Printing Tenders

Printing Tenders

Department Of Public Works And Highways - DPWH Tender

Others
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0026 Contract Name : Supply & Delivery Of Photocopier For Use Of Dpwh- Sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0028 Contract Name : Supply & Delivery Of Vehicle Parts For Use Of Vehicles Of Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 3. Contract Id No. : 25gme0031 Contract Name : Supply & Delivery Of It Equipment For Use In Roads And Bridges-pavement Management System (pms) Calibration At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 4. Contract Id No. : 25gme0032 Contract Name : Supply & Delivery Of It Equipment For Use In Roads And Bridges-bridge Management System (bms) Assessment And Validation At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 5. Contract Id No. : 25gme0033 Contract Name : Supply & Delivery Of It Equipment For Use In Service For Automated Traffic Data Collection Program, Road Traffic Information Application (rtia) At Planning And Design Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 759,000.00 2. P 739,760.00 3. P 95,000.00 4. P 95,000.00 5. P 195,000.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0026 – Supply & Delivery Of Photocopier For Use Of Dpwh- Sarangani District Engineering Office, Sarangani Province Qty/unit Description: 1 Unit Photocopier Specifications: Digital Full Color Copying/scanning/printing 36 Ppm (colour/b &w)- A4 18 Ppm (colour/b &w) – A3 1,150 Sheets Standard Paper Capacity 150 Sheet Bypass 1200x1200 Dpi Print Resolution Paper Size: A6-sra3; Banner 297mmx1200mm Paper Weight: 52-300 Gsm 100 Ipm (colour/b & W) Scanning Speed Automatic Duplex Printing Automated Duplex Document Feeder Mobile Printing: Airprint (ios), Mopria (android), Nfc Authentication And Printing (android) Scan T Email, Ftp. Box, Dpws, Webdav, Hdd, Usb, Smb, Twain Scan First Copy/print Time: 5.6 Sec With Electronic Stapler 1 Unit Photocopier Specifications: Digital Full Color Copying/scanning Printing 28 Ppm (colour/b & W) -simplex 18 Ppm (colour/b & W) -duplex 600 X 600 Dpi Copy Resolution Paper Size: A5-a3; Custom Sizes 14 Ipm (colour/b & W) Scanning Speed Automatic Duplex Printing Automated Duplex Document Feeder 256 Gradations: Airprint (ios), Mopria (android), Nfc With Electronic Stapler With Electronic Stapler 2. 25gme0028 – Supply & Delivery Of Vehicle Parts For Use Of Vehicles Of Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 10 Pcs Tire 265/65 R17, Tubeless (8pr, 117/114s) 5 Pcs Tire 245/70 R16, Tubeless (8pr, 117/114 S) 5 Pcs Tire 265/60 R18, Tubeless (8pr, 117/114s) 8 Pcs Tire 265/65 R18 At, Tubeless (8pr, 207) 5 Pcs Tire 185 R14c, Tubeless (8pr, 102/100 R) 7 Pcs Tire 8.5 X 20 W/ Tube & Flap (h12-50) 10 Pcs Battery 12v – 13p (original) 3. 25gme0031 – Supply & Delivery Of It Equipment For Use In Roads And Bridges-pavement Management System (pms) Calibration At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 512gb Ssd Nvme M.2 Display & Graphics: 16” Diagonal Full High-definition Wide Screen Display Gpu 8gb, Dedicated Graphic Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 4. 25gme0032 – Supply & Delivery Of It Equipment For Use In Roads And Bridges-bridge Management System (bms) Assessment And Validation At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 512gb Ssd Nvme M.2 Display & Graphics: 16” Diagonal Full High-definition Wide Screen Display Gpu 8gb, Dedicated Graphic Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 5. 25gme0033 – Supply & Delivery Of It Equipment For Use In Service For Automated Traffic Data Collection Program, Road Traffic Information Application (rtia) At Planning And Design Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Laptop Computer With Mouse And Bag Specifications: Laptop Processor & Chipset: Core-i7 (13th Gen) Or Its Equivalent, Minimum Of 16-cores And 5.0 Ghz Max Turbo Frequency Internal Memory: 32gb Ddr5 Storage: 1 Tb Ssd Nvme M.2 Display & Graphics: 18" Diagonal Full High-definition Wide Screen Display; 8gb Gddr6 Dedicated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd I/o Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, And Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 3.1 Kg / 6.8 Lbs. Software: Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Properly Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable. It Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgocph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories: Mouse: Optical With Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements: Brand And Model: Must Be An International Brand Name With Existence Of Atleast Ten (10) Years In The Philippines. It Must Be In The Current Catalog And Not End-of Life. A Manufacturer’s Certificate Is Required. Components: All Components Must Be The Same Brand As The Laptop And Factory Installed And New. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Levels Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar). In Any Case That The Laptop Needs To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2)-weeks Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am - 5:00pm) 5 Days A Week (monday - Friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1,2, 3, 4, 5. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 05 – 12, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Project No. 1 -2 Php 1000.00 Project No. 3-5 Php 500.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 12, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On February 12, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: February 05 – 11, 2025.
Closing Soon12 Feb 2025
Tender AmountPHP 739.7 K (USD 12.6 K)

