performance * Temperature, Time, Piecework Lcd Display Table * Pull The Bottom To Slide Smoothly * The Heating Plate Has Precision Wire Tube Technology & The Temperature Remains Stable Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type: Dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor 1 1 1 1 1 1 Name Of Beneficiary Macasampen Ofw Association Place Of Delivery Brgy. Macasampen, Guindulungan, Maguindanao Sur 17 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) Output Paper Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) Portable Edging Sewing Machine * Motor: 220v * Power: 180w * Stitch Length: 2.5-3.8 Mm * The Overlock Stitch Width Can Be: 2.5 Mm To 4.5 Mm, Adjustable. Mech. Flat Bed * Max. Sewing Speed: 2400 R.p.m. * Max. Sewing Thickness: 4 Mm * Needle System: Gn7x1 Which Is Equivalent To B27 * Weight: 10-15kg Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type: Dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Name Of Beneficiary Bushra Association Place Of Delivery Brgy. Maitong, Kabuntalan, Maguindanao Norte 18 Complete Set Hi-speed Self Oiling Sewing Machine Specifications: * Electric Operated * Power: 1/3hp Motor, 220v * Features: * Commercial, Oversized Table, Heavy Duty * Single Stitches * Sewing Speed: 1000-1500 Stitches Per Minute Specifications: * Weight: 55-65kg Dimension: 110x57x77cm 2-needle Lockstitch Sewing Machine Specifications: * Weight: 55-65kg * Motor Voltage: 220v * Power: 1/3hp Dimension: * 110x57x77cm Product Description * Double Needle Product Inclusions: * Sewing Machine Table * Sewing Machine Head * Oil Pan/base * Clutch Motor * Motor Switch, Pedal Chain, Thread Stand, Thread Rewinder, Pitman Rod, Drawer, Belt Cover, Knee Lifter, * Pedal For Sewing Machine * Machine Stand * Sewing Machine Belt And 1 Pack Needle) Output Paper Assorted Fabric 1* Katrina Fabric White 2* Alpha Gina Fabric Read 3. Oxford Color Gray 4* Oxford Fabric White 5* Printed Abstract Polyester Sportswear Dry Fit Fabric 6* Spandy Fabric Plain (green) 7* Spandy Fabric Plain (printed) Portable Edging Sewing Machine * Motor: 220v * Power: 180w * Stitch Length: 2.5-3.8 Mm * The Overlock Stitch Width Can Be: 2.5 Mm To 4.5 Mm, Adjustable. Mech. Flat Bed * Max. Sewing Speed: 2400 R.p.m. * Max. Sewing Thickness: 4 Mm * Needle System: Gn7x1 Which Is Equivalent To B27 * Weight: 10-15kg Serger Machine * Machine Size (lxwxh): 14 X 11 X 11.5cm * Machine Weigh: 13.5kg * Amps (1a) * Motor: 220w * Voltage: 220v Single Bed Industrial Sewing Machine * Operating Area:635x185 Mm * Cylinder Bed Diameter:81mm * Max. Sewing Speed: 800 R.p.m. * Stitch Length: 0-11mm * Needle Bar Stroke:56mm * Thread Take-up Lever Stroke:92mm * Presser Foot Lift: * By Hand: 15mm, By Knee: 20 Mm * Needle Type: Dyx3 21#-28# * Voltage: 220v * Motor:750w Servo Motor Complete Set Heavy Duty Straight Sewing * Package Included: 1 Full Metal Straight Sewing Machine Head * 1 Custom Fit 5-drawer Wood Cabinet * 1 Metal Legs 1 Leather Belt * 1 Accessory Box (needles, Bobbins, Oil, Manual) * Equipment In Sewing (tools) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ● Warranty: 1 Year Warranty After Delivery And Inspection. ● Inclusive Of All Fees, Taxes And Duties --------------nothing Follows------------------
Closing Date30 Jun 2025
Tender AmountPHP 22.6 Million (USD 399.3 K)

DEFENSE LOGISTICS AGENCY USA Tender

Healthcare and Medicine
United States
Details: The Defense Health Agency (dha) Medical Logistics (medlog) Directorate Medical Materiel Enterprise Standardization Office (mmeso) And The Defense Logistics Agency (dla) Troop Support Medical Prime Vendor (pv) Program Announce A Sources Sought Notification For The Creation Of A Qualified Suppliers Listing (qsl) For Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified. This Is Not A Request For A Price Quote. these Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified Products Are For Purchase By The Military Treatment Facilities (mtfs) Of The Military Health System (mhs) And For The Operational Assemblages Of The Army, Navy, Air Force, Marine Corps, And Naval Expeditionary Medical Support Command (nemscom) And Managed Regionally By Mmesos North, South, West, Pacific And Europe, Hereafter Referred To As Mmesos. For Information Regarding Dla Troop Support Medical’s Pv Program Please Access The Dmm Online Web Site At Https://www.medical.dla.mil. this Sources Sought Notification Is Intended To Solicit Information And Products For Evaluation In Order To Create A Qsl For Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified In Accordance With (iaw) Far 9.2. The Qsl For Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified Will Be Established Approximately 13 March 2025 And Is Anticipated To Be The Basis Of A Standardization Action. All Medical Consumable Items On This Qsl Must Be On A Distribution And Pricing Agreement (dapa) For The Dla Troop Support Medical/surgical Prime Vendor (mspv) Program. All Participating Vendors Must Complete The Registration In The Dapa Management System (dms) At Https://www.medical.dla.mil/portal/dapams/dapams.aspx And Include Either Their Dapa Number Or Their Defense Medical Materiel (dmm) Number As Part Of Their Qsl Package Worksheet Submission. Receiving A Dmm Number Allows Access To The Dms And Is The First Step To Becoming A Dapa Holder. Dapa Holders Must Be Prepared To Ship Items To The Pvs, So That The Pvs May Carry Inventory And Mtfs May Designate Items As Usage; Therefore, Standardized Items May Not Be Coded In The Dms As "drop Ship Only." note: It Is Recommended That New Participants Contact Each Pv Prior To Adding Items To Dapa, In Order To Gain A Full Understanding Of The Pv's Requirements And Any Potential Costs Associated With Pv Handling Of Those Items. if You Qualify As A Vendor On The Qsl, You Will Then Be Invited, Approximately 10 April 2025, To Submit Pricing Quotes And A Separate Screenshot Of Your Submitted Dapa Log Submission Or Existing Dapa Base Uncommitted Pricing For All Required Items To The Mmeso Pocs. Both Pricing Quotes And Substantiating Dms Documentation Will Be Required For Eligibility To Enter Into An Incentive Agreement (ia) For Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified. Only Those Vendors With An Established Dapa Will Be Eligible To Enter Into The Subsequent Ia. The Government Reserves The Right To Standardize Or Not Standardize On Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified. The Resulting Ia Will Not Be A Contract And Will Not Constitute A Guarantee Of A Specific Volume Of Sales Dollars. the Mspv Program Requires That All Items Be Manufactured In A Trade Agreements Act (taa) Compliant Country (see Dfars 252.225-7020 And 252.225-7021), Unless It Is Determined That No Functionally Equivalent Item Is Available From A Compliant Source. To Be Eligible For Inclusion In The Proposed Qsl, All Vendors Are Required To Provide Country Of Origin Information In The Qsl Package Worksheet. In Addition, According To The Dapa Terms And Conditions, Vendors Must Complete The Dapa Taa Certification For Each Item Quoted. If A Quoted Item Is A Taa Non-compliant End Product, The Government Can Use This Information To Determine Whether Or Not A Non-availability Determination Exists Or If The Government Will Make A Non-availability Determination For The Item. Unless A Non-availability Determination Is Made Or A Waiver Is Obtained, Taa Non-compliant Country End Products Cannot Be Added To The Qsl And/or Dapa. note: The Contracting Officer Will Review Submissions In Response To The Subsequent Ia For Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified For Country Of Origin Purposes. Only Vendors On The Qsl Who Offer Items Which Are Us Made, Designated Country, Or Qualifying Country End Products Will Be Considered For An Ia, Unless The Contracting Officer Determines That No Functional Equivalent Item Is Available From A Compliant Source In Accordance With Dfars 225.403(c)(i). Vendors Are Advised To Keep This In Mind When Submitting Their Response To This Sources Sought Notification. a. Products & Performance Required the Mmesos Are Seeking Product Line Items In The Category Of Mw-2406-37 Pulse Oximeter-fingertip, Aeromedical Certified. Within The Mhs Mtfs And Operational Procurement This Product Line Has An Estimated Annual Sales Volume Of $1,293,929. This Forecast Is A Good Faith Estimate Based On Historical Usage Data During A Recent 12-month Period And Does Not Constitute A Guarantee Of A Specific Volume Of Sales Dollars. Two Items Are Required For Addition To The Qsl And Account For 100% Of The Total Volume In Sales $1,293,929. The Specifications For This Project Are Shown In The “requirements To Qualify For Qsl” Section Below. b. Instructions To Vendors To Qualify For The Qsl vendors Interested In Qualifying For Inclusion In The Qsl Must Respond To This Qsl Sources Sought Notification By Sending The Appropriate Qsl Package Worksheet And All Supporting Documentation Via E-mail To The Lead Mmeso And Dla Pocs Below. The Qsl Requirements Are Outlined Under Requirements To Qualify For Qsl Outlined Below. vendor Must Complete The Qsl Package Worksheet In Full And Submit It To The Mmeso Pocs And Dla Poc As Listed In The Qsl Source Sought Notification By The Above Response Date. The Vendor’s Submission Must Include All Detailed Information Requested In The “requirements To Qualify For Qsl” Section Below And Must Also Include: (1) Company Name And Address; (2) Company Poc (name And Phone Number, Fax Number, And E-mail Address); (3) Commercial And Government Entity (cage) Code; (4) Identification Of The Sources Sought Notification To Which The Vendor Is Responding, And (5) Dapa Or Dmm Number. only One Manufacturer Part Number May Be Provided For Each Product Description Listed In Requirement 5 Per Submitted Response. vendors May Provide Multiple Responses/submissions To The Qsl Source Sought Notification. vendor Must Offer Commercially Available Products For All Items Offered In Response To This Sources Sought Notification. supporting Documentation Must Be In Form Of Commercially Available Catalogs And Product Literature (e.g. Brochures, User Manuals, Product Packaging, Product Specification Sheets, Product Images, Etc.). due To The Potential For E-mail To Be Lost In Transmission, From Network Security, Etc., Vendors Are Strongly Encouraged To Confirm With The Mmeso Pocs That Their E-mail Submission Has Arrived. Each Submitting Vendor Is Advised To Confirm Receipt Allowing Adequate Time For Resubmission Before The Due Date And Time. any Vendor Experiencing Difficulty Opening The Worksheet May Contact The Mmeso Pocs. The Mmeso Poc Will Provide A Worksheet Copy Via E-mail. vendors That Do Not Meet The Deadline Of Cob 5:00 Pm Local Philadelphia Time For This Qsl Sources Sought Notification Will Not Be Included In The Mmeso’s Review To Establish The Qsl And Thus Will Not Be Able To Participate In The Subsequent Standardization Action. requirements To Qualify For Qsl the Requirements For This Product Line Are Outlined Below. Complete Answers And All Supporting Documentation Must Be Provided With The Vendor’s Submittal By The Response Date Stated In This Qsl Sources Sought Notification. A Vendor Who Does Not Meet All Of These Requirements Or Who Does Not Submit Documentation To Support These Requirements As Requested Will Not Be Qualified For The Qsl. Vendors Must Provide Responses To This Sources Sought Notification Via The Qsl Package Worksheet. technical Review supplier Requirements: 1. Vendor Must Have A Dapa Or Be In The Process Of Applying For A Dapa Number For The Product Line Listed. Vendor Must Provide Their Dapa Number Or Provide Date Of Application And Dmm Number Proving Access To The Dms, As The Subsequent Standardization Action Requires Vendors To Have All Required Items On Dapa. 2. Vendor Must Have An Agreement With The Current Dod Medical/surgical Prime Vendor Cardinal Health, Or Must Work With Cardinal Health To Initiate An Agreement, As Standardized Items From This Qsl Will Be Distributed Via The Mspv Program. 3. Vendor Must Have An Agreement With The Current Dod Medical/surgical Prime Vendor Owens & Minor, Or Must Work With Owens & Minor To Initiate An Agreement, As Standardized Items From This Qsl Will Be Distributed Via The Mspv Program. 4. Vendors Must Validate That Their Account Is Active In The System For Award Management (sam) And Provide Cage Code. Vendors In The Process Of Obtaining A Cage Code Must Provide Documentation To Support That They Have Registered In Sam. Vendors Without A Cage Code And/or A Sam Account Will Not Be Considered For Participation In The Subsequent Standardization Action. See Https://www.sam.gov/sam/. required Products: 5. Vendor Must Provide Manufacturer Part Numbers That Meet The Product Descriptions Below. Vendor Must Submit The Following Information Via Qsl Response Worksheet For Each Offered Product: Vendor Part Number, Manufacturer Part Number, Manufacturer Name, Full Item Description, Unit Of Measure (uom), Quantity (qty) In Uom, Unit Of Inner Packaging (uop), Qty Of Uom In Uop, Unit Of Sale (uos), And Qty Of Uom In Uos. Vendor Must Provide Product Catalog And Literature For Any Items Offered In Response To This Sources Sought Notification. Only One Vendor Part Number Should Be Provided For Each Item/sample. Vendor Must Send The Same Part Number(s) For Evaluation(s) As Provided In Response To This Qsl Announcement And As Noted In The Qsl Package Worksheet. The Vendor Must Provide Country Of Origin For All Required Items And Any Optional Items Offered. required Product(s) & Annual Usage In Units 5.1 Pulse Oximeter-fingertip, Aeromedical Certified, With Soft Case / 3,362 5.2 Pulse Oximeter-fingertip, Aeromedical Certified, With Hard Case / 501 6. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Are Not Made With Natural Rubber Latex. Vendor Must Also Provide Submittal Documentation Establishing That The Offered Products Are Not Made With Natural Rubber Latex. The Vendor Must Meet This Requirement In One Of Three Ways: 1) Demonstrating That The Labeling Or Product Information For The Offered Products Contains The Fda Recommended Statement "not Made With Natural Rubber Latex," 2) Demonstrating That The Iso Bs En 15223-1:2021 Symbol [reference Number 5.4.5 With Annex B.2 Negation Symbol] Is On The Labeling Or Product Information For The Offered Products, Or 3) If The Labeling Or Product Information Do Not Contain The Fda Recommended Statement Or The Iso Bs En 15223-1:2021 Symbol [reference Number 5.4.5 With Annex B.2 Negation Symbol], The Vendor Must Provide A Signed Letter Stating That The Offered Products Are "not Made With Natural Rubber Latex." 7. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Are Cleared By The Fda And Comply With Fda General Controls And Must Submit Supporting Documentation With Initial Submittal That Includes Fda Establishment Registration, Medical Device Listing, And 510(k). 8. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products Whose Outer Casing Is Predominantly A Dark/subdued Color (non-white) And Provide Documentation To Support This With Initial Submittal. 9. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products With Minimum Battery Life Of 60 Hours And Provide Documentation To Support This With Initial Submittal. 10. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products With An Instructions For Use (ifu)/operators Manual And Provide Documentation To Support This With The Initial Submittal. 11. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Display The Following Measurements And Provide Documentation To Support This With Initial Submittal: A. Pulse Rate Expressed In Beats Per Minute B. Oxygen Saturation Of Hemoglobin (spo2) Expressed With The Appropriate Iso Bs En Iso 80601-2-61:2017, 201.7.4.3 Symbol (i.e. % Or Spo2). 12. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Operate Under The Following Climate Conditions And Provide Documentation To Support This With Initial Submittal: A. Temperatures 23 ºf To 104 ºf (-5 ºc To 40 ºc) B. Altitude Up To 40,000 Feet. 13. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Have 2-3 Inch Length By 1-2 Inch Width By 1-1.5 Inch Height And Provide Documentation To Support This With Initial Submittal. 14. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products With A Battery Compartment That Does Not Require Use Of A Tool To Access When Replacing Batteries And Provide Documentation To Support This With Initial Submittal. 15. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products With A Neck/wrist Cord (lanyard) In A Dark/subdued Color (non-white) Included With Each Individual Product And Provide Documentation To Support This With Initial Submittal. 16. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Operate Using Two (2) Aaa Batteries, Included With Each Individual Product, And Provide Documentation To Support This With Initial Submittal. 17. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Meet The Joint Enroute Care Equipment Test Standards (jecets) For The Aeromedical Certifications (i.e. Safe To Fly (stf) And Airworthiness) And Provide Documentation To Support This With Initial Submittal. 18. Vendor Must Provide Pulse Oximeter-fingertip, Aeromedical Certified Products That Do Not Have Bluetooth Capabilities And Provide Documentation To Support This With Initial Submittal. evaluation evaluations For This Product Line Will Be Done By A Panel Of Experts As A Technical Review To Determine Which Vendors Meet The Requirements. Vendors Who Provide All Requested Information And Meet The Requirements Will Be Selected For Inclusion On The Qsl. Vendors Will Be Notified Of Whether They Met Or Did Not Meet The Qsl Requirements By Approximately 13 March 2025. response Information: responses To This Qsl Announcement Must Be Submitted Via Email To The Mmeso Clinical Analyst, Mmeso Project Manager, And Dla Contracting Officer Listed Below. vendor Questions Regarding This Qsl Announcement Are Due No Later Than 5:00 Pm Local Philadelphia Time 2 Business Days Before Solicitation Closes. Vendor Responses To This Qsl Announcement Are Due No Later Than 5:00 Pm Local Philadelphia Time On 20 February 2025. all Vendor Correspondence Should Be Emailed To All Of The Following: mr. Riley Whittlesey lead Mmeso Clinical Analyst Contractor riley.w.whittlesey.ctr@health.mil mr. David Sheaffer mmeso Project Manager Contractor david.v.sheaffer.ctr@health.mil ms. Tara Perrien dla Troop Support Medical Contracting Officer tara.perrien@dla.mil the Contracting Officer Will Address Any Issues/questions Pertaining To Incentive Agreements, Taa Questions, And Extension Requests.