BICOL REGIONAL HOSPITAL AND MEDICAL CENTER Tender

Others
Philippines
Description: Request Of Labor And Materials For Fabrication And Printing Of Customized Advocacy Materials For Health Promotion Kit-7 Healthy Habits , Services ,bicol Regional Hospital And Medical Center
Closing Soon10 Feb 2025
Tender AmountPHP 425 K (USD 7.2 K)

Municipality Of Sto Ni o, Samar Tender

Others
Philippines
Details: Description Request For Quotation Name Of Project: Procurement Of Catering Service, Venue, Board And Lodging For The Gad Planning And Budgeting For The Calendar Year 2026. Location Of Project/activity: Northern Samar Date: February 26-28, 2025 Sir Madam: Please Quote Your Lowest Price For The Following Items Enumerated Below, Taking Into Consideration The Following: Procurement Terms & Conditions 1. The Approve Budget For The Contract (abc) Is Php: 397,500.00 2. Source Of Fund: Gad Fund C.y 2025. 3. Price Quotation Should Be Inclusive Of The 5% Final Vat And Expanded Withholding Tax (ewt) Of 1% 4. Price Quotation Shall Be Valid Within Seven (7) Calendar Days From The Deadline Of Submission Of Rfq. 5. Evaluation Of The Quoted Price Will Be Conducted On A “basis/per Item. 6. Delivery Period Is Within Three (3) Calendar Days From Receipt Of Notice Of Award/po. 7. If Awarded The Contract, Processing And Payment Shall Be Made Within Ten (10) Working Days After Complete Delivery And Final Acceptance Of The Items. 8. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxiii Of The Revised Irr Of Ra 9184. 9. This Request For Quotation Must Be Submitted Sealed To The Above Address Within Five (5) Days. 10. Mayor’s Business Permit, Philgeps Reg. No., Income/business Tax Return And License Certificate Shall Be Attached Upon Submission Of Quotation (xerox Copy). Mayor’s Office Engr. Argie L. Muncada Canvasser Bac Chairman I Have Read And Understood The Procurement Terms And Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To Terms & Conditions. Item No. Qty Unit Particular Unit Cost Amount 1. 50 Pax Day 1 -venue, Board And Lodging, Breakfast, Am Snack, Lunch, Pm Snack And Dinner 132,500.00 2. 50 Pax Day 2 - Venue, Board And Lodging, Breakfast, Am Snack, Lunch, Pm Snack And Dinner 132,500.00 3. 50 Pax Day 3 - Venue, Board And Lodging, Breakfast, Am Snack, Lunch, Pm Snack And Dinner 132,500.00 Total 397,500.00 Total Signature Over Name: _________________ Printed Name: Position In Firm: Business Address: Telephone Number:
Closing Date17 Feb 2025
Tender AmountPHP 397.5 K (USD 6.7 K)

Provincial Government Of Aklan Tender

Textile, Apparel and Footwear...+1Publishing and Printing
Philippines
Description: Procurement Of T-shirt With Printing For Sk/ussca And Barangay - Based Youth Empowerment Program For The Use Of Pgo-barangay Affairs Office, Province Of Aklan (itb No. 2025-157) , Garments ,provincial Government Of Aklan
Closing Soon13 Feb 2025
Tender AmountPHP 225.9 K (USD 3.8 K)

Tbilisi State Medical University Tender

Publishing and Printing
Georgia
Description: Printing And Related Services, Services Related To Printing
Closing Date17 Feb 2025
Tender AmountGEL 23.3 K (USD 8.1 K)

Municipality Of San Vicente, Palawan Tender

Software and IT Solutions
Philippines
Description: Supply And Delivery Of Desktop Computer And Printer For The Operations Of San Vicente District Hospital This Municipality/gds-2025-015 , Information Technology ,municipality Of San Vicente, Palawan
Closing Date26 Feb 2025
Tender AmountPHP 212.4 K (USD 3.6 K)

DEPT OF THE NAVY USA Tender

Chemical Products
United States
Description: Contact Information|4|n97113|fba|717-605-5834|amanda.r.hayward.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| General Information-fob-destination|1|b| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|inspection / Acceptance Point - Source|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil| Note For Contractor/administrative Contracting Officer|3|||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| Alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| Annual Representations And Certifications (jan 2025)|13|326299|650|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Note: This Is A Shelf Life Item Of Z Uu. Please Make Sure Your Product Can Meet This Shelf Life Before Quoting. To View The Drawings: Go To Www.sam.gov Click: Contract Opportunities And Enter The Solicitation Number. This Gives Ydrawings Can Be Viewed Or Downloaded. Government Source Inspection Per Far 52.246-2 Is Required. Delivery 90 Days. 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 Depositedin The 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 Herein. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Pad,silicone Rubber . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 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 Drawings Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. Drawing Data=7123665 |53711| P| |d|0001 | P|49998|0200622 Document Ref Data=mil-std-130 | | |k |000115|a| | | 3. Requirements 3.1 Manufacturing And Design - The Pad,silicone Rubber Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;on Drawing 7123665-1 (53711) Rev P 7123665-1 Material Requirement M46089-f-s-b2; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And Specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, Paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original And Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.4 Shelf Life Requirement - The Following Is Excerpts From Dod 4140.27-m Shelf Life Management Manual. This Requirement Is Mandated By Mil-std-129p And Later And Is Required Under The Under The Preservation, Packing And Marking Portion Of This Tdp. 2-12. 85 Percent Shelf-life Remaining Requirement Applicable To Acquisition/procurement A. Acquisition/procurement Documentation Must Specify That Shelf-life Items/material Will Have Not Less Than 85 Percent (allowing For Rounding To Whole Months) Of Shelf-life Remaining At Time Of Receipt By The First Government Activity. Any Delivery From A Contractor Not Having At Least 85 Percent Shelf-life Remaining Must Normally Be Considered Non-conforming. Refer To Appendix E Of This Manual To Determine The Amount Of Time That 85% Equates To In Terms Of Remaining Shelf Life For Type I Or Type Ii Shelf-life Codes. B. In Supporting Imminent Use Or Consumption, The 85% Shelf-life Remaining On Receipt By First Government Activity May Be Modified Or Adjusted As Deemed Prudent At The Discretion Of Pms And Imms, When Support Alternative Arrangements Such As Ec, Pv, Dvd Or Local Purchase Are Effected. Use Of Support Alternatives For Shipment/delivery To Storage Facilities As Stock Will Conform To The 85% Rule. 2-13. Contractor Marking. Shelf Life Items Will Be Marked For Identification And Control. Markings, Shown Below The Item Identification Data Are Required On All Units, Intermediate, And Exterior Packs Or Unpacked Items, Must Be Per Mil Std 129, Mil-std-130, Mil Std 290 (fsc 9150 Only), Or Fed Std 123, (references (m) Through (p)) Respectively, And Will Include The Following: A. For Type I Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Rubber Products Only), Date Assembled, Or Date Packed (subsistence Only); And Expiration Date. B. For Type Ii Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Other Rubber Products Only), Date Assembled, And Date Packed (subsistence Only), And Inspect/test Date. C. For Both Type I And Type Ii Markings In Subparagraphs A And B