Closing Date20 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Machinery and Tools
United States
Details: Purchase Description For plasma Cutting Tables maintenance Shop, B411 And B377 general Description: This Purchase Description Is For The Manufacture And Supply Of A Prostar Prs100-5ecw Cutting Machine Or Equal In Surface Support Building 411 With Cutting Dimensions 5 Foot Wide By 10 Feet Long. Overall Footprint Cannot Exceed 8 Feet Wide By 18 Feet Long. Plasma Cutting Must Be Capable Typical Industry Standard Of High Definition. Plasma And Oxy-fuel Must Be Cnc. System Must Include Nesting Software With Training. Delivery Shall Be 20 Weeks After The Contract Award Date. Contractor Shall Perform Any Site Preparation Needed For The New Equipment, Delivery Of New Equipment, Offloading And Positioning Of New Equipment, Installation, Make Operational, And Perform Acceptance Testing, Operator And Maintenance Training. Contractor Is Required To Have Adequate Resources For The Manufacture Of A Plasma Cutting Table, And Upon Completion, Shall Be Installed In Bldg. 411 And Made Fully Operational (turnkey) Prior To The Government’s Acceptance. specifications: Build And Deliver One (1) Each Linde Model Prostar Prs100-5ecw Cutting Table, Same As Or Equal, To Surface Support Division, Building 411. The Required Equipment, Components, Quantities And Part Numbers Are Listed As Follows: prostar Prs 100-5ecw Cutting Machine Or Equal hypertherm Edge Connect Cnc Numerical Control: Must Be Windows 10 Based. hypertherm Sensor Thc With Lifter: Master Torch Station With Station Carriage With A Torch Slide, A Break A Way Mechanism With A Collision Detection Mount. hypertherm Xpr 170 With Vented Water Injection Gas Console electronic Integration And Installation For The Plasma System hi Lo Gas Panel: High Volume Victor Regulators, Able To Sustain 12,000 Cfh Of Oxygen @120psi, And Pierce Rate Valve With Precision Micrometer Scale For Ease-on Piercing. oxy-fuel Station With Lifter: Operator’s Control To Be Plumbed And Wired For Oxy/fuel Torch Station And The Gas Apparatus Will Be Harris. water Table (6 Feet Wide By 11 Feet Long): Static Water Level. must Cut Material Up To 4 In Maximum steel Surcharge pronest 2023 Plasma Software Package praxair Membrane Air Dryer general Description: This Purchase Description Is For The Manufacture And Supply Of A Prostar Prs100-4ecw Cutting Machine Or Equal In Maintenance Shop 377 With Cutting Dimensions 4 Foot Wide By 8 Feet Long. Overall Footprint Cannot Exceed 7 Feet Wide By 16 Feet Long. Plasma Cutting Must Be Capable Typical Industry Standard Of High Definition. Plasma And Oxy-fuel Must Be Cnc. System Must Include Nesting Software With Training. Delivery Shall Be 20 Weeks After The Contract Award Date. Contractor Shall Perform Any Site Preparation Needed For The New Equipment, Delivery Of New Equipment, Offloading And Positioning Of New Equipment, Installation, Make Operational, And Perform Acceptance Testing, Operator And Maintenance Training. Contractor Is Required To Have Adequate Resources For The Manufacture And Supply Of A Plasma Cutting Table, And Upon Completion, Shall Be Installed In Bldg. 377 And Made Fully Operational (turnkey) Prior To The Government’s Acceptance. specifications: Build And Deliver One (1) Each Linde Model Prostar Prs100-4ecw Cutting Table, Same As Or Equal, To Surface Support Division, Building 377. The Required Equipment, Components, Quantities And Part Numbers Are Listed As Follows: prostar Prs 100-4ecw Cutting Machine Or Equal hypertherm Edge Connect Cnc Numerical Control: Must Be Windows 10 Based. hypertherm Sensor Thc With Lifter: Master Torch Station With Station Carriage With A Torch Slide, A Break A Way Mechanism With A Collision Detection Mount. hypertherm Xpr 170 With Vented Water Injection Gas Console electronic Integration And Installation For The Plasma System water Table (5 Feet Wide By 9 Feet Long): Static Water Level. steel Surcharge plasma Quench Powder 7# Box (2 Ea) pronest 2023 Plasma Software Package praxair Membrane Air Dryer installation Schedule/movement: The Contractor Shall Provide All Labor, Equipment And Materials Needed For Rigging, Off-loading, Uncrating And Setting Machines In Locations At Rrad Production Buildings. The Contractor Shall Provide A Complete Installation Of The Systems. The Installation Shall Include All Material Handling Equipment, Labor And Materials To Install The Systems And Make Them Fully Operational And Functional. work Hours: Both Tables Shall Be Delivered, Installed And Operational Within 20 Weeks From Contract Award. Rrad Works A Four-day, Ten-hour Workweek, Mon-thurs, 0630-1700. Working Friday Is Not Guaranteed But Will Be Taken Into Consideration. Contractor May Request To Work Friday With 48 Hours Prior Notice To Rrad Poc. Rrad Will Be Closed On All Federal Holidays Which Are: new Year’s Day birthday Of Martin Luther King, Jr. & Inauguration Day washington’s Birthday memorial Day juneteenth National Independence Day independence Day labor Day columbus Day veteran’s Day thanksgiving Day christmas Day utility Connection. It Shall Be The Government’s Responsibility To Position Building Utility Connections Within 20 Ft. Of System Connection Locations. Connection To Utilities Shall Be The Responsibility Of The Contractor. final Acceptance Testing. A Final Acceptance Test Shall Be Performed. The Test Shall Demonstrate The System’s Ability To Cut Various Types Of Metal Through Every Process Without Failures. The Test Shall Consist Of The Operation Of 10 Cuts Designed By Rrad Personnel With No Failures. Government Will Furnish The Material For The Final Acceptance Testing. training. The Contractor Shall Provide One Or More Qualified Representatives Who Are Conversant In English And Are Thoroughly Familiar With All Aspects Of Equipment, Installation, Calibration, Maintenance, And Operation, For The Purpose Of Training Rrad Personnel. Training Shall Consist Of A Minimum Of 16 Hours For Operators. The Contractor Shall Provide Training For Local Building Operators Within The Vicinity Of The Cutting Table. Training Shall Consist Of Verbal Instruction And Hands-on Operations By A Representative With Thorough Knowledge Of The System. All Printed Training Aids Shall Be Supplied At No Additional Cost To The Government And Shall Be In The English Language. shipping: Freight Shall Be Included. There Shall Be No Additional Cost To The Government After Award Of The Contract. warranty: One Year Minimum Warranty Required Parts And Labor After Date Of Installation Or The Manufacturer’s Standard Warranty If Greater deliverables: upon Submittal Of Quote/proposal: Contractor Shall Provide Description Cutting Table With Standard Inclusions And Options Based Upon The General Purchase Description To Review With Cutting Table End User Before Acceptance. contractor Shall Provide All Technical Drawings For Both Plasma Cutting Tables At B411 & B377 With Proposal For Review By The Government. In Accordance With (iaw) Contract Data Requirements List (cdrl A0001) technical Manuals And Parts List: Contractor Shall Provide Three (3) Hard Copies And One Electronic Copy On Cd/dvd Of Operations Sequence, System Program, Bill Of Materials (bom), Wiring Diagrams/schematics, Maintenance Manuals For Contractor Installed Equipment Including Calibration Information And Procedures Where Applicable. All Operator And Maintenance Manuals For Both Plasma Cutting Tables At B411 & B377. In Accordance With (iaw) Contract Data Requirements List (cdrl A0002) post Award: Contractor Shall Provide Technical Drawings, Electrical Schematics, Operator And Maintenance Manuals With Parts Listing. environmental: competency Training For Contractor Personnel: Contractor Shall Not Allow Personnel To Perform Any Activities And/or Tasks On Amc Installations Without Proper And Adequate Qualifications Or Job Competency Training. In The Event Of Any Identified Noncompliance, The Contractor Shall, If Requested, Provide Proof Of Contract Personnel Training Or Qualification (individual Name, Training/qualification Type, Training/qualification Certificate, And Date Of Training/qualification) To Perform Those Contract Activities Associated With The Identified Noncompliance. generation Of Solid Waste: Contractor Shall Remove From The Installation And Dispose Of All Solid Waste Generated, Which Cannot Be Recycled To An Approved And Permitted Off-post Disposal Facility At The Contractor’s Expense. Contractor Shall Make Every Effort To Divert Construction, Demolition Debris, And All Other Solid Waste To Comply With The Army Integrated Solid Waste Management Policy. Prior To Removing Any Waste From The Installation For Disposal, The Contractor Shall Coordinate With The Installation Qualified Recycling Program (qrp) Manager, Dgr, And Cor To Arrange For Recyclable Materials To Be Removed And Diverted From The Waste Stream. Submit In Writing The Quantities Of Waste Removed And Recycled To The Dgr And/or Cor On A Monthly Basis. The Submittal Shall Include The Date Of Disposal/recycling, The Disposal/recycling Facility, The Types Of Material Disposed/recycled And The Quantities Of Materials Disposed/recycled By Weight. The Contractor Shall Provide The Cor Copies Of All Non-hazardous Construction And Debris Manifests Monthly To Be Provided To Rrad Environmental. The Contractor Shall Establish A Program To Promote Cost-effective Waste Reduction In All Operations And Facilities Covered By The Contract. This Includes Collection, Separation, And Processing Products Or Other Materials Recovered From Solid Waste Streams For Use In The Form Of Raw Materials. The Contractor Shall Make Maximum Effort To Reduce And Prevent Waste. generation Of Hazardous Waste: Contractor Shall Assign All Hazardous Waste Management Responsibilities To The Appointed Ecd. Contractor Shall Properly Profile All Waste Generated As Part Of This Contract To Determine If Any Waste Is Hazardous Waste As Defined By 40 Cfr. Contractor Shall Accumulate Hazardous Waste Prior To Disposal Shipment In A Satellite Accumulation Point At Or Near The Point Of Generation Or In A Less-than-90-day Site, In Accordance With Federal, State, Army, And Installation Regulation, Policy, Host Tenant Agreement, Interagency Service Support Agreement Or Status-of-forces Agreement. The Contractor Shall Properly Package The Hazardous Waste And Complete The Hazardous Waste Manifest, And Remove Any Hazardous Waste From The Installation At The Contractor’s Expense. The Contractor Shall Notify The Dgr 24 Hours Prior To Removing Any Hazardous Waste From The Installation. The Contractor Shall Remove And Dispose Of Manifested Hazardous Waste Generated By Contract Activities From The Installation, To An Approved Off-post Permitted Hazardous Waste Disposal Facility At The Contractor's Expense. Lead-based Paint Abatement Will Follow All Federal, State, And Army Regulations And Be At The Expense Of The Contractor. use Of Hazardous Materials: Contractor Shall Assign All Hazardous Materials Management Responsibilities To The Appointed Ecd. Contractor Shall Contact The Dgr Or Cor To Obtain Technical Assistance From Environmental Office For Assisting The Ecd With Achieving And Maintaining Compliance With Hazardous Material Storage, Issue, Use, And Disposal Requirements. Contractor Shall Submit To The Cor And/or Dgr A Hazardous Material Inventory. The Hazardous Material Inventory Will Be Submitted 30 Days Prior To Commencement Of Work For Contracts That Exceed 180 Consecutive Days. The Inventory List Will Contain The Hazardous Material Type And Maximum Quantities Of Materials Anticipated To Be Stored On-site. The Hazardous Material Shall Be Properly Identified And Include Any Applicable Identification Number, Such As National Stock Number Or Special Item Number. The Contractor Shall Maintain Copies Of Safety Data Sheets For All Hazardous Materials Used And Stored On-site During Performance Of The Contract. Contractor Shall Not Supply Or Deliver Any Hazardous Materials Or Chemicals To An Installation That Are Listed On Epa Toxic Chemical List Without Prior Written Approval From Dgr And/or Cor. The Contractor Shall Not Use Materials Which Contain Asbestos, Mercury, Polychlorinated Biphenyls, Di-isocyanates, Lead-based Paint, Or Hexavalent Chromium. prevention Of Spills: Contractor Shall Adopt The Installation's Spill Prevention Control And Countermeasures Plan (spcc) If Transporting, Processing, Storing, Or In Any Way Managing Hazardous Waste, Hazardous Material, Petroleum-oils-lubricants, Or Other Restricted Items. In Case Of A Spill, The Person In Control Of The Spill Site Or Their Designated Representative Shall Take Appropriate Action To Protect Workers And Bystanders; Contain The Spill (if It Can Be Done Safely); Secure The Spill Site; Restrict Ignition Sources; And Immediately Clean Up Spill At The Expense Of The Contractor. The Materials That Are Used To Clean Up Spills Are To Be Removed From Rrad By The Contractor At Their Expense. Rrad Environmental And Des Will Need To Be Notified Asap With Type Of Material Spilled, Date, Time, And Location Noting If The Material Spilled Has Entered A Waterway. All Spills Must Be Managed In Accordance With All Federal, State, Regional, And Army Regulations. prevention Of Air Pollution: Equipment Operation, Activities, Or Processes Will Be In Accordance With All Federal, State, And Army Air Emission And Performance Laws And Standards. Establish An Air Pollution Control Plan Detailing Provisions To Assure That Dust, Debris, Materials, Trash, Etc., Do Not Become Air Borne And Travel Off Site. Dust Particles, Aerosols, And Gaseous By-products From Any Contractor Activities Must Be Controlled At All Times. Maintain Excavations, Stockpiles, Haul Roads, Permanent And Temporary Access Roads, Plant Sites, Spoil Areas, Borrow Areas, And Other Work Areas Within Or Outside The Project Boundaries Free From Particulates Which Would Cause The Federal, State, And Local Air Pollution Standards To Be Exceeded Or Which Would Cause A Hazard Or A Nuisance. Odors Must Be Controlled At All Times. The Odors Must Be In Compliance With State And Army Regulations And May Not Constitute A Health Hazard. Burning Is Prohibited On The Government Property. Do Not Use Asbestos And Asbestos Containing Products. Asbestos Must Be Handled In Accordance With Federal, State, And Army Guidelines. Asbestos Abatement Will Be Performed By Certified Technicians That Submit All Required Notices, Sampling, Handling, And Disposal At The Expense Of The Contractor. A Copy Of All Documents And Certifications Will Be Provided To The Cor Or Dgr. Minimize Use Of Ozone Depleting Substances. If Ozone Depleting Substances Must Be Used, All Technicians Must Be Certified As A Section 608 Technician. A Copy Of The Certifications Will Be Provided To The Cor Or Dgr. Any Proposed Equipment Must Be Authorized By Rrad Environmental And Subject To Permitting Actions At The Expense Of The Contractor. Any Activity Subject To An Air Permit (purchasing/installing Equipment, Purchasing Chemicals, Etc.) Must Be Coordinated With The Air Program Manager Prior To Installation Of Equipment Or Use Of Chemicals. installation Responsibilities government Contractor () (xx) A. Furnish Labor And Material Handling Equipment For Removal Of Existing Including Staging Of Removed Equipment Within 300 Feet Of Existing Location. () (xx) B. Furnish Labor And Material Handling Equipment For Off-loading And Placing Item On Foundation. () (xx) C. Set And Level The Machine Components On Its Foundation. () (xx) D. Provide And Install Anchor Bolts And Nuts. () (xx) E. Connect Machine To The Provided Utilities Hook-up. () (xx) F. Provide All Necessary Materials, Tools, Gages And Instrumentation Necessary To Perform The Required Tests. Material And Tooling Required Of The Performance Testing At Government Facility. () (xx) G. Provide And Charge All Systems With Fluids In Accordance With Manufacturer's Instructions. (xx) () H. Provide Unobstructed Utilities Hook-up Within 20 Feet Of System.
Closing Date24 Apr 2025
Tender AmountRefer Documents 

Province Of Negros Oriental Tender

Healthcare and Medicine
Philippines
Details: Description 1 Acetylcystiene, 600mg, Tablet Effervescent 200 Tablet 31.00 2 Aluminum Hydroxide+magnesium Hydroxide, 200mg+100mg, Tablet 400 Tablet 7.00 3 Aluminum Hydroxide+magnesium Hydroxide, 225mg+200mg/5ml 60ml, Suspension 50 Bottle 40.00 4 Amikacin, 125mg/ml/2ml, Ampule 30 Ampule 80.00 5 Amlodipine, 5mg, Tablet 200 Tablet 5.00 6 Amlodipine, 10mg, Tablet 200 Tablet 8.00 7 Amoxicillin, 500mg, Capsule 500 Capsule 7.00 8 Amoxicillin, 100mg/ml 15ml, Drops 100 Bottle 25.00 9 Axoxicillin, 250mg/60ml, Suspension 100 Bottle 100.00 10 Ampicillin Na, 250mg, Vial 100 Vial 40.00 11 Ampicillin Na, 500mg, Vial 200 Vial 30.00 12 Ascorbic Acid+zinc, 500mg, Tablet 500 Tablet 15.00 13 Ascorbic Acid, 500mg, Tablet 200 Tablet 7.00 14 Atorvastatin, 20mg, Tablet 100 Tablet 15.00 15 Azithromycin, 500mg, Tablet 100 Tablet 50.00 16 Co-amoxiclav, 625mg, Tablet 500 Tablet 20.00 17 Co-amoxiclav, 200+28.5/70ml, Suspension 50 Bottle 215.00 18 Budosenide, 250mcg/ml 2ml, Nebule 200 Nebule 70.00 19 Calcium Carbonate + Cholecalcefirol, 600mg, Tablet 100 Tablet 7.00 20 Captopril, 25mg, Tablet 200 Tablet 5.00 21 Cefalexine, 500mg, Capsule 1,000 Capsule 12.00 22 Cefalexine, 250gm/5ml, 60ml, Suspension 100 Bottle 65.00 23 Cefalexine, 100mg, Drops 100 Bottle 27.00 24 Ceftriaxone, 1g, Vial 220 Vial 180.00 25 Cefuroxime, 500mg, Tablet 800 Tablet 20.00 26 Cefuroxime, 50ml, Suspension 50 Bottle 210.00 27 Cefuroxime, 750mg, Vial 500 Vial 100.00 28 Celecoxib, 200mg, Tablet 300 Tablet 15.00 29 Cetirizine, 10mg, Tablet 500 Tablet 17.00 30 Cetirizine, 2.5mg/ml, Drops 50 Bottle 60.00 31 Cetirizine, 5mg/5ml, 60ml, Syrup 50 Bottle 75.00 32 Cinnarizine, 25mg, Tablet 500 Tablet 3.00 33 Ciprofloxacin, 200mg/100ml, 400mg/40ml Vial 50 Vial 300.00 34 Ciprofloxacin, 500mg/ Tablet 600 Tablet 25.00 35 Clarithromycin, 500mg, Capsule 100 Capsule 22.00 36 Clarithromycin, 125mg/5ml, 30ml, Suspension 50 Bottle 205.00 37 Clindamycin, 150mg, Capsule 100 Capsule 10.00 38 Clindamycin, 300mg, Capsule 100 Capsule 40.00 39 Citicholine, 500mg, Tablet 100 Tablet 90.00 40 Clonidine, 75mg, Tablet 200 Tablet 18.00 41 Cloxacillin, 500mg, Capsule 500 Capsule 7.00 42 Clopidogrel, 75mg, Tablet 100 Tablet 5.00 43 Cloxacillin, 250mg/5ml, 60ml, Suspention 50 Bottle 50.00 44 Colchicine. 500mg, Tablet 100 Tablet 5.00 45 Cotrimoxazole, 400mg, Tablet 100 Tablet 2.00 46 Cotrimoxazole, 800mg, Tablet 100 Tablet 5.00 47 Cotrimoxazole, 400mg+80mg/5ml, Suspension 20 Bottle 37.00 48 Dicycloverine, 10mg, Tablet 100 Tablet 2.00 49 Dicycloverine, 10mg/5ml, 60ml, Syrup 20 Tablet 16.00 50 Diloxanide Furoate, 500mg, Tablet 30 Bottle 25.00 51 Diphenhydramine, 50mg, Capsule 100 Capsule 5.00 52 Domperidone, 10mg, Tablet 100 Tablet 19.00 53 Domperidone, 10ml, Suspension 20 Bottle 200.00 54 Erythromycin, 500mg, Tablet 100 Tablet 7.00 55 Fenofibrate, 160mg, Tablet 100 Tablet 31.00 56 Erythromycin, 3.5g 5%, Ointment Tube 10 Tube 160.00 57 Ferrous Sulfate+folic Acid, 60mg+400mcg, Tablet 100 Tablet 7.00 58 Furosemide, 40mg, Tablet 200 Tablet 2.50 59 Gentamycin Eye/ear, 3mg/ml, Drops 15 Bottle 135.00 60 Gentamycin Sulfate, 40mg/ml 2ml, Ampule 100 Ampule 17.00 61 Glyceryl Trinitrate, 5mg, Patch 25 Patch 62.00 62 Hydralazine, 20mg/ml 1ml, Ampule 50 Ampule 190.00 63 Hyoscine-n-butylbromide, 10mg, Tablet 300 Tablet 6.50 64 Ibuprofen, 400mg, Tablet 300 Tablet 3.00 65 Ibuprofen, 100mg/5ml 60ml, Suspension 30 Bottle 60.00 66 Isosorbide-5-mononitrate, 60mg, Tablet 30 Tablet 15.00 67 Ketorolac, 30mg/ml, Ampule 50 Ampule 55.00 68 Lagundi, 300mg/5ml 60ml, Syrup 30 Bottle 60.00 69 Lagundi, 600mg, Tablet 200 Tablet 6.00 70 Losartan, 50mg, Tablet 600 Tablet 10.00 71 Losartan, 100mg, Tablet 500 Tablet 12.00 72 Mefenamic Acid, 500mg, Capusle 1,000 Capsule 7.00 73 Mefenamic Acid, 60ml, Suspension 50 Bottle 50.00 74 Metformin, 500mg, Tablet 100 Tablet 5.00 75 Methylgometrine Maleate, 200mcg/ml, Ampule 10 Ampule 73.00 76 Metoclopramide, 5mg/ml 2ml, Ampule 300 Ampule 17.00 77 Metoclopramide, 10mg, Tablet 300 Tablet 6.00 78 Metoclopramide, 5mg/5ml 60ml, Suspension 50 Bottle 28.00 79 Metoprolol (as Tartrate), 100mg, Tablet 100 Tablet 7.00 80 Metoprolol (as Tartrate), 50mg, Tablet 100 Tablet 6.00 81 Metronidazole 5mg/ml (500mg/100ml), Bottle, I.v. 200 Bottle 65.00 82 Metronidazole, 125mg/5ml 60ml, Suspension 40 Bottle 75.00 83 Metronidazole, 500mg/ Tablet 600 Tablet 5.00 84 Montelukast, 10mg, Tablet 200 Tablet 20.00 85 Montelukast, 5mg, Tablet Chewable 200 Tablet 25.00 86 Multivitamins+iron, Capsule 800 Tablet 10.00 87 Multivitamins, 15ml, Drops 20 Bottle 65.00 88 Multivitamins, 125mg/5ml 60ml, Syrup 20 Bottle 110.00 89 Mupirocin Ointment, 2% 15g, Tube 20 Tube 140.00 90 Nifedipine 10mg, Capsule 100 Capsule 7.00 91 Omeprazole, 20mg, Capsule 500 Capsule 15.00 92 Omeprazole, 40mg, Capsule 500 Capsule 34.00 93 Omeprazole, 40mg, Vial 400 Vial 200.00 94 Oral Rehydration Solutions, 5.1 125g, Sachet 500 Sachet 10.00 95 Oxytocin, 10 Lu/ml 1ml, Ampule 100 Ampule 60.00 96 Paracetamol, 100mg/ml 10-15ml, Drop 100 Bottle 45.00 97 Paracetamol, 250mg/5ml 60ml, Syrup 100 Bottle 70.00 98 Paracetamol, 300mg, Ampule 50 Ampule 75.00 99 Paracetamol, 500mg, Tablet 800 Tablet 5.00 100 Phytometadione, 10mg/ml 1ml, Ampule 50 Ampule 55.00 101 Prednisone, 5mg, Tablet 100 Tablet 3.00 102 Prednisone, 10mg, Tablet 100 Tablet 6.00 103 Prednisone, 20mg, Tablet 100 Tablet 9.00 104 Prednisone, 60ml, Bottle 10 Bottle 160.00 105 Ranitidine, 25mg/ml 2ml, Ampule 150 Ampule 36.00 106 Ranitidine, 150mg, Tablet 200 Tablet 2.00 107 Salbutamol+ipratropium, 1.50mg+500mcg/25ml, Nebule 500 Nebule 40.00 108 Salbutamol, 2mg/ml 2.5ml, Nebule 200 Nebule 22.00 109 Salbutamol, 125/5ml 60ml, Syrup 20 Bottle 55.00 110 Salbutamol, 2mg, Tablet 200 Tablet 3.00 111 Silver Sulfadiazine Cream, 1% 500ml, Jar 4 Jar 1,300.00 112 Simvastatin, 40mg, Tablet 100 Tablet 10.00 113 Simvastatin, 20mg, Tablet 100 Tablet 8.00 114 Amiodarone, 200mg, Tablet 20 Tablet 40.00 115 Tobramycine Eye Drop, 3% 5ml, Bottle 10 Bottle 225.00 116 Tranexamic Acid, 500mg, Capsule 300 Capsule 19.00 117 Multi Vitamins+b Complex, 100mg, Capsule 300 Capsule 12.00 118 Vit B Complex, 100mg/100mg/1mg 3ml, Ampule 1 Ampule 900.00 119 Vit B Complex, 100mg/5mg/5mcg, Capusle 598 Capsule 7.00 120 Zinc Sulfate, 15ml, Drops 50 Bottle 80.00 121 Zinc Sulfate, 60ml, Syrup 50 Bottle 55.00 122 Medical Oxygen, Standard, Refill 200 Cu/m 65.00 123 Potassium Chloride, 2meq/ml 20ml, Vial 10 Vial 55.00 124 Succinylcholine, 20mg/ml 10ml, Vial 2 Vial 306.00 125 Terbutaline, 500mcg/ml 1ml, Ampule 10 Ampule 120.00 126 Tranexamic Acid, 100mg/ml 5ml, Ampule 50 Ampule 200.00 127 Biperidine Hydrochloride, 2mg, Tablet 10 Tablet 22.00 128 Tramadol, 50mg/ml 2ml, Ampule 35 Ampule 65.00 129 Tramadol, 50mg, Capsule 100 Capsule 10.00 130 Tetatus Toxoid, 0.5ml, Ampule 100 Ampule 120.00 131 Thiamine, Ampule 3 Ampule 201.00 132 Sodium Bicarbonate, 1meq/ml 50ml, Ampule 5 Ampule 125.00 133 Meperidine, 100mg, Vial 2 Vial 301.00 134 Isosorbide Dinitrate, 5mg, Tablet 50 Tablet 15.00 135 Isosorbide Dinitrate, Ampule 3 Ampule 850.00 136 Phenobarbital, 120mg/ml, Ampule 2 Ampule 650.00 137 Phenytoin, 50mg/ml 2ml, Ampule 2 Ampule 700.00 138 Magnesium Sulfate, 250mg/ml 20ml, Vial 20 Ampule 65.00 139 Hyoscine-n-butylbromide, 20mg, Ampule 480 Ampule 65.00 140 Citicholine, 1g, Ampule 20 Ampule 120.00 141 Aminophylline,25mg/ml 10ml, Ampule 10 Ampule 35.00 142 Dopamine, 40g/ml 5ml, Ampule 5 Ampule 105.00 143 Mannitol, 20% 500ml, Bottle 10 Bottle 360.00 144 Lidocaine 2%, 50ml, Vial 60 Vial 60.00 145 Hydrocortisone, 125mg, Vial 100 Vial 375.00 146 Hydrocortisone, 250mg, Vial 100 Vial 115.00 147 Furosemide, 10mg/ml 2ml, Ampule 50 Ampule 25.00 148 Epinephrine, 1mg/ml, Ampule 50 Ampule 50.00 149 Dexamethasone 5mg/ml, 1ml, Ampule 10 Ampule 120.00 150 Diphenhydramine, 50mg 1ml, Ampule 20 Ampule 85.00 151 Calcium Gluconate, 10% 10ml, Ampule 5 Ampule 68.00 152 Digoxin, 250mcg 2ml, Ampule 10 Ampule 220.00 153 Dobutamine, 50mg/ml 5ml, Vial 10 Vial 420.00 154 Chlorphenamine, Ampule 10 Ampule 20.00 155 Benzodiazipne, 10mg/ml, Ampule 10 Ampule 150.00 156 Atropine Sulfate, 1mg/ml, Ampule 10 Ampule 120.00 157 Aspirin, 80mg, Tablet 100 Tablet 5.00 158 Ats 1500 Ul, Ampule 50 Ampule 170.00 159 Ats 5000 Ul, Ampule 50 Ampule 200.00 160 Amiodarone, 50mg/ml, Ampule 10 Ampule 330.00 161 Pyridixine, 1mg, Ampule 5 Ampule 400.00 162 Activated Charcoal, 50mg, Sachet 2 Sachet 480.00 163 Haloperidol Decanoate, 50mg, Ampule 2 Ampule 1,100.00 164 Methylprednisolone, 4mg, Tablet 10 Tablet 20.00 165 Morphine, 10mg/ml, Ampule 5 Ampule 80.00 166 D50 Water, 50ml, Ampule 10 Vial 50.00 167 Norepinephrine, 1mg/ml 2ml, Ampule 3 Ampule 350.00 168 Verapamil, 40mg, Tablet 10 Tablet 35.00 Sub-total: Project Name: For Hospital Use Place Of Delivery: Nabilog Community Primary Hospital Total Abc 827,013.00
Closing Date17 Jun 2025
Tender AmountPHP 827 K (USD 14.8 K)

DEFENSE LOGISTICS AGENCY USA Tender

Healthcare and Medicine
United States
Details: The Defense Health Agency (dha) Medical Logistics (medlog) Directorate Medical Materiel Enterprise Standardization Office (mmeso) And The Defense Logistics Agency (dla) Troop Support Medical Prime Vendor (pv) Program Announce A Sources Sought Notification For The Creation Of A Mission Essential Medical-surgical Materiel Qualified Suppliers Listing (qsl) For Pulse Oximeter-fingertip (non-aeromedical Certified). This Is Not A Request For A Price Quote. these Pulse Oximeter-fingertip (non-aeromedical Certified) Products Are For Purchase By The Military Treatment Facilities (mtfs) Of The Military Health System (mhs) And For The Operational Assemblages Of The Army, Navy, Air Force, Marine Corps, And Naval Expeditionary Medical Support Command (nemscom) And Managed Regionally By Mmesos North, South, West, Pacific And Europe, Hereafter Referred To As Mmesos. For Information Regarding Dla Troop Support Medical’s Pv Program Please Access The Dmm Online Web Site At Https://www.medical.dla.mil. this Sources Sought Notification Is Intended To Solicit Information And Products For Evaluation In Order To Create A Qsl For Pulse Oximeter-fingertip (non-aeromedical Certified) In Accordance With (iaw) Far 9.2. The Qsl For Pulse Oximeter-fingertip (non-aeromedical Certified) Will Be Established Approximately 03 April 2025 And Is Anticipated To Be The Basis Of A Standardization Action. All Medical Consumable Items On This Qsl Must Be On A Distribution And Pricing Agreement (dapa) For The Dla Troop Support Medical/surgical Prime Vendor (mspv) Program. All Participating Vendors Must Complete The Registration In The Dapa Management System (dms) At Https://www.medical.dla.mil/portal/dapams/dapams.aspx And Include Either Their Dapa Number Or Their Defense Medical Materiel (dmm) Number As Part Of Their Qsl Package Worksheet Submission. Receiving A Dmm Number Allows Access To The Dms And Is The First Step To Becoming A Dapa Holder. Dapa Holders Must Be Prepared To Ship Items To The Pvs, So That The Pvs May Carry Inventory And Mtfs May Designate Items As Usage; Therefore, Standardized Items May Not Be Coded In The Dms As "drop Ship Only." note: It Is Recommended That New Participants Contact Each Pv Prior To Adding Items To Dapa, In Order To Gain A Full Understanding Of The Pv's Requirements And Any Potential Costs Associated With Pv Handling Of Those Items. if You Qualify As A Vendor On The Qsl, You Will Then Be Invited, Approximately 08 May 2025, To Submit Pricing Quotes And A Separate Screenshot Of Your Submitted Dapa Log Submission Or Existing Dapa Base Uncommitted Pricing For All Required Items To The Mmeso Pocs. Both Pricing Quotes And Substantiating Dms Documentation Will Be Required For Eligibility To Enter Into An Incentive Agreement (ia) For Pulse Oximeter-fingertip (non-aeromedical Certified). Only Those Vendors With An Established Dapa Will Be Eligible To Enter Into The Subsequent Ia. The Government Reserves The Right To Standardize Or Not Standardize On Pulse Oximeter-fingertip (non-aeromedical Certified). The Resulting Ia Will Not Be A Contract And Will Not Constitute A Guarantee Of A Specific Volume Of Sales Dollars. the Mspv Program Requires That All Items Be Manufactured In A Trade Agreements Act (taa) Compliant Country (see Dfars 252.225-7020 And 252.225-7021), Unless It Is Determined That No Functionally Equivalent Item Is Available From A Compliant Source. To Be Eligible For Inclusion In The Proposed Qsl, All Vendors Are Required To Provide Country Of Origin Information In The Qsl Package Worksheet. In Addition, According To The Dapa Terms And Conditions, Vendors Must Complete The Dapa Taa Certification For Each Item Quoted. If A Quoted Item Is A Taa Non-compliant End Product, The Government Can Use This Information To Determine Whether Or Not A Non-availability Determination Exists Or If The Government Will Make A Non-availability Determination For The Item. Unless A Non-availability Determination Is Made Or A Waiver Is Obtained, Taa Non-compliant Country End Products Cannot Be Added To The Qsl And/or Dapa. note: The Contracting Officer Will Review Submissions In Response To The Subsequent Ia For Pulse Oximeter-fingertip (non-aeromedical Certified) For Country Of Origin Purposes. Only Vendors On The Qsl Who Offer Items Which Are Us Made, Designated Country, Or Qualifying Country End Products Will Be Considered For An Ia, Unless The Contracting Officer Determines That No Functional Equivalent Item Is Available From A Compliant Source In Accordance With Dfars 225.403(c)(i). Vendors Are Advised To Keep This In Mind When Submitting Their Response To This Sources Sought Notification. a. Products & Performance Required the Mmesos Are Seeking Product Line Items In The Category Of Pulse Oximeter-fingertip (non-aeromedical Certified). Within The Mhs Mtfs And Operational Procurement This Product Line Has An Estimated Annual Sales Volume Of $107,760. This Forecast Is A Good Faith Estimate Based On Historical Usage Data During A Recent 12-month Period And Does Not Constitute A Guarantee Of A Specific Volume Of Sales Dollars. One Item Is Required For Addition To The Qsl And Account For 100% Of The Total Volume In Sales $107,760. The Specifications For This Project Are Shown In The “requirements