Above: The Date Must Be Expressed By The Numeric Month And The Last 2 Digits Of The Calendar Year; I.e., 06/95, With The Day Of That Month Being The Last Day. D. Different Dates On Identical Items. When Two Or More Unit Packs Of Identical Items Bear Different Dates Of Manufacture, Dates Of Cure, Dates Of Pack, Or Dates Of Assembly, The Earliest Date Must Be Shown On The Shipping Container. E. For Type I Drugs And Biologicals: The Expiration Date Only Is Required. The Expiration Date Should Be Marked In Accordance With Fed-spec Ppp C 186 (reference (q)). Manufacturer Date Must Not Be Shown For Medical Items Having Expiration Dates. F. For Cure-dated Items: Shelf Life Markings On Physical Material Are Expressed By Month Or Quarter And Year Designations (i.e., 11/2001,or 3q2001). Shelf Life Periods End On The Last Day Of The Cited Month Or Quarter. Appendix E Shelf Life Codes Required Number Of Months/quarters Remaining Upon Receipt By The First Government Activity Type I Type Ii Months Quanters Shelf Life Period Non-deteriorative 0 0 N/a N/a No Shelf-life Applies (zero) (zero) 01 Month A N/a 25 Days N/a 02 Months B N/a 50 Days N/a 03 Months C 1 75 Days N/a 04 Months D N/a 3 1 05 Months E N/a 4 1 06 Months F 2 5 2 09 Months G 3 8 3 12 Months (1.00-years) H 4 10 3 15 Months (1.25-years) J N/a 13 4 18 Months (1.50-years) K 5 15 5 21 Months (1.75-years) L N/a 18 6 24 Months (2.00-years) M 6 21 7 27 Months (2.25-years) N N/a 23 8 30 Months (2.50-years) P N/a 26 9 36 Months (3.00-years) Q 7 31 10 48 Months (4.00-years) R 8 41 14 60 Months (5.00-years) S 9 51 17 72 Months (6.00-years) I N/a 61 20 84 Months (7.00-years) T N/a 71 24 96 Months (8.00-years U N/a 82 27 Variable Such As: V N/a 77, 113, 26, 38, 61 90, 132,216,228, Etc. 184, 194 65, Etc. Months Or Any Other Etc. Number Of Months Not Specifically Assigned. 120 Months (10-years) W N/a 102 34 180 Months (15-years) Y N/a 153 51 240 Months (20-years) Z N/a 204 68 Shelf-life Period Greater N/a X 85 Percent 85 Percent Than 60 Months For Type Of Number Of Number Ii Extendible Items Months Months 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchause Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Reqiurements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Reqiurements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall 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 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. If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours Of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod Standardization Documents. Mail Requests Should Be Submitted To: Navy Publishing And Printing Service (subscriptions) Building 4d 700 Robbins Ave. Phildelphia, Pa. 19111 Attn: Dodssp Requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462. A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5a00 Port Hueneme, California 93043 E. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, 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. F. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 H. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 I. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval By Nspcc. Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources. Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Activity Designated Above To Arrange For Testing And, If Approved, Added To The Od As An Approved Source Of Supply For Subsequent Procurements. On Drawing 7123665-1 (53711) Rev P 7123665-1 Material Requirement M46089-f-s-b2 Verified With Gdais \
Closing Date7 Mar 2025
Tender AmountRefer Documents 

ECOLE NATIONALE D'ADMINISTRATION DE MADAGASCAR Tender

Others
Madagascar
Description: Insertion, Printing, Production on Customizable Media (Diplomas, Invitations, Calligraphy Letters, Etc...) (to Order)
Closing Date17 Feb 2025
Tender AmountRefer Documents 

City Of Malolos Tender

Software and IT Solutions
Philippines
Description: 1 Unit Computer All In With Printer , General Merchandise ,city Of Malolos, Bulacan
Closing Soon10 Feb 2025
Tender AmountPHP 71.8 K (USD 1.2 K)

Bangsmoro Transition Authority Barmm Tender

Software and IT Solutions
Philippines
Details: Description Item No. Description Qty Unit 1 Intel Core I5 10th Gen 8gb X2, 256gb Ssd 1tb Hdd 215 Monitor Gt 730 Graphics Card Keyboard, Mouse, Optical Drive Wifi Dongle 650kva Ups, Speaker, Webcam 2 Set 2 Brother Printer Dcp-t720dw 1 Unit 3 Computer Keyboard 3 Pcs ***nothing Follows***
Closing Soon10 Feb 2025
Tender AmountPHP 128.2 K (USD 2.1 K)
2321-2330 of 6490 active Tenders