To Qualify For Qsl” Section Below. b. Instructions To Vendors To Qualify For The Qsl vendors Interested In Qualifying For Inclusion In The Qsl Must Respond To This Qsl Sources Sought Notification By Sending The Appropriate Qsl Package Worksheet And All Supporting Documentation Via E-mail To The Lead Mmeso And Dla Pocs Below. The Qsl Requirements Are Outlined Under Requirements To Qualify For Qsl Outlined Below. vendor Must Complete The Qsl Package Worksheet In Full And Submit It To The Mmeso Pocs And Dla Poc As Listed In The Qsl Source Sought Notification By The Above Response Date. The Vendor’s Submission Must Include All Detailed Information Requested In The “requirements To Qualify For Qsl” Section Below And Must Also Include: (1) Company Name And Address; (2) Company Poc (name And Phone Number, Fax Number, And E-mail Address); (3) Commercial And Government Entity (cage) Code; (4) Identification Of The Sources Sought Notification To Which The Vendor Is Responding, And (5) Dapa Or Dmm Number. only One Manufacturer Part Number May Be Provided For Each Product Description Listed In Requirement 5 Per Submitted Response. vendors May Provide Multiple Responses/submissions To The Qsl Source Sought Notification. vendor Must Offer Commercially Available Products For All Items Offered In Response To This Sources Sought Notification. supporting Documentation Must Be In Form Of Commercially Available Catalogs And Product Literature (e.g. Brochures, User Manuals, Product Packaging, Product Specification Sheets, Product Images, Etc.). due To The Potential For E-mail To Be Lost In Transmission, From Network Security, Etc., Vendors Are Strongly Encouraged To Confirm With The Mmeso Pocs That Their E-mail Submission Has Arrived. Each Submitting Vendor Is Advised To Confirm Receipt Allowing Adequate Time For Resubmission Before The Due Date And Time. any Vendor Experiencing Difficulty Opening The Worksheet May Contact The Mmeso Pocs. The Mmeso Poc Will Provide A Worksheet Copy Via E-mail. vendors That Do Not Meet The Deadline Of Cob 5:00 Pm Local Philadelphia Time For This Qsl Sources Sought Notification Will Not Be Included In The Mmeso’s Review To Establish The Qsl And Thus Will Not Be Able To Participate In The Subsequent Standardization Action. requirements To Qualify For Qsl the Requirements For This Product Line Are Outlined Below. Complete Answers And All Supporting Documentation Must Be Provided With The Vendor’s Submittal By The Response Date Stated In This Qsl Sources Sought Notification. A Vendor Who Does Not Meet All Of These Requirements Or Who Does Not Submit Documentation To Support These Requirements As Requested Will Not Be Qualified For The Qsl. Vendors Must Provide Responses To This Sources Sought Notification Via The Qsl Package Worksheet. technical Review supplier Requirements: 1. Vendor Must Have A Dapa Or Be In The Process Of Applying For A Dapa Number For The Product Line Listed. Vendor Must Provide Their Dapa Number Or Provide Date Of Application And Dmm Number Proving Access To The Dms, As The Subsequent Standardization Action Requires Vendors To Have All Required Items On Dapa. 2. Vendor Must Have An Agreement With The Current Dod Medical/surgical Prime Vendor Cardinal Health, Or Must Work With Cardinal Health To Initiate An Agreement, As Standardized Items From This Qsl Will Be Distributed Via The Mspv Program. 3. Vendor Must Have An Agreement With The Current Dod Medical/surgical Prime Vendor Owens & Minor, Or Must Work With Owens & Minor To Initiate An Agreement, As Standardized Items From This Qsl Will Be Distributed Via The Mspv Program. 4. Vendors Must Validate That Their Account Is Active In The System For Award Management (sam) And Provide Cage Code. Vendors In The Process Of Obtaining A Cage Code Must Provide Documentation To Support That They Have Registered In Sam. Vendors Without A Cage Code And/or A Sam Account Will Not Be Considered For Participation In The Subsequent Standardization Action. See Https://www.sam.gov/sam/. required Products: 5. Vendor Must Provide Manufacturer Part Numbers That Meet The Product Descriptions Below. Vendor Must Submit The Following Information Via Qsl Response Worksheet For Each Offered Product: Vendor Part Number, Manufacturer Part Number, Manufacturer Name, Full Item Description, Unit Of Measure (uom), Quantity (qty) In Uom, Unit Of Inner Packaging (uop), Qty Of Uom In Uop, Unit Of Sale (uos), And Qty Of Uom In Uos. Vendor Must Provide Product Catalog And Literature For Any Items Offered In Response To This Sources Sought Notification. Only One Vendor Part Number Should Be Provided For Each Item/sample. Vendor Must Send The Same Part Number(s) For Evaluation(s) As Provided In Response To This Qsl Announcement And As Noted In The Qsl Package Worksheet. The Vendor Must Provide Country Of Origin For All Required Items And Any Optional Items Offered. required Product(s) And Annual Usage In Units 5.1 Pulse Oximeter-fingertip (non-aeromedical Certified) / 1,224 6. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products That Are Not Made With Natural Rubber Latex. Vendor Must Also Provide Submittal Documentation Establishing That The Offered Products Are Not Made With Natural Rubber Latex. The Vendor Must Meet This Requirement In One Of Three Ways: 1) Demonstrating That The Labeling Or Product Information For The Offered Products Contains The Fda Recommended Statement "not Made With Natural Rubber Latex," 2) Demonstrating That The Iso Bs En 15223-1:2021 Symbol [reference Number 5.4.5 With Annex B.2 Negation Symbol] Is On The Labeling Or Product Information For The Offered Products, Or 3) If The Labeling Or Product Information Do Not Contain The Fda Recommended Statement Or The Iso Bs En 15223-1:2021 Symbol [reference Number 5.4.5 With Annex B.2 Negation Symbol], The Vendor Must Provide A Signed Letter Stating That The Offered Products Are "not Made With Natural Rubber Latex." 7. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products That Are Cleared By The Fda And Comply With Fda General Controls And Must Submit Supporting Documentation With Initial Submittal That Includes Fda Establishment Registration, Medical Device Listing, And 510(k). 8. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products Designed For Adult And/or Pediatric Patients And Provide Documentation To Support This With Initial Submittal. 9. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products With Instructions For Cleaning And Provide Documentation To Support This With Initial Submittal. 10. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) That Display The Following Measurements And Provide Documentation To Support This With Initial Submittal: A. Pulse Rate Expressed In Beats Per Minute B. Oxygen Saturation Of Hemoglobin (spo2) Expressed With The Appropriate Iso Bs En Iso 80601-2-61:2017, 201.7.4.3 Symbol (i.e. % Or Spo2). 11. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products With Dimensions 2-3 Inch Length By 1-2 Inch Width By 1-1.5 Inch Height And Provide Documentation To Support This With Initial Submittal. 12. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products With A Battery Compartment That Does Not Require Use Of A Tool To Access When Replacing Batteries And Provide Documentation To Support This With Initial Submittal. 13. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products That Power Off Automatically When Not In Use And Provide Documentation To Support This With Initial Submittal. 14. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products With A Neck/wrist Cord (lanyard) Included With Each Individual Product And Provide Documentation To Support This With Initial Submittal. 15. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products That Operate Using Two (2) Aaa Batteries, Included With Each Individual Product, And Provide Documentation To Support This With Initial Submittal. 16. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products With No Bluetooth Capabilities And Provide Documentation To Support This With Initial Submittal. 17. Vendor Must Provide Pulse Oximeter-fingertip (non-aeromedical Certified) Products With An Ip Rating Per Iec 60529 (i.e., Ip##) And Provide Documentation To Support This With Initial Submittal. evaluation evaluations For This Product Line Will Be Done By A Panel Of Experts As A Technical Review To Determine Which Vendors Meet The Requirements. Vendors Who Provide All Requested Information And Meet The Requirements Will Be Selected For Inclusion On The Qsl. Vendors Will Be Notified Of Whether They Met Or Did Not Meet The Qsl Requirements By Approximately 03 April 2025. response Information: responses To This Qsl Announcement Must Be Submitted Via Email To The Mmeso Clinical Analyst, Mmeso Project Manager, And Dla Ko Listed Below. vendor Questions Regarding This Qsl Announcement Are Due No Later Than 5:00 Pm Local Philadelphia Time 2 Business Days Before Solicitation Closes. Vendor Responses To This Qsl Announcement Are Due No Later Than 5:00 Pm Local Philadelphia Time On 13 March 2025. all Vendor Correspondence Should Be Emailed To All Of The Following: mr. Riley Whittlesey lead Mmeso Clinical Analyst Contractor riley.w.whittlesey.ctr@health.mil mr. David Sheaffer mmeso Project Manager Contractor david.v.sheaffer.ctr@health.mil ms. Tara Perrien dla Troop Support Medical Contracting Officer tara.perrien@dla.mil the Contracting Officer Will Address Any Issues/questions Pertaining To Incentive Agreements, Taa Questions, And Extension Requests.
Closing Date13 Mar 2025
Tender AmountRefer Documents 

Caraga Regional Hospital Tender

Others
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Bids And Awards Committee Ooooooo --------------------------------------------------------------------------------------------------------------- @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Invitation To Bid Ib No. 2024-01-21 (115) Supply And Delivery Of Various Equipment For Calibration Services - Rebid Abc: ₱ 4,800,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2024 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Four Million Eight Hundred Thousand Pesos Only ( Php 4,800,000.00 ) Under The Contract For The Supply And Delivery Of Various Equipment For Calibration Services - Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding, To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Defibrilator Measurement Analyzer 1 Unit 1,600,000.00 1,600,000.00 2 Electrosurgical Devices Analyzer 1 Unit 1,700,000.00 1,700,000.00 3 6 In 1 Patient Vital Signs Simulation/nibp, Spo2, Ecg, Temp, Ibp & Respiration Functionality Test 1 Unit 1,000,000.00 1,000,000.00 4 Gas Flow Equipment Analyzer 1 Unit 500,000.00 500,000.00 Grand Total ₱ 4,800,000.00 1. Defibrilator Measurement Analyzer Description Patient Category Defibrillators Analyzer Automates The Inspection And Preventive Maintenance Testing Of Defibrillators. They Need To Be Able To Test At Least Four Basic Defibrillator Performance Characteristics: Discharge Energy, Synchronized-mode Operation, Automated External Defibrillation, And Ecg Monitoring. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. Clinical Department /ward Biomedical Department Technical Specifications Defib Measurement; Load Resistance; 45 -50ω +/- 1% No-inductive Range: 0-200 Joules Accuracy: ±1% Of Reading ±1 Joule Range (high): 200-600 Joules Accuracy: ±1% Of Reading ± 1 Joule Resolution: 0 - 0.1 Joule Voltage: 0 – 1000 To 5000 Volts Current: 0 – 50 To 100 Amps Sampling Rate: 200-250 Khz Sampling Frequency Maximum Pulse Width (capture Time): 5us – 100 To 120 Ms Clock Accuracy; 0.10s To 100+/_ 0.05s Aed Pulse Mode Waveforms; Normal Sinus Rhythm (nsr): 20 -300 Bpm, Amplitude 1.00mv (± 2%) Asystole (asys) Ventricular Fibrillation - Coarse (vfbc) 230-240 Bpm Amplitude) 1.00mv (± 2%) Ventricular Fibrillation – Fine (vfbf) 230-240 Bpm Amplitude) 1.00mv (± 2%) Monomorphic Ventricular Tachycardia(mvt0: 210 Bpm, 1.00mv (±2%) 200-210 Bpm, 1.00mv (±2% Atrial Fibrillation (afb): 20-300 Bpm, Amplitude 1.00mv (± 2%) Ecg Simulator: Ecg Simulation With High Level Output. Ecg Waveforms – Sinus: Normal Sinus Rhythm (nsr): 20 – 300 Bpm, Amplitude 0.50 – 5.00mv (± 2%) St Elevation (ste): 20 -300 Bpm, Amplitude 0.50 – 5.00mv (± 2%) St Depression (std): 20 -300 Bpm, Amplitude 0.50 – 5.00 Mv (±2%) Myocardial Infarction (mi): 20 – 300 Bpm, Amplitude 0.50 – 5.00mv (±2%) Tall T (tt): 20 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Ecg Waveforms – Ventricular Arrhythmias: Premature Ventricular Contraction: 75-80 Bpm Intermittent (pvci): Amplitude 0.50 -5.00 – 5.00 Mv (±2%) Bigeminy (big): 75-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Trigeminy (trig): 75-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Ventricular Flutter (vflt): 230-240 Bpm, Amplitude 0.50 -5.00mv (± 2%)) Ventricular Fibrillation – Coarse (vfbc); 23-=240 Bpm, Amplitude 0.50 -5.00mv) Ventricular Fibrillation – Fine (vfbf): 230-240 Bpm, Amplitude 0.50 – 5.00mv (± 2%)) Monomorphic Ventricular Tachycardia (mvt): 200-210 Amplitude 0.50 – 5.00mv (±2% Right-focal Premature Ventricular Contraction (rfpvc) : 70-80 Bpm, Amplitude 0.50 -5.00mv (±2%)) Ecg Waveforms – Atrial Conduction Arrhymias: First Degree Av Block (favb): 70-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Second Degree Av Block : 70-80 Bpm - Mobitz I (sav_ Mi): Amplitude 0.50 -5.00 Mv (± 2%) Second Degree Av Block: 70-80 Bpm) - Mobitz Ii (savb_mii): Amplitude 0.50 -5.00mv (±2%) Third Degree Av Block (tavb): 45-50 Bpm, Amplitude 0.50 -5.00mv (±2%)) Ecg Waveforms – Atrial Arrhythmias: Sinus Arrhythmias (sar): 20 -300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Missing Beat (mb): 20 - 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Atrial Flutter (aflt): 250-300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Atrial Fibrillation (afb); 20 - 300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Paroxysmal Atrial Tachycardia (pat): 170-180 Bpm, Amplitude 0.50 -5.00mv (±2%) Premature Junctional Contraction (pjc): 20 - 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Ecg Pacer Waveforms: Synchronous Atrial (aai): 20 - 300 Bpm, Pulse Amplitude 0.50 5.00mv Pulse Width 0.1 – 2.0ms Asynchronous Astrial (aoo): 20 - 300bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 - 2.0ms Pacer (pcr); 20 – 300 Bpm Pulse Amplitude 0.50 – 5.00mv. Pulse Width 0.1 – 2.0ms Ventricular Pacer (vvi); 20 300 Bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 – 2.0ms Atrial & Ventricular Pacer (ddd): 20 - 300 Bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 – 2.0ms R-wave Detection (rwd): 20 -300 Bpm Pulse Amplitude 0.50 -5.00mv Ecg Performance Wave Forms: Sine (sine): 0.1 – 300hz 1.00 – 10.00 Mv Square (sq): 0.1 – 300hz 1.00 – 10.00 Mv Triangle (tri): 0.1 – 300hz 1.00 – 10.00 Mv Sawtooth (saw): 0.1 – 300hz 1.00 – 10.00 Mv Inverse Sawtooth (invsaw): 0.1 – 300hz 1.00 – 10.00 Mv Pulse (pulse): 0.1 – 300hz 0.50 – 5.00 Mv Ecg Noise Selection: Amplitude 0 – 10.00mv Frequency 50 - 60 Hz Ecg Accuracy: Rate: ± 1% Bpm Amplitude: ± 2% (la-ll). ± 10% (paddles) Lead Ii: 1 – 10 Mv (in Steps Of 0.5 Mv). Other Leads Are Proportional To Lead Ii By The Following Percentages; Lead I: 60% Lead Ii 100% Lead Iii: 40% Pacer Input: Fix Load: 40-50ω Accuracy: 1 % , Non-inductive Over Voltage Protection: 5000 Va (4500-5000) Variable Load: 50 -1600ω In 50ω Steps Accuracy: 1 % Non Inductive Pulse Rate: 5.0 – 800ppm Accuracy: +/- (0.5% Rdg + 0.1ppm) Heart Rate Selection: 20 - 300 Bpm Under And Overdrive: 85% (20 Bpm Min) And 115% (300bpm Max) Wave Form Selection: Nsr, Vfibc, Vfibf, Mvt, Afib, Missing Beat, R-wave Detection Pulse Current Amplitude: 5.00 – 200ma Accuracy: +/- (1% Rdg + 0.02ma) Current Measurement: Average (rms) Leading Edge, Trailing Edge, Peak ( The Highest During The Pulse ) Pulse Width: 1.00 – 100ms Accuracy: +/- (0.5% Rdg + 0.01ms) Pulse Energy: 1µj – 2.00j Accuracy: +/- 4% + 10µj Pacer Manufacturer Algorithms: Cu Medical, Ge, Hp,laerdal, Mindray, Philips, Physiocontrol, Schiller, Welchallyn, Zoll Pacer Refractory Periods: Refractory Period Test: 15 – 500ms (paced And Sensed) Accuracy; +/- 1ms Pacer Sensitivity Test: Wave Form, R Wave: Polarity Normal And Reversed Selectable Dynamic Sensitivity: 0.05mv -5.00mv In 50µv Steps Pacer Interference Test (immunity): Heart Rate: 20 -300 Bpm Frequency: 50 Or 60 Hz Noise Level In Mv: 0-15.0mv Operation: 9.2-9.6v/2300-2400mah Nickel Metal Hydride Battery Pack Battery Charge Time: 2-2.5 Hours Battery Capacity (fully Charged): 10-12 Hours Mains Supply: 110/230v Ac.: 50 To 60hz 35va Power Supply Storage Environment: - 15°c To 60°c Operating Condition: 0°c To 40°c Environment Protection: Ip 40 Communication: Usb Display: Lcd Colour Graphic Display ¼ Vga Memory: 80-100 Test Results Including Graphs) Impact Rating: 5j Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Aed Lead • Ecg Snap Adapter 10 Pack • Usb Cable • Test N Tag 2 Bluetooth Printer • Thermal Labels Rolls 5 Pack • Paddle Adaptor Box • Paddle Adaptor Box Lead (red) • Paddle Adaptor Box Lead (black) • Applied Part Adaptor 10 Pack • Carrying Bag • Manual Guide Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1.local Clinical Staff To Affirm Completion Of Installation, 2. Calibration Certificate And Warranty Certificate 3. The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 4. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 5. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 6. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training And Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 2. Electrosurgical Devices Analyzer Description Patient Category Electrosurgical Unit (esu) Analyzers Automate The Testing And Inspection Of The Output Circuits And Safety Feature Of Esus. They Perform Testing That Would Otherwise Require Several Other Pieces Of Equipment, As Well As Considerably More Time And Greater Technician Expertise. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. Clinical Department /ward Biomedical Department Technical Specifications Power Measurement: True Rms Value Of Applied Waveform Power Rating: 0 – 800w (rms) Accuracy: ± ( 1w + 5% Of Reading) Duty Cycle: 80 – 100% Up To 60 Seconds Load Bank: 0 - 5115ω Resolution: 5 -7ω Voltage (peak): 5– 10kv (peak) - Closed Load Only Accuracy: ± (10% Of Reading + 15v) Voltage: 5 – 700v Rms Accuracy: ± (10% Of Reading + 5v) Current (rms): 0 – 6000 Ma With Load Banks 0 -8000ma External Load Test Accuracy: ± (2% Of Reading + 10ma) Crest Factor: 1.4 – 20 (vpeak / V Rms) Rms Bandwidth; Instrumentation Only: 30 Hz To 10mhz (-3 Db) With Loads: 30 Hz To 2.5 Mhz (-3 Db) Variable Loads: 5 - 5115ω Steps @ 5ω (1023 Steps) Accuracy: ± (1% + 0.5, 0.0ω Of Set Of Load) Load Array: Ceramic Resistors (non-inductive) Measurement Delay: Foot Switch Delay Selectable Between 300-5000ms (8-10m Seconds Resolution) Rf Leakage (high Frequency Leakage): Active: From Active Part To Earth Passive: From Plate – Receptacle – Earth Load: Variable See Power Measurement Fixed 2 X 200ω Accuracy: ± 1%, + 0.5, - 0.0 Ω Contact Quality Monitoring (cqm): Range: 0 -475ω Steps @ 1 Ω Steps Motor Driven Potentiometer Accuracy: ± 5-7% ± 1-2ω Alarm Register: High And Low Manual Confirmation Ranging: Manual Or Automatic Output Connectors: Remote Foot Switch Control (cut): Yellow, Single Relay Contact Remote Foot Switch Control (coag): Blue, Single Relay Contact High Frequency Leakage: Through 4mm Sockets And Power Measurements Usb: Pc Download Oscilloscope Output: 0.5v/a, 100ma, Rf Current Minimum Input, Un-calibrated, Indication Only Isolation: 10kv Isolation Between Measurement Device And Enclosure Low Frequency Filter: 100hz Filter To Avoid Low-frequency Disturbance Or Interference General: Memory: 4000- 5000 Records (4mb) Output: Csv And Sss Format Dimensions: Not More Than 373mm X310mm X210mm Weight: 10-12kg / 22 Lbs Operating Temperature: 10°c - 40°c / 50°c / 32°f -122°f Main’s Power: 115/230v Ac + 10%; 48 To 66 Hz, 35 Va Fuses: 2x 1.6 A (t) Ceramic Standard Accessories: Mains Lead, Usb Lead, Calibration Certification Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Test Lead, Usb Lead • Cut/coag Control Interface Cables • Power Cord • Colored Sheathed Banana Set • Operator Cd • Manual • Carrying Bag Training, Installation And Utilisation Pre-installation Requirements • Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning • Local Clinical Staff To Affirm Completion Of Installation, Calibration Certificate And Warranty Certificate • The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. • The Supplier Must Have A Certificate Of Being An Authorized Service Partner. • The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. • The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 3. 6 In 1 Patient Vital Signs Simulation / Nibp, Spo2, Ecg, Temperature, Ibp, And Respiration Functionality Test. Description Patient Category A Medical Device Tester Is Responsible For Ensuring That Medical Devices Meet Quality And Safety Standards. They May Work With A Variety Of Devices, From Blood Pressure Monitors To Pacemakers Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. 6 In 1 Patient Vital Signs Simulation: • Nibp, Spo2, Ecg, Temperature, Ibp, And Respiration Functionality Test. Clinical Department /ward Biomedical Department Technical Specifications Detailed Requirements Displayed Parameters User Adjustable Settings Non-invasive Blood Pressure Simulation: Waveform: Oscillometric Pulse Volume: High, Medeum,low, Pediatric Heart Rate; 20-300bpm Integrated Pump; 0 To 350mmhg User Configuration Leak Test: User Configurable Between 0-350mmhg Chronometer; Configurable Up To 999 – 1100 Secs) Digital Manometer: 0-410mmhg Pressure Accuracy: +/- 0.5% Fs Pressure Unit: Mmhg, Inhg, Kg/cm2. Cmh20, Mbar, Psi, In H20 And Kpa Oxygen Saturation Simulation(puls-r): Range: 30 To 100% Repeatability; Positive/negative 5% Of Reading Between 30-59% Spo2 Positive/negative 3% Of Reading Between 60-89% Spo2 Positive/negative 1% Of Reading Between 90-100% Spo2 ( Accuracy Of Simulation When Used With The Corresponding R-curves Based In Using The Same Probe And Monitor Set Up . Note That Some Montor Type Might Not Be Able To Display Low Range Sats) Heart Rate: 30-300bpm Accuracy: Positive/negative 1bpm Compatibility: Beijing Choice, Criticare, Ge Tuffsat, Masimo, Mindray, Nellcor, Nellcor Oximas, Nihon Kohden, Nonin, Novametrix, Philips,/hp Ecg Arrhythmia Simulator: Simulation: 5 Lead Simulation Including High Level Output On Normal Sinus Rhythm (nsr), St Elevation, St Depression, Myocardial, Infarction, Tall T Heart Rate: 20-300bpm Accuracy: Positive/negative 1 Bpm Amplitudes; Lead Ii: 0.5 -5 Mv (in Steps Of 0.5 Mv). Other Leads Are Proportional To Lead Ii By The Following Percentage: Lead I : 60% Lead Ii : 100% Lead Iii : 40% Accuracy: Positive/negative 2% Connection High Level Ecg 3.5mm Jack Plug St Elevation /depression: Heart Rate: 20-300bpm Elevation %: 7%, 13%, 20% Elevation Slope: Positive, Negative, Flat Myocardial Infarction: Type: Ischemia, Injury, Infarction, Inferior Infarction Heart Rate: 20-300bpm Tall T: Heart Rate: 80 Bpm (ranges 75-80) T Wave Amplitude: 0-1.2mv (steps Of 0.1mv) Arrhythmia Waveforms (atrial); Simulation: 5 Lead Simulation Amplitudes: 0.5 / 1 / 1.5 / 2 / 2.5 / 3 / 3.5 / 4 / 4.5 / 5 Mv. Heart Rate ( When Applicable ) 20 – 300bpm Atrial: Sinus Arrhythmia (sa), Missing Beat, Atrial Flutter (aflt), Atrial Fibrillation (afb), Paroxysmal Atrial Tachycardia (pat), Junctional Premature Contraction. Atrial Conduction: First Degree Av Block, Second Degree Av Block – Mobitz I, Second Degree Av Block – Mobitz Ii, Third Degree Av Block, Right Bundle Branch Block (rbb), Left Bundle Branch Block (lbb), Left Anterior Hemiblock. Ventricular: Premature Ventricular Contraction – Intermittent Premature Ventricular Contraction – Continuous Bigeminy, Trigeminy, Ventricular Flutter (vflt), Ventricular Fibrillation Fine (vfbf), Ventricular Fibrillation Coarse ( Vfbc), Monomorphic Ventricular Tachycardia (mvt), Polymorphic Ventricular Tachycardia (pvt) Right Focal (pvc). Performance Waveforms: Shape: Sine, Square, Triangle Rate: 0.1 To 0.9hz (in Steps Of O.1hz) 1 To 100hz (in Steps Of 1hz) Amplitude: Lead Ii : 0.5-5 Mv (in Steps Of 0.5 Mv) Other Leads As Above Accuracy: 2% Shape: Pulse Rate: 20 Ms Pulse Duration, 4 Second Delay Amplitude: Lead Ii : 1 Mv. Other Leads As Above Accuracy: 2% Pacer Waveforms: Available: Synchronous Atrial, Asynchronous Atrial, Paver Only, Ventricular Pacer, Atrial & Ventricular Pacer. Qrs: 1mv Pacer Pulse Amplitude: 0.1-2mv Pacer Pulse Polarity: Positive/negative Pacer Pulse Width: 0.1-2ms R Wave Detection: Heart Rate: 70 Bpm R Wave Width; 10-120ms (steps Of 10ms) Temperature Simulation: Simulation; Ysi 400 / 700 Static Range; Preset At 25, 23, 37, And 41c Accuracy: ± 0.1c Default Setting: Ysi 400 37c Respiration Simulation: Rates; 5, 10, 15, 30, 60, 120, 180 Breaths Per Minute Base Resistance: 250, 500, 750, 1000 Ohms Accuracy: ± 10% Resistance Variation: 0.1, 0.5, 1.0, 1.5 Ohms Accuracy: ± 10% Default Setting: 15bpm / 250ω / 0.1ω Apnoea Simulation: 0-60 Seconds Duration 0-300seconds Interval Invasive Blood Pressure Simulation; Channels: 2 Channels Static: 0 To 300mmhg Dynamic: 0-300mmhg For Systolic 6 Diastolic Accuracy: ±1mmhg Excitation Voltage: 2 – 16v Impedance: 350ω Nominal Simulated Sensitivity: 5µv / V /mmhg Basic Specification: Operation; Battery Cell, In-site Charge Battery Charger: 100-240vac, 50/60hz Supply; 12 Vdc Centre Positive Battery Life: 8 Hours Standby Or A Maximum Of 200 Nibp Simulations Memory Capacity; Approx. 5, 000 Records Communication: Bluetooth Display: Monochrome, ¼ Vga Full Graphics Keypad: Alpha Numeric Weight: < 1.5 Kg, <3.5lbs Size (lxwxd): 250-270 X 100 To 110 Mm / 10.5 X 4 X3 Operating Environment: - 15° - + 60°c Environmental Protection: Ip 40 Puls-r: Compatibility Beijing Choice, Ge Tuffsat, Mindray, Nellcor Oximax, Nonin, Philips / Hp, Criticare, Masimo, Nellcor, Nihon Kohden, Novametrix Supported Default R-curves Heart Rating: 30 – 300bpm Accuracy Of Simulation When Used With The Corresponding R Curves: Resolution 1% Steps - Range 30-59% - Repeatability ± 5% 1% Steps -range 60 – 89% - Repeatability ±3 % 1% Steps -range 90 – 100% - Repeatability ±1% Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Ibp Connection Cable • Nibp Accessories • Temperature Connect Cables • Ecg Cables And Leads • Puls-r Universal Spo2 Simulation Finger Standard Accessories: • Carry Case • Nibp Tubing Kit • Ecg Adaptor Module And Snap-on Adaptors • Quick Start Guide • Power Supply Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1. Local Clinical Staff To Affirm Completion Of Installation, 2. Calibration Certificate And Warranty Certificate 3. The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 4. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 5. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 6. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 4. Gas Flow Equipment Analyzer Description Patient Category Test Gas Flow And Respiratory Medical Equipment Accurately, Including Ventilators, Flow Meters, Edoscopic Insufflators, Suction Devices, Pressure Gauge And Anaesthesia Machine, Especially When Accuracy Of Low Volume And Pressure Is Crucial. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. 5 In 1 Gas Flow Equipment Analyzer • Ventilators, Flow Meters, Pressure Gauge, Suction Machine And Anesthesia Machine Clinical Department /ward Biomedical Department Technical Specifications Flow And Pressure Measurements: Flow: Range: Accuracy: Measuring Direction * Bidirectional Temperature Compensated * Automatic Or Manual Pressure Compensated *automatic Humidity Compensated *- Manually High Flow * ±300 L/min , * ±1.9% Or 0.1 L/min (for 10..40°c) Pressure: High Pressure (p High) * -1 – 9 Bar * ±0.5-1% °or ±6-7 Mbar Differential Pressure (p High): * ±180-200mbar * ±.05-0.75% Or ±0.5-0.1mbar Pressure In High Flow Channel: * - 55-150mbar * ±0.75% Or 0.1mbar Atmospheric Pressure: * 550-1150mbar * ±1% Or ± 5mbar Units: Flow: * L/min, L/s, Cfm, Ml/min, Ml/s Pressure: * Bar, Mbar, Cmh20, Inh20, Torr, Inhg, Hpa, Kpa, Mmhg, Psi Other Measurement: Oxygen; Concentration; * 0-50% * ±15 O2 Pressure Compensated; * ≤100-150mbar Temperature: In High Flow Channel: * 0-55°c * ±1.75% Or ±0.5% °c Co2: Concentration * 0-16 Vol% * ±(0.2vol% + 2% Of Reading) N2o: Concentration * 0-90 Vol% * ±(2% Vol% + 2% Of Reading) Hal, Iso,enf: Concentration * 0-8% Vol% * ±(0.15% + 5% Of Reading) Sev Concentration *1-10% Vol% * ±(0.15% Vol% +5% Of Reading) Des Concentration * 0-20 Vol% * ±(0.15 Vol% +55 Of Reading) Gas Type: * Air,o2, Air/o2, N2o, N2o/o2, He/o2, N2,c02, Gas Standards: * Atp, Atpd, Atps, Ap21, Stp, Stph, Btps, Btps-a, Btpd, Btpd-a, 0/1013, 20/981, 15/1013, 25/991, 20/1013, Ntpd, Ntps Ventilation Parameters: Breath Rate: Rate: * 1-980 Bpm * ±0.5 Bpm Or ±0.5-5% Or 2.0 Time Ti Te * 0.04 – 60 S * ±0.01-0.02 S Ratio I:e * 1:300-300:1 * ±2.5% * 0-90% * ±3-5% Breath Volumes V: * * ±2% Or 0.20ml (> 6 Sl/min) Vti,vte: * ±10l * ±2% Or ±2.20ml (>6 Sl/min) Minute Volume Vi, Ve: * 0-299sl/min * ±2.5% Pressure P Peak, P Mean, Peep, P Plateau, Ipap: * 2-150 Mbar * ±0.75% Or ±0.1mbar Peakflow Pf Insp1, Pf Xp : * ±300 Sl/min * ±1.9% Or ±0.1% Sl/min Compliance C Stat * 1-1000 Ml/mbar * ±3% Or ±1ml/mbar Trigger Adult, Pediatric, Hfo Ext. Trigger * Adult, Pediatric Hfo, Adjustable On Flow Or Pressure Curves With User Defined Limits General Information; Power: * 100-240vac, 50/60hz Battery * 3-5 Hours Power Consumption * 3-6 W Weight * 0.52-1kg Dimension ( W X D Xh) * 11.4x 7x 7.3cm Depends Of The Manufacturer) Data Storage * Internal And Micro Sd Display * Multi Touch (color) , Realtime Curves Interfaces * Rs-232, Usb , Ethernet, Can, Analog Out, Ttl, Wlan, Tsi4000 And Prima Protocool Calibration * Annually Condition Ambient Temperature * 20-40°c (*59-104°f) Condition Humidity * 20-90% R,h Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Stand • Smartlung Adult (1l) • Webserver Configurator And Monitoring • Flow Lab Software • Oxygen Sensor • Adapter Set • Laminar Flow Tube • Car Adapter • Micro Sd Memory Card • Protection Filter • Usb Cable • Ethernet Cable • Power Supply • Battery Pack • Usb Adapter • Manual • Protector • Carrying Bag Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1. Local Clinical Staff To Affirm Completion Of Installation, Calibration Certificate And Warranty Certificate 2. The Supplier Must Have A Track Record/history/experienced For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 3. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 4. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 5. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) This Procurement Is A Partial Bid Or Line Item Bid. Validity Of The Contract Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specifications And Terms Of Reference Is Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3. (ra 9184) The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). Slcc Shall Be The Same Or Similar In Nature, Which Shall Be Determined By The Bids And Awards Committee. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, At Procurement Section, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 – January 21, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 18, 2024 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83066464127?pwd=umvcd4lcmrkaz6ldz2qhqbhw76cdzk.1 Meeting Id: 830 6646 4127 Passcode: 528376 Deadline Of Submission Of Bids January 21, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com . Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 21, 2025 At 2:00 P.m. Via Zoom Platform. Join Zoom Meeting Https://us06web.zoom.us/j/85126317644?pwd=pqhrftd91zoxlr4ufcctyy7gtdz5qj.1 Meeting Id: 851 2631 7644 Passcode: 872092 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1enb1ofcvp2zs4qembcxjjpeilwkths5c?usp=sharing Payment Of Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 21, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 21, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 4.8 Million (USD 81.9 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.43|wwv|717-605-3992|noelle.m.smith10.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 Specifications Section C & Section E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version (jun 2002)|8|x||x|||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2023)|13|334513|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Small Business Set Aside Is Dissolved. the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 8 January 2025. the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 06 March 2024 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In. 3.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (186 Days) \ 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. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This 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 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. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-1330 | | |e |220516|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-p-24212 | | |c |980421|a| 2| | document Ref Data=qpl 24212 | | |32 |060308|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 ;the Transducer, Motional Must Be Manufactured In Accordance With Specification Mil-p-24212, Type Designation Pgt-gp-4500-g-4, Except As Amplified Or Modified Herein.; 3.1.1 ;each Transducer Must Be Furnished With A Receptacle Having Type Normal Keying In Accordance With Ms3102r14s-5p Vice Ms3102r14s-5px Specified By Mil-p-24212c Section 3.5.14.2.; 3.1.2 ;each Transducer Must Be Furnished With A Protective Plug In Lieu Of Mating Plug Specified By Mil-p-24212c Sections 3.5.14 And 3.5.14.2.; 3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General. 3.3 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. 3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. 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. 3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of 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. 3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.6 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. 3.6.1 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. 3.6.2 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. 3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) 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 Navicp-mech May Request The Pco Waive This Requirement. 3.6.4 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. 3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.7 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. 3.7.1 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. 3.7.2 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. 3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/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 Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.9 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: 3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.9.2 Inspection For Completeness And Proper Type. 3.9.3 Verification Of Material Quality Received. 3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.9.6 Identification And Protection From Improper Use Or Disposition. 3.9.7 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. 3.9.8 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. 3.9.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.11.1 When Traceability Markings On The Material Would 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 Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.11.2 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 On The Material, 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. 3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.12.1 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. 3.12.2 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 Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, 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. 3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.14 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure. 3.14.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.15 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, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. 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 (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("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 For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 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 - 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 - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 14 2008 - Mil-std-1330 Cleaning Procedures Required - 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 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 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco. note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable. the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt.
Closing Date8 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n742.11|wwv|717-605-7574|ashton.k.perry.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 Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|n50286|tbd|n/a|n/a|tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| 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||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And2025-o0004))|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. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In. 3.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 18 Working Days After Receipt final Delivery Of Material (186 Days) \ 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. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 1.1.2 This ;poppet Assembly; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May Require testing. 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 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. 2.2.2 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;3423-2001 04577 G D; 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |230223|a| |01| document Ref Data=mil-std-1330 | | |e |220516|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=ss800-ag-man-010/p-9290 | | |a |200324|a| |42| 3. Requirements 3.1 ;the Poppet Assembly Must Be Manufactured In Accordance With Carleton Technologies Inc. Drawing 3423-2001, Part Number 3423-2012-1, Except As Amplified Or Modified Herein.; 3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General. 3.3 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. 3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. 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. 3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of 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. 3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.6 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. 3.6.1 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. 3.6.2 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. 3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) 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 Navicp-mech May Request The Pco Waive This Requirement. 3.6.4 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. 3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.7 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. 3.7.1 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. 3.7.2 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. 3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/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 Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.9 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: 3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.9.2 Inspection For Completeness And Proper Type. 3.9.3 Verification Of Material Quality Received. 3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.9.6 Identification And Protection From Improper Use Or Disposition. 3.9.7 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. 3.9.8 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. 3.9.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.11.1 When Traceability Markings On The Material Would 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 Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.11.2 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 On The Material, 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. 3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.12.1 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. 3.12.2 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 Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, 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. 3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.14 See Cdrl Di-ndti-80603a - Cleaning - Prior To Performing Any Cleaning, The Applicable Cleaning Procedure Must Be Submitted For Review And Approval. If The Contractor's Cleaning Procedure Has Previously Been Approved By Navsea For This Or Other contracts, A Copy Of The Original Approval Letter Must Be Submitted In Lieu Of The Actual Procedure. 3.14.1 When Cleaning Is Performed By A Subcontractor, The Requirements For Submission Of All Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.15 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, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. 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 (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("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 For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 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 - 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 - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 14 2008 - Mil-std-1330 Cleaning Procedures Required - 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 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 12 - Within 60 Days After Contract Award And Prior To Performing Any Cleaning, Submit One Copy To The Pco. note: If This Procedure Has Been Previously Approved By Navsea, Submittal Of The Original Approval Letter In Lieu Of The Procedure Is Acceptable. the Review (approval/disapproval) Must Be Within 60 Days From Date Of Receipt.
Closing Date9 May 2025
Tender AmountRefer Documents 

City Of Bayawan Tender

Automobiles and Auto Parts
Philippines
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee Bid No.: Itb 25-196 Date.: 28.may.2025 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Recieved For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Qty Unit Articles Brand "unit Price" Total Lot No. I Spare Parts - Motorcycle 1 20 Set Bolt, 6mm X 25 Mm, W/nut, Plain & Lock Washer 2 2 Can Battery Cleaner & Protector, 20 Oz Per Can; Anti Corrosion 3 2 Piece Spark Plug For Suzuki Smash 110 , (cr6hsa) (part Number: 09482-00406-000) 4 20 Piece Motorcycle Seat Cover, Waterproof (high Quality) 5 3 Piece Clutch Cable - , Klx 150 6 5 Piece Brake Shoe -, For Klx 150 7 5 Piece Spark Plug-, For Klx 150 8 3 Piece Axle Pivot-, For Klx 150 9 5 Piece Hub Rubber Dumper-, For Klx-150 10 3 Piece Cable Accelerator-, For Klx-150 11 5 Piece Brake Pad-, For Klx-150 12 3 Piece Chain Roller- 130l, 132l, For Klx 150 13 3 Piece Seat Cover-, For Klx-150 14 3 Piece Sprocket, Rear- 49t, 51t, 54t, For Klx 150 15 3 Piece Engine Sprocket- 14t,16t,17t, For Klx 150 16 3 Piece Front Fender- , For Klx-150 17 5 Set Carburetor Repair Kit-, For Klx 150 18 2 Piece Piston Ring, Std, For Klx 150 19 2 Piece Piston, Pin-std, For Klx 150 20 2 Set Clutch Lining, For Klx 150 21 4 Set Brake Shoe Rear & Front, For Yamaha Sniper 135cc 22 4 Piece Spark Plug-, Yamaha Sniper 135cc 23 1 Piece Hub Rubber Dumper-rear Hub, Yamaha Sniper 135cc 24 4 Piece Seat Cover-, Yamaha Sniper 135cc 25 4 Piece Chain Roller-132, Sniper 135cc 26 4 Piece Engine Sprocket- 17t, Yamaha Sniper 135cc 27 4 Piece Tail Light Bulb-, Yamaha Sniper-135cc 28 10 Set Spoke-rear- Xrm 110, 10mmx162mm X (36pcs/set) 29 20 Piece Brake Shoe, For Xrm 125 30 20 Piece Spark Plug, For Honda Xrm 125 31 40 Set Disc Pad Front , For Xrm 125 Single Piston (2pcs/set) 32 20 Piece Roller Chain For Motorcycle, #428h. 110l - Heavy Duty 33 20 Set Timing Chain Xrm, Xrm 110, Set Kit 34 25 Piece Sprocket, Rear, 38t. 428h.d Xrm 125 35 20 Piece Engine Sprocket, 14t.428 H.d Xrm 110/wave 100 36 15 Unit Battery For Motorcycle, 12v 3 Ah/10hr 37 20 Piece Head Light Bulb, 12 Volts 18 Watts Xrm 125 38 10 Piece Front Fender-, Xrm 110 39 10 Piece Bulb, Tail Light 12v, Xrm -125 40 20 Piece Brake Master Assembly-, Xrm 125 41 20 Piece Brake Master Repair Kit-, Xrm 125 42 20 Piece Bearing 6322-, Xrm 125 43 15 Piece Crank Case Gasket-, Xrm -125 44 20 Piece Bearing 6304-, Xrm 110 45 4 Piece Spark Plug- , Yamaha Xtz-125 46 2 Piece Air Filter-, Yamaha Xtz 125 47 2 Piece Full Gasket Kit-, Yamaha Xtz 125 48 1 Piece Sprocket Rear-, Yamaha Xtz-125 49 3 Piece Oil Filter Element-, Yamaha Xtz 125 50 2 Piece Engine Sprocket-, Yamaha Xtz -125 51 2 Piece Brake Pad-front, Yamaha Xtz-125 52 2 Piece Brake Pad-rear, Yamaha Xtz-125 53 15 Piece Starter Switch-, Xrm 125 54 15 Piece Hub, Rear, Xrm 125 55 20 Piece Clutch Lining-, Xrm 125 56 6 Piece Ignition Switch-, Xrm 125 57 2 Piece Wheel Rim, 2.75x21, Xlr 200 58 2 Piece Brake Shoe,rear, Xlr 200 59 4 Piece Spark Plug-, Xlr 200 60 2 Piece Axle Pivot-, Xlr 200 61 2 Piece Hub Rubber Dumper-, Xlr 200 62 2 Piece Head Light Bulb, 12 Volts -, Xlr 200 63 2 Piece Cable Accelerator-, Xlr 200 64 2 Piece Wheel Rim 4.10x18-, Xlr 200 65 2 Piece Chain Roller 124l Hd-, Xlr 200 66 2 Piece Piston Std-, Xlr 200 67 4 Piece Sprocket Rear-, Xlr-200 68 2 Piece Engine Sprocket-, Xlr-200 69 2 Piece Front Fender-, Xlr 200 70 2 Piece Carburetor Repair Kit-, Xlr 200 71 2 Piece Piston Ring, Std, Xlr-200 72 2 Piece Battery 12 Volts- (conventional Type), Xlr-200 73 3 Piece Brake Pad-, Xlr 200 74 2 Set Spoke-rear 10mmx162mmx (36 Pcs/set), Wave 100 75 2 Set Brake Shoe,rear, Wave 100 76 2 Piece Spark Plug-, Wave 100 77 3 Piece Seat Cover-, Wave 100 78 2 Piece Brake Shoe-front -, Wave 100 79 2 Piece Hub Rubber Dumper-rear, Wave 100 80 2 Piece Head Light Bulb, 12 Volts 18 Watts-, Honda Wave 100 81 2 Piece Cable Accelerator-, Wave 100 82 2 Piece Foot Rest ,rear-, Wave 100 83 3 Set Chain Roller 110l, 428, Wave 100 84 3 Set "overhauling Gasket Kit For Honda Dream 100, - Designed For Honda Dream 100 Engines - High Quality Materials - Ensures Optimal Engine Performance" 85 2 Piece Sprocket, Rear, 36t, 428 Hd-xrm 110/wave 100 86 2 Piece Front Fender-, Wave 100 87 2 Piece Battery 12 Volts , Wave 100 88 2 Piece Bulb 12v Tail Light Big-double Contact-, Wave 100 89 4 Set Brake Shoe Rear & Front, Tmx 150 90 4 Piece Spark Plug-, Tmx 150 91 2 Piece Hub Rubber Dumper-rear, Tmx 150 92 2 Piece Headlight Bulb, Tmx 150 93 2 Piece Seat Cover-, Tmx 150 94 2 Piece Chain Roller-, Tmx 150 95 2 Piece Sprocket-rear, Tmx 150 96 2 Piece Engine Sprocket-, Tmx 150 97 2 Piece Battery -conventional Type, Honda Tmx 150 98 2 Piece Tail Light Bulb-, Tmx 150 99 2 Set Brake Shoe Rear & Front, Tmx 155 100 2 Piece Spark Plug-, Tmx 155 101 1 Piece Hub Rubber Dumper-rear, Tmx 155 102 2 Piece Headlight Bulb, Tmx 155 103 1 Piece Seat Cover-, Tmx 155 104 2 Piece Chain Roller, For Honda Tmx 155 105 2 Piece Sprocket-rear, Tmx 155 106 2 Piece Engine Sprocket-, Tmx 155 107 1 Piece Battery -conventional Type, Tmx 155 108 2 Piece Tail Light Bulb For Honda Tmx 155, 12v 15/5w (part Number: 34906-268-600). 109 3 Piece Brake Shoe,rear- , Honda Beat 110 110 3 Piece Brake Pad,front-, Honda Beat 110 111 3 Piece Spark Plug-, Honda Beat 110 112 3 Set Plyball-, Honda Beat 110 113 3 Piece Tail Light Bulb-honda, Beat 110 114 3 Piece Belt, Plyball-, Beat 110 115 3 Piece Battery -conventional Type, Beat 110 116 2 Piece Hub Bearing, Front-honda, Beat 110 117 6 Piece Brake Shoe W/ Lining,rear, Xr 150 118 4 Piece Spark Plug-, Xr-150l 119 4 Piece Hub Rubber Dumper-rear, Xr-150 120 2 Piece Headlight Bulb,12 Volts- Honda, Xr-150 121 3 Piece Headlight Bulb,12 Volts- Honda, Beat 110 122 2 Piece Cable Accelerator-, Xr-150 123 6 Piece Chain Roller-, Xr-150 124 6 Piece Sprocket Rear For Honda Xr150l, #428h. 49t (part Number: 41201-krh-650)- Heavy Duty. 125 6 Piece Engine Sprocket-, Xr 150 126 6 Piece Brake Pad-front, Xr-150 127 5 Piece Tail Light Bulb-, Xr-150 128 3 Piece Front Fender-, Xr-150 129 6 Piece Swing Arm Bearing-, Xr-150 130 6 Piece Swing Arm Collar, Xr-150 131 3 Set Brake Shoe W/ Lining,rear, Xr-200 132 4 Piece Spark Plug-, Xr-200 133 3 Piece Clutch Lining-, Xr-200 134 2 Piece Head Light Bulb, 12 Volts -, Xr-200 135 2 Piece Cable Accelerator-, Xr-200 136 4 Piece Chain Roller-, Xr-200 137 4 Piece Sprocket-rear-, Xr-200 138 4 Piece Engine Sprocket-, Xr-200 139 4 Set Brake Pad,front-, Xr-200 140 4 Piece Tail Light Bulb-, Xr-200 141 3 Piece Front Fender-, Xr-200 142 4 Piece Swing Arm Bearing-, Xr-200 143 4 Piece Swing Arm Collar, Xr-200 144 4 Piece Bearing #6305-, Xr-200 145 4 Piece Air Filter-, Xr 200 146 4 Piece Carbon Brush-, Xr-200 147 4 Set Brake Pad,front-, Crf-250 148 1 Piece Air Filter-, Crf 250 149 1 Piece Full Gasket Kit-, Crf-250 150 1 Piece Sprocket-rear-, Crf 250 151 3 Piece Oil Filter Element-, Crf 250 152 1 Piece Engine Sprocket-, Crf-250 153 1 Piece Chain Roller-, Crf-250 154 1 Piece Battery #31500-kzz-931, Crf-250 155 4 Piece Brake Shoe W/ Lining,rear-, Crf-150 156 6 Piece Spark Plug-, Crf-150 157 2 Piece Hub Rubber Dumper-rear, Crf-150 158 3 Piece Head Light Bulb, 12 Volts -, Crf-150 159 3 Piece Chain Roller-, Crf-150 160 3 Piece Engine Sprocket-, Crf-150 161 3 Piece Sprocket-rear-, Crf-150 162 3 Piece Brake Pad,front-, Crf-150 163 13 Piece Tail Light Bulb-honda, Crf-150 164 25 Piece Brake Shoe,rear - Honda, Cft-125 165 25 Piece Disc Pad,front-honda, Cft-125 166 25 Piece Spark Plug- Honda, Cft-125 167 8 Piece Hub Rubber Dumper-rear -honda, Cft-125 168 15 Piece Headlight Bulb -honda, Cft-125 169 15 Piece Seat Cover- Honda, Cft-125 170 25 Piece Chain Roller- Honda, Cft-125 171 25 Piece Sprocket-rear-, Honda Cft-125 172 25 Piece Engine Sprocket-, Honda Cft-125 173 1 Set Spoke Assy., Rear For Honda Dream 100, 10x159 (part Number: 06420-kfl-850). 174 1 Set Hand Grip For Honda Dream 100, Rubber Quality 175 2 Piece Spark Plug For Honda Dream 100 , Part Number: 98056-57713 176 3 Piece Seat Cover- Honda, Dream 100 177 2 Set Brake Shoe Set, Front & Rear For Honda Dream 100, Part Number: 45120-gb0-900 178 2 Set Rear, Wheel Hub Rubber Damper For Honda Dream 100, Good Quality (part Number: 41241-gb4-770). 179 2 Piece Headlight Bulb For Honda Dream 100, 12 Volts 18 Watts 180 1 Piece Accelerator Cable For Honda Dream 100, Parts Number: 17910-kfl-690 Standard Quality Wire And Cable 181 2 Piece Chain Roller- Honda, Dream 100 182 2 Piece Sprocket Rear, Honda Dream 100, #428-38 Teeth, Heavy Duty 183 2 Piece Engine Sprocket For Honda Dream 100, #428 - 14teeth 184 2 Piece Front Fender For Honda Dream 100, Part#6110-kzv-m70zd 185 2 Piece Battery For Honda Dream 100, 12 Volts, Dimension: 4¾ In. X 2¾ In. X 3⅝ In., Part Number: 31500-gn5-912. (separate Battery Solution). 186 2 Piece Tail Light Bulb For Honda Dream 100, 12v Big Double Contact (part Number: 34906-gb6-921). Lot No. Ii Tires And Tubes - Motorcycle 187 6 Piece Inner Tube, 7.00 X R16 188 4 Piece Inner Tube, 7.00 X R15 189 48 Piece Motorcycle Tire, 2.50 X 17 190 4 Piece Motorcycle Tire, 3.00 X 18 191 2 Piece Motorcycle Tire, 3.00 X 16 192 4 Piece Motorcycle Tire, 3.25 X 16 193 3 Piece Motorcycle Tire, 2.75 X 19 194 3 Piece Motorcycle Tire, 80/90 R 14 195 3 Piece Motorcycle Tire, 90/90 R14 196 40 Piece Motorcycle Tire, 2.75 X 17 197 18 Piece Motorcycle Tire, 3.50 X17 198 18 Piece Motorcycle Tire, 110/90 X 17 199 4 Piece Motorcycle Tire, 120/80 R18 200 1 Piece Motorcycle Tire, 2.75 X 21 201 1 Piece Motorcycle Tire, 4.10 X 18 202 8 Piece Motorcycle Tire, 3.00 X 21 203 48 Piece Inner Tube, 2.50 X 17 204 8 Piece Inner Tube, 3.00 X 18 205 8 Piece Inner Tube, 3.00 X 16 206 8 Piece Inner Tube, 3.25 X 16 207 8 Piece Inner Tube, 2.75 X 19 208 6 Piece Inner Tube, 80/90 R 14 209 6 Piece Inner Tube, 90/90 R 14 210 40 Piece Inner Tube, 2.75 X 17 211 5 Piece Inner Tube, 4.10 X 18 212 1 Piece Inner Tube, 2.75 X 21 213 10 Piece Inner Tube, 3.50 X 17 214 18 Piece Inner Tube, 110/90 - 17 215 4 Piece Inner Tube, 3.00 X 21 216 6 Piece Inner Tube, 120/80 R18 Lot No. Iii Spare Parts - Light Vehicle 217 30 Piece Battery Clamp, 218 30 Liter Radiator Coolant, 219 6 Piece Oil Filter-, 90915-03001/16510-73012-, F6a, Dz-110 (suzuki Multicab) 220 8 Piece Spark Plug, For Suzuki F6a 221 1 Piece Air Filter, For Suzuki; F6a 222 1 Piece High Tension Wire, For Suzuki; F6a 223 4 Piece Fuel Pump Assembly, For Suzuki; F6a 224 3 Set Oil Filter; 5262311 / Steel Guard Cummins Isf38, 2 Pcs/set For Dental Bus 225 2 Piece Fuel Filter, Fs19816, Cummins Isf38-, Dental Bus 226 1 Piece Air Filter, Element Type; Cummins Isf38 227 1 Piece Battery M/f 15 Plates-, For Dental Bus 228 1 Piece Battery M/f 17 Plates-, For Dental Bus 229 4 Piece Oil Filter, Md069782; C-1045 230 2 Piece Fuel Filter, K2700, # Fc-1001 231 1 Piece Air Filter, K2700, Kc 700, 00121443 "parts Mall, A-2935 232 2 Piece Oil Filter-eo-308, Kia Grandbird 233 1 Piece Fuel Filter, Fc-1005/meo56280, Kia Grandbirdd 234 1 Piece Air Filter Element, Size 11x8/a-7615, Kia Grandbird 235 2 Piece Batery Automotive 27 Plates 4d-n150 (maintenance Free), Kia Grandbird 236 2 Piece Oil Filter, Mahindra 2016, Element Type Full Flow Paper Type # 0303bc0071n 237 1 Piece Fuel Filter, Mahindra 2016, Element Type, Dual Paper Type # F002-h20123 238 1 Piece Air Filter, Mahindra 2016,foam Type, #kfa-01-1-7170;0313ag0341n//kfa-02-1-7056 ; 0313ac0280n 239 4 Piece Battery Mf 11 Plates (maintenance Free)-, Mahindra 2016 240 3 Piece Oil Filter, 4jji, 3-97358720-0; C-524 241 2 Piece Fuel Filter, 4jji, Fc-1508 242 2 Piece Oil Filter; Ec-2412, T6737-, 4jg2 Isuzu 243 2 Piece Fuel Filter, 4jg2, Ft 6238; Fc-1501; T-6737 244 1 Piece Air Filter, 4jg2, #4jg2, # 8-97084-323-0// Fa-4532 245 1 Piece Air Filter, 4jji, #4g8229 246 4 Set Brake Shoe; Pn- Rsk-425-, Isuzu Refrigerated Van 247 5 Set Brake Shoe; Pn-vk-425-, Isuzu Rescue Ambulance 248 4 Piece Battery 11 Plates (maintenance Free)-, Isuzu 4jj1,4jg2 249 3 Piece Wheel Hub Bearing #32207-, Isuzu Refrigerated Van 250 3 Piece Wheel Hub Bearing; #32210- , Isuzu Refrigerated Van 251 3 Piece Brake Shoe; # Vk 425- , Isuzu 4jj1, 4jg2 252 3 Piece Brake Pad; Rsa #303 Wk-, Isuzu 4jj1, 4jg2 253 4 Piece Oil Filter- 4dr5 Turbo # Kc 350, T-6730/ Awdy-91215-006-, 4dr5 Mitsubishi 254 2 Piece Air Filter, 4dr5 Turbo Ga-320/ Fc-0046- Mitsubishi 255 2 Piece Fuel Filter, 6d15 # Fc-319 Japan - Mitsubishi 256 2 Piece Oil Filter, 6d15 ; # 358 # Oem No. Me034605 257 1 Piece Air Filter, 6d15 # A-1019// Me033717-mitsubishi 258 1 Piece Fuel Filter, 4dr5 # Df-308-mitsubishi 259 2 Piece Oil Filter, 4dr5 # Go-306 (element) 260 4 Piece Fuel Filter, 4d56-a # Ok71e-23-570 261 5 Piece Oil Filter, 4d56-uc, #c-1045; Kc 321, Gc-306 262 3 Piece Fuel Filter, 4d56-uc # Mfr-1321, Pn 23390-olo10 263 2 Piece Air Filter, 4dr6-a # Md603446-mitsubishi 264 3 Piece Oil Filter, 4dr6 # C-1004/t-6730, Dc-503/ Dc-503, Me- 014833, 14833 265 2 Piece Fuel Filter, 4d56 # Mb Mb 2020090 266 14 Piece Battery Mf 11 Plates (maintenance Free)-, Mitsubishi 267 16 Piece Brake Pad, Pn: Rsa6197 4d56-mitsubishi Strada 268 9 Piece Disc Pad-front, Pn:db1774gct-montero 269 9 Piece Disc Pad-rear, Pn: Va 468k-mitsubishi Montero 270 4 Piece Brake Shoe, 4dr5 Pn: Rsk 616-mitsubishi Jeep 271 8 Piece Brake Shoe, 4d56; Pn: Rsk 664- Mitsubishi Strada 272 4 Piece Brake Pad, Pn: Rsa 313 Wk-mitsubishi Hummer 273 4 Piece Wheel Hub Bearing, #992372-mitsubishi Montero/l200 Triton 274 4 Piece Wheel Hub Bearing, #2dufo50n-7-mitsubishi Montero/l200 Triton 275 5 Piece Wheel Hub Bearing, #tf 28kw0265 Sa - Mitsubishi Jeep 276 2 Piece Oil Filter, Nissan Navara 2011 #t 3143 277 1 Piece Fuel Filter, Nissan Navara 2011 # Fc 1814 278 4 Piece Oil Filter, Nissan Urvan, Td27 # C-1803, C-209, C-1803 279 2 Piece Fuel Filter, Nissan Urvan, Td27 # Ec-1806, 16405-0znoa 280 1 Piece Air Filter, Nissan Urvan Td27 # Md603446 281 1 Piece Air Filter, Nissan Navara 2011 # 16546-eb70a 282 2 Piece Oil Filter, Nissan Urvan Estate, Model 2011, # Mpr 3158 (15209-2w200) Dho-ya-07/13 283 2 Piece Fuel Filter, Nissan Urvan Estate, Model 2011 # Fc-1806 Or 16403-0650a Or 2517 284 1 Piece Air Filter, Nissan Urvan Estate, Model 2011 # Mpr 3158 285 10 Piece Disc Pad, Pn: Rsa 665wk- , Nissan Urvan Nv350 286 3 Piece Oil Filter, Toyota 3l # C-1121 287 2 Piece Fuel Filter, Fc-1104, Toyota 3l 288 3 Piece Air Filter# 17801-54060-, Toyota 289 18 Piece Battery Mf 11 Plates (maintenance Free), Toyota 290 8 Piece Oil Filter, Toyota Hilux P/up D-cab 1kd, Model 2011# C-111 291 2 Piece Fuel Filter, F 193, Toyota Hi-lux 1kd Model 2011 292 2 Piece Air Filter -toyota Hi-lux 3l, Model 2002 293 5 Set Disc Pad Assy. Pn-rsa-2288, Toyota Fortuner 294 5 Set Disc Pad Assy. Pn-db2245 Gct-, Toyota Fortuner 295 20 Set Brake Pad, Pn- Rsa, 2228wk-, Toyota Hi-lux 296 20 Set Brake Shoe; Pn-vk2330-, Toyota Hi-lux 297 8 Piece Disc Pad; Pn-db2396 Gct-, Toyota Innova 298 20 Set Brake Shoe, Pn- Rsk8853-, Toyota Hi-ace Commuter Ambulance 299 10 Set Brake Shoe; Pn-rsk232-, Toyotab Innova 300 20 Set Brake Pad; Rsa 8601-, Toyota Hi-lux 301 20 Set Brake Pad; Rsa 303, Toyota Hi-lux 302 15 Piece Wheel Hub Bearing, Pn-jwb-3226/90369-t0007t, Toyota Hi-lux 303 4 Piece Wheel Hub Bearing, Pn- 54wh02 Ms, Toyota 304 4 Piece Brake Pad-, Rsa #313 Wk - Isuzu 305 10 Set Brake Shoe, Pn: Vk 171-, Nissan Urvan Nv350 306 20 Set Brake Pad, Pn- Rsa 1328, Toyota Hi-ace Commuter Ambulance 307 2 Piece Air Filter, 4dr6 #ga-334/ Mb120389-mitsubishi Lot No. Iv Tires And Tubes - Light Vehicle 308 30 Piece Motor Vehicle Tire, 265/65 R17, Tubeless All Terrain 309 10 Set Motor Vehicle Tire, 700 X R15, With Inner Tube And Flaps Road Lug 310 4 Set Motor Vehicle Tire, 640-13lt, With Inner Tube And Flaps Miller 311 6 Set Motor Vehicle Tire, 7.00 R16lt, With Inner Tube And Flaps Miller 312 4 Set Motor Vehicle Tire, 28 X 9 R15, With Inner Tube 313 4 Piece Motor Vehicle Tire, 285 X 75 R16, Tubeless 314 6 Piece Motor Vehicle Tire, 205 R15c, Tubeless 315 14 Piece Motor Vehicle Tire, 205 X 65 R16, Tubeless 316 14 Piece Motor Vehicle Tire, 265 X 70 R17, Tubeless 317 30 Piece Motor Vehicle Tire, 195 X 70 R15, Tubeless 318 15 Piece Motor Vehicle Tire, 205 X 70 R15, Tubeless 319 10 Piece Motor Vehicle Tire, 215 X 70 R16, Tubeless 320 10 Piece Motor Vehicle Tire, 750 X 16, Tubeless Lt 321 10 Piece Motor Vehicle Tire, 265 X 65 R18, Tubeless Lot No. V Other Supplies And Materials 322 3 Roll Automotive Wire, #14, (30m/roll) 323 3 Roll Automotive Wire, #12, (30m/roll) 324 12 Tube Instant Adhesive, 325 20 Sachet Gasket All, 40 Grams Per Sachet; High Temperature Silicone 326 25 Piece "hacksaw Blade, · 24 Tpi · 12”x1/2”" 327 10 Set Adhesive, 20 Grams/tube 328 3 Gallon Paint Primer, Metal, Red Oxide (gal) 329 5 Liter Lacquer Thinner (lit), 330 15 Piece Nikolite Bar, 50-50 331 10 Piece Steel Brush, 6" Wood/plastic Handle 332 5 Can Soldering Paste, 50 Grams/can 333 3 Box Welding Rod, Rod/electrode, Welding, E6013, 1/8" (bx)) (matchless Quality, Iso 9001, 2000 Certified, 20 Kg/box) 334 6 Tank Freon 134a, 13.6 Kgs/tank 335 2 Kilo Welding Rod/electrode, (3/32") Dia Stainless (kg) 336 2 Kilo Welding Rod/electrode, (1/16") Dia # 308 Stainless (kg) 337 1 Piece Welding Handle, 500 Amperes 338 10 Piece Silver Rod, 339 3 Roll Soldering Lead, 8mm, #60/40 (1 Lb/roll) 340 30 Piece Grinding/sanding Disc/stone/wheel, 100mm X 6mm X 16mm 341 5 Piece Carbide Tip, Size: 1/4" 342 55 Piece Automotive Fuse, 25a; Plug-in Type 343 37 Tube Silicone Oil, 18ml/tube 344 20 Piece Sand Paper, # 60 345 40 Piece Sand Paper , #120 346 20 Piece Sand Paper, #400 347 45 Piece Sand Paper, #1000, 225mm X 275mm 348 50 Piece Gloves, Rubber & Cloth Combination For Construction 349 35 Roll Electrical Tape, Vinyl; 177mm X 3/4inches/19mm X 16mm; Flame Retardant, 600v 350 10 Piece Grinding/sanding Disc/stone/wheel, 125mm X 6mm X 22mm (iso 9001-good Quality (100404130-009-3470) 351 5 Piece Dark Glass, #12, For Metal Arc Welding 352 5 Piece Clear Goggle, 353 4 Can Vulcanizing Cement, For Tube Inner Tube Tires; 200 Ml Per Can 354 3 Box Tire Patch, Medium; 25 Pcs / Box 355 6 Box Tire Patch, Small; 50 Pcs / Box Lot No. Vi Gas And Gases For Oxygen And Acetylene Only 356 12 Tank Oxygen Gas, Refill; (1600 Psi - 1800psi); Kilograms Per Tank 357 6 Tank Acetylene Gas, Refill (200 Psi-250 Psi) *** Nothing Follows *** Grand Total: Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Sstated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. Name Of Business/company Address/contact Number Signature Over Printed Name Evaluation: Bids And Awards Committee Virginia D. Sadiasa, Chairman Corazon P. Lirazan, Member Saturnino T. Dayanan, Vice Chairman Nefredo Camilo A. Villarubia, Member Wilfredo C. Tuale, Member Ernesto N. Dinopol Jr., Member
Closing Date24 Jun 2025
Tender AmountPHP 2.9 Million (USD 51.4 K)

DEPARTMENT OF LABOR AND EMPLOYMENT REGION IV A Tender

Textile, Apparel and Footwear
Philippines
Details: Description Clothes Retailing Package - 1 Package = 29,950.00 Net Cap (50 Pcs) Mesh Short For Men (40 Pcs) Mesh Short For Women (40 Pcs) Over Run Shirts For Men (40 Pcs) Over Run Shirts For Women (40 Pcs) Pro Club Shirts For Men And Women (30 Pcs) Metal Clothes Drying Racks Double Rod Heavy Duty Stainless Steel (1 Pc) Fishing Tools Package - 1 Package = 29,950.00 Motor Boat Engine 15hp (1 Unit) Tansi - Nylon #70 (size: 1) Per Kilo (5 Kilos) Cooler Box 30 Liters (2 Pcs) Aquarium Air Pump Oxygen Pond Aerator Water Fish Tank (2 Pcs) Rubberized Plastic Banyera Basin/fish (10kg) (3 Pcs) Rope No.2 (200 Meters) (2 Meters) Rope No.5 (200 Meters) (2 Meters) Kakanin Making Package - 1 Package = 29,950.00 Heavy Duty Gas Burner C40 (1 Unit) Refined Sugar (1 Kilo) (10 Kilos) Brown Sugar (1 Kilo) (10 Kilos) Black Plastic Bilao 12"- Small (10 Pcs) Black Plastic Bilao 14"- Medium (10 Pcs) Black Plastic Bilao 16"- Large (10 Pcs) Lpg 11 Kg Brand New Tank With Regulator Hose & Clip (1 Pc) 3 Layer Steamer Jumbo And Heavy 45cm (2 Pcs) Condensed Milk 390g (20 Cans) All Purpose Flour 25kg (1 Sack) Heavy Duty Blender (1 Unit) Fresh Cassava 1 Kilo (10 Kilos) Cling Wrap For Food 16in X 500m (1 Rolls) Puto Molder Medium 48pcs (5 Packs) Rice 25 Kilos (denorado) (1 Sack) Rice 25 Kilos (sinandomeng) (1 Sack) Pan Non-stick 34cm (1 Pc) Microwavable Tubs 500ml 10pcs (10 Packs) Baking Powder 50g (10 Packs) Food Coloring Orange 60ml (3 Bottles) Fresh Gata 200ml (5 Packs) Glutinous Rice Flour 500g (5 Packs) Aluminum Foil 1 Box (5 Boxes) Vanilla 350ml (5 Bottles) White Lihia 350ml (5 Bottles) Karinderya Package - 1 Package = 29,950.00 Single Burner Stove, Brand New Tank 11kg, Lpg Hose And Clip Regulator (1 Unit) Heavy Duty Burner C50 (1 Unit) Aluminum Frying Pan #14 (1 Pc) Stainless Ladle (3 Pcs) Aluminum Pot With 2 Handle Medium Size (1 Pc) Aluminum Pot With 2 Handle Small Size (1 Pc) Food Warmer With Glass Lid (12x15x3) (4 Pcs) Repack Cooking Oil 1.5 Liter (5 Bottles) Red Fresh Onion (1 Kilo) (2 Kilos) Garlic (1 Kilo) (2 Kilos) Vetsin 1 Kilo (2 Kilos) Fresh Potatoes (1 Kilo) (2 Kilos) Soy Sauce Galon (1 Galon) Vinegar Galon (1 Galon) Fresh Ginger 1 Kilo (2 Kilos) Rice 25 Kilos (5 Sacks) Black Pepper (1 Kilo) Ketchup Galon (1 Galon) Rock Salt 1 Kilo (2 Kilos) Monoblock Table (6 Seater) (2 Pc) Monoblock Chair/stool (6 Pcs) Strainer With Handle (2 Pcs) Makeup Starter Kit Package - 1 Package = 29,950.00 Lighted Vanity Mirror With Lights, Vanity Mirror With Lights 9 Dimmable Led Bulbs, 3 Color Lighting Modes, Smart Touch Control (1 Pc) Heavy Duty Hair Blower (1 Unit) Heavy Duty Hair Curling Iron (1 Unit) Original Hair Iron Smooth Gliding And Shinier Hair 480°f Maximum Heat (1 Unit) Rebond Hair Straightening Set 1250ml Plain (2 Set) Rebond Hair Straightening Set 1250ml Milk (2 Set) Eyeshadow Palette, 0.34 Oz (9.6 G) (1 Pc) Blush On (4 Pcs) Liquid Foundation 30g (4 Pcs) Compact Powder (4 Pcs) Hair Color With Oxidizing 100 Ml (2in1) (10 Boxes) Hair Extension (5 Pcs) 70cm Hair Wig (3 Pcs) Make Up Setting Spray 100ml (5 Bottles) Hair Setting Spray 600ml (5 Bottles) Professional Hand-held Large Capacity Multi Layers Make Up Storage Bag Organizer (1 Pc) Meryendahan Package - 2 Packages (29,950/package)= 59,900.00 3-1 Stainless Steamer, Burger Fryer And Fries Cooker With Tong And Spatula (1 Unit) Brand New Tank 11kg Lpg (1 Unit) Buns For Burger 6’s (2 Pcs) Burger Patty 8's (7 Pcs) Ketchup 250g (5 Packs) Slice Cheese 20’s (3 Packs) Bread For Half Long 6’s (3 Packs) Bread For Foot Long 6’s (3 Packs) Hotdog For Half Long 1 Kilo (5 Kilos) Hotdog For Foot Long 1 Kilo (6 Kilos) Repack (cooking Oil) 1.5l (5 Bottles) French Fries 1 Kilo (8 Kilos) Fish Ball 1 Kilo (8 Kilos) Kikiam 1 Kilo (8 Kilos) Squid Ball 1 Kilo (8 Kilos) Cheese Stick 50 Pcs (8 Kilos) Monoblock Table (6 Seater) (2 Pcs) Monoblock Chair/stool (8 Pcs) Paper Plate For Half Long (2 Packs) Paper Plate For Foot Long (2 Packs) Disposable Glass 12oz For Kikiam (50’s) (2 Packs) Chocolate Hot Fudge Shake Powder 1 Kg (2 Packs) Mango Shake Powder 1 Kg (2 Packs) Commercial Heavy Duty Blender (processor 8 Blades 2l Glass Cup Power) (1 Unit) Plastic Pp Cup With Lids (set) 100pcs (2 Packs) Disposable Black Straw For Milktea (1 Kilo) (2 Packs) Brown Sugar 1 Kilo (4 Kilos) Electric Oven With Rotisserie 28l (1 Unit) Sewing Machine Package - 1 Package = 29,950.00 Brand New High Speed Sewing Machine With Complete Thread Stand, Table, Clutch Monitor (1 Unit) Winder High Speed (35 Packs) Sewing Machine Oil Galon (5 Galon) Nipper (50 Pcs) Thread Cotton Tkt 120 (50 Pcs) Stainless Scissors #9 (5 Pcs) Needle High Speed Sizes #14,16,18 104 (3 Pcs) Pin Med Size (100's) (3 Packs) Pin With Head "3 (100's) (4 Packs) Tape Measure Regular Size (2 Pcs) Semi Canadian Fabric Diff. Design 96" (7 Yards) Geena Cloth Printed Assorted 60" (10 Yards) Geena Cloth Palin Assorted Colors (10 Yards) Cotton Spundy Per Kilo (3 Yard/ Kilo) (10 Yards) Display Cabinet Particle Board And Mdf Size: 80 X 30 X 180 Cm (lwh) (1 Pc) Tailors Fabric Chalk 10 Pcs (1 Box) Wet Market Retailing Package 3 Packages (29,950.00/package) = 89,850.00 Red Onion (1 Kilo) (4 Kilos) Garlic (1 Kilo) (4 Kilos) Potato (1 Kilo) (4 Kilos) Cabbage (1 Kilo) (4 Kilos) Baguio Beans (1 Kilo) (4 Kilos) Eggplant (1 Kilo) (4 Kilos) Okra (1 Kilo) (5 Kilos) Sitaw (1 Kilo) (4 Kilos) Pumpkin (1 Kilo) (4 Kilos) Sayote (1 Kilo) (4 Kilos) Luya (1 Kilo) (4 Kilos) Calamansi (1 Kilo) (4 Kilos) Carrots (1 Kilo) (4 Kilos) Labanos (1 Kilo) (4 Kilos) Tomato (1 Kilo) (4 Kilos) Amplaya (1 Kilo) (4 Kilos) Siling Pula (1/4 Kilo) (3 Kilos) Siling Green (1/2 Kilo) (2 Kilos) Bottle Gourd (1 Pc) (16 Pcs) Bell Pepper Red (1/2 Kilo) (4 Pack) Bell Pepper Green (1/2 Kilo) (4 Pack) Fresh Pork (1 Kilo) (10 Kilos) Fresh Chicken (1 Kilo) (10 Kilos) 3 Layered Vegetable Rack (display Shelves) With Free Boxes For Vegetable (2 Pcs) Foldable Table 6ft (1 Pc ) 10kg Bowl Weighing Scale Original Heavy Duty (1 Pc ) Vegetable And Condiments Retailing Package - 1 Package = 29,950.00 Red Onion (1 Kilo) (5 Kilos) Garlic (1 Kilo) (5 Kilos) Potato (1 Kilo) (5 Kilos) Cabbage (1 Kilo) (5 Kilos) Baguio Beans (1 Kilo) (5 Kilos) Eggplant (1 Kilo) (5 Kilos) Okra (1 Kilo) (5 Kilos) Sitaw (1 Kilo) (5 Kilos) Pumpkin (1 Kilo) (5 Kilos) Sayote (1 Kilo) (5 Kilos) Luya (1 Kilo) (4 Kilos) Calamansi (1 Kilo) (4 Kilos) Carrots (1 Kilo) (4 Kilos) Labanos (1 Kilo) (4 Kilos) Tomato (1 Kilo) (4 Kilos) Amplaya (1 Kilo) (4 Kilos) Siling Pula (1/4 Kilo) (4 Kilos) Siling Green (1/2 Kilo) (4 Kilos) Bottle Gourd (1 Pc) (16 Pcs) Bell Pepper Red (1/2 Kilo) (5 Pack) Bell Pepper Green (1/2 Kilo) (5 Pack) 3 Layered Vegetable Rack (display Shelves) With Free Boxes For Vegetable (2 Pcs) 10kg Bowl Weighing Scale Original Heavy Duty (1 Pc ) All Around Sarsa 100g (20 Packs) Tomato Sauce 250g(20 Packs) Fish Sauce 350ml (20 Packs) Vinegar 385ml (20 Bottles) Soy Sauce 385ml (20 Bottles) Seasoning Granules 8gx16s (20 Bundle) Pork Broth Cubes 10gx6s Singles (12 Box) Beef Broth Cubes 10gx6s Singles (12 Box) Chicken Broth Cubes 10gx6s Singlesb(10 Box) Breading Mix 62g (20 Packs) Fresh Gata 200ml (20 Packs) Iodized Salt 500g (20 Packs) Sinigang Mix (original) 44g (20 Packs) Vulcanizing Package 2 Packages (29,950.00/package) = 59,900.00 Oil Less Air Compressor 2 Hp (1 Unit) Motorcycle Tire Interior 2.75x17 (10 Pcs) Motorcycle Tire Interior 2.50x17 (10 Pcs) Motorcycle Tire Interior 2.25x17 (10 Pcs) Motorcycle Tire Interior 2 X17 (10 Pcs) Engine Oil 10w-40 Fully Synthetic 1 Liter (8 Bottles) Engine Oil 20w-50 1 Liter (8 Bottles) Engine Oil 10w-40 Fully Synthetic 1 Liter (5 Bottles) Engine Oil 15w-50 1 Liter (5 Bottles) Dishwashing Making Package - 1 Package = 29,950.00 Dishwashing Mix Different Scents For Approximately 17 Liters Yield Per Mixture Unscented/colorless (2 Packs) Dishwashing Mix Different Scents For Approximately 17 Liters Yield Per Mixture Antibac (2 Packs) Dishwashing Mix Different Scents For Lemon (2 Packs) Dishwashing Mix Different Scents For Approximately 17 Liters Yield Per Mixture Kalamansi (2 Packs) Dishwashing Mix Different Scents For Approximately 17 Liters Yield Per Mixture Bubble Gum (2 Packs) Empty Clear Bottle With Cap (500 Ml) (300 Pcs) Empty Clear Bottle With Cap (1 Liter) (300 Pcs) Sticker With Print 2.4 X 1.6m (500 Ml Bottle) (300 Pcs) Sticker With Print 2.4 X 1.6m (1 Liter Bottle) (300 Pcs) 250l Hdpe Food-grade Plastic Container Open-head Drum With Black Lid & Thread-lock Seal (2 Pcs) Electric Power Mixer 800w (1 Unit) Plastic Funnel Large (2 Pcs) Plastic Funnel Extra Large (2 Pcs) Insulated Thermal Round Jug 16l (2 Pcs) Massage Starter Kit Package - 1 Package = 29,950.00 Folding Massage Beds Spa Beds Heavy Duty Fixed Salon Beds Beauty Salon Special Massage Beds (1 Pc) Massage Oil Calming 195ml (100% Natural) (12 Bottles) Massage Oil Rejuvenating 195ml (100% Natural) (12 Bottles) "high Quality Plain White Bath Towel Size: 27"" X 54"" (12 Pcs)" 4l Humidifier High Capacity Household Humidifier Aromatherapy Essential Oil Diffuser (1 Pc) Essential Oil - Pure And Natural - For Diffuser Humidifier - Aromatherapy (10 Bottles) Glass-door Cabinet,black,35x32x151 Cm (13 3/4x12 5/8x59 1/2 ") (1 Pc) "mini Massage Gun Frequency: 1800-3200rpm Gear Adjustable: 6 Levels Number Of Massage Heads: 4 Heads Power Supply: Type-c Rechargeable Battery Capacity: 1800mah Battery (1 Unit)" Pares Starter Kit Package - 1 Package = 29,950.00 "semi Stainless Table Specification: *customized Stainless Top (food Grade), Customized Stainless Table Top For 2 Big Pots, With Stainless Shelves *0.5m Sheet And Shelves *1.5mm Painted 3/4 Tubular Framing (1 Unit) (1 Unit)" Heavy Duty Stove C30 (2 Unit) Brand New Tank 11kg Lpg (1 Unit) Pot Big Ab #2 (1 Pc) Fresh Beef (1 Kilo) (4 Kilos) Fresh Beef Skin (1 Kilo) (4 Kilos) Stainless Slotted Turner Big (1 Pc) Plastic Bowl Small (30 Pcs) Plastic Labo 9x11 (3 Packs) Stainless Spoon (5 Packs) Disposable Spoon Plastic (2 Kilo) Disposable Cup 8oz (5 Packs) Stainless Ladle For Pares (2 Pcs) Stainless Ladle For Rice Small (2 Pcs) 3 In 1 Plastic Container With Spoon For Condiments (2 Pcs) Rice 25 Kilos (2 Sacks) Heavy Duty Cooking Pot For Rice #1 (1 Pc)
Closing Date16 Apr 2025
Tender AmountPHP 509.1 K (USD 8.8 K)
5481-5490 of 5547 archived Tenders