Scrap Tenders
Scrap Tenders
Lomon Elementary School Tender
Publishing and Printing
Philippines
Details: Description 15 Piece Manila Paper 4 Box Fastener, Plastic 1 Box Marker, White Board, Blue, Oderless 1 Box Marker, White Board, Red, Oderless 1 Box Marker, White Board, Black, Oderless 2 Bottle Ink Refill, Black, White Board, Oderless 1 Box Sign Pen, 0.3mm -0.05mm, Black 20 Pc File Box, Magazine Holder Stand, Blue, Red,green 1 Pc Metal Tray Desk Organizer 1 Box Envelope, Brown, A4 15 Pc Envelope, Plastic, Short 1 Pack Folder,brown, Long, 100pcs 1 Pack Folder,orange, Long, 100pcs 1 Pack Folder,expanding, Assorted Color, 100pcs 4 Set Strings, Acoustic Guitar, Ordinary 2 Pc Clamp/capo, Guitar 5 Pack Paper, Specialty, Pale Cream, 200gsm 5 Pad Note Pad, Stick On, 2"x3", 100 Sheets Per Pad 2 Pc Glue Gun 20 Pc Glue Stick 16 Pc Case, Tablet, With Keyboard, Galaxy Tab A9+5g, 11" 2 Roll Plastic Cover, Magnetic 5 Piece Metal Storage Rack, 5 Layers, Black 2 Pc Stapler, 30 Sheets, 24/6, 26/6 10 Pack Battery, Dry Cell, Aa, 4 Pcs Per Blister Pack 8 Pack Battery, Dry Cell, Aaa, 4 Pcs Per Blister Pack 12 Bottle Ink, Refill,t664, Black, Genuine, Original 4 Bottle Ink, Refill,t664, Magenta, Genuine, Original 4 Bottle Ink, Refill,t664, Cyan, Genuine, Original 4 Bottle Ink, Refill,t664, Yellow, Genuine, Original 12 Bottle Ink, Refill,003, Black, Genuine, Original 5 Bottle Ink, Refill,gt53, Black, 90ml, Original 2 Roll Extension Wire, 6 Gang Universal, 5m 1 Unit Printer, All In One 1 Unit Printer, Eco Tank 7 Piece Spin Mop 34 Piece Curtain, Standard Size, Apple Green 33 Piece Rug, Foot, Thick 30 Piece Holder, Curtain Bracket/rod, Stainless 4 Gallon Alcohol, Sanitizing, 70% 3 Bottle Alcohol, Sanitizing 2 Piece Ergonomics Chair 6 Piece Duster, Cleaning, Microfiber 7 Bottle Multi-insect Sprayer, 500ml 7 Piece Soft Broom, Plastic, Long, Thick 4 Gal Soap, Hand, Liquid 3 Pack Trash Bag, Large 10 Pack Trash Bag, Meduim 1 Pc Electric Fan, Stand Fan 6 Piece Water Dipper, Plastic 4 Piece Water Pail, 12l 1 Can Wax, Red Dye, 1000g 1 Kg Welding Rod, 6013 1 Kg Welding Rod, 6011 1 Pack Grinding Disc, 4" 1 Pack Cutting Disc, 4" 4 Piece Safety Google 6 Gal Bleach, Color Safe 10 Pack Tissue Paper, 2 Ply 2 Piece Water Dispenser, Heavy Duty 3 Piece Gallon, Plastic, Empty, Water Refill 2 Piece Rubber Scraper 2 Piece Pitcher, 3.5l, Plastic 3 Set Dish Towel, 10pcs, Cotton 24 Piece Plate, Melamine, Plain Color 2 Piece Toilet Brush, Heavy Duty 1 Piece Basin, Big, Stainless 1 Gallon Dishwashing Liquid
Closing Date14 Jan 2025
Tender AmountPHP 123.6 K (USD 2.1 K)
City Of Pagadian Tender
Machinery and Tools
Philippines
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 1061-200-5-02-03-990/rf24-8000-3d-b (other Supplies & Materials), Pagadian City, As Described Below: Goods-2025-01-60 Purchase Of Supplies & Materials For Maintenance Of City Plaza. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ 1 5 Pcs Dry Mop With Handle, Complete Set/reusable Mop Pad, Heavy Duty Floor Mop Optional Long Handle For Floor Cleaning 1,200.00 6,000.00 2 10 Pcs Dry Mop Disposable (replacement) 400.00 4,000.00 3 50 Pcs Brush Scrub Big, Plastic, Heavy Duty 120.00 6,000.00 4 20 Pcs Brush Scrub With Long Handle 49" Heavy Duty Stiff Bristle Floor Scrubber With Squeegee For Cleaning Ptio Bathroom Garage 1,000.00 20,000.00 5 20 Pcs Mop (wet) With Handle, Screw Type, Wooden Handle, Reusable 350.00 7,000.00 6 20 Pcs Metal Bucket, Traditional Galvanised Strong Steel With Wooden Handle 20l Large 900.00 18,000.00 7 20 Pcs Dust Pan Galvanized With Handle Regular Size Durable 120.00 2,400.00 8 2 Pcs Steel Storage Cabinet With 4 Adjustable Shelves, Grage Shelving Cabinet With 2 Lockable Doors, Tool Cabinet For Garage Storage, Office Cabinet - 50-60'h, Black 15,000.00 30,000.00 9 75 Pcs Stick Broom Good Quality Coco 60.00 4,500.00 10 75 Pcs Gloves (durable, Reusable) 60.00 4,500.00 11 10 Pack Detergent Powder 2.2 Kilos 320.00 3,200.00 12 10 Gal Bleach, 3785ml, Concentrated 350.00 3,500.00 13 80 Pcs Detergent Bars 360grm Long Bar 40.00 3,200.00 14 10 Gal Toilet Bowl Cleaner Concentrated 600.00 6,000.00 15 200 Pcs Sack (empty Agrivet Sacks) 25.00 5,000.00 16 20 Pcs Broom, Soft Tamboo Good Quality 75.00 1,500.00 17 20 Pcs Utility Trash Can With Lid Cover 100liter Capacity 550.00 11,000.00 18 10 Pcs Water Container Heavy Duty Outdoor 100liter Capacity 500.00 5,000.00 19 1 Unit Rice Cooker 5.6liters Capacity 30 Cups Heavy Duty 5,000.00 5,000.00 20 5 Pcs Industrial Heavy Duty Scraper (12"/24") 500.00 2,500.00 Grand Total ₱ 148,300.00 " Quotation Forms Are Now Available At The Bac Secretariat And Upon Payment Of A Non-refundable Amount At 100.00 Per Set To The City Treasurer's Office-cashier. Quotations Are Evaluated On Lot Basis. Price Quotation Is Valid For 30 Calendar Days After Bid Opening." Submit Your Quotation Forms In A Sealed Envelope Per Project To The Bids And Awards Committee /secretariat On Or Before January 21,2025, 2:00 P.m. At The City General Services Office, City Hall, Pagadian City. The Bids And Awards Committee (bac) Reserves The Right To Reject Any And/ Or All Quotation Or Part Thereof, To Waive Formality Therein And/or To Accept The Quotations As May Be Considered Most Advantageous To The City Government Of Pagadian. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: January 21, 2025 To January 24, 2025
Closing Date24 Jan 2025
Tender AmountPHP 148.3 K (USD 2.5 K)
National Academy Of Science And Technology Tender
Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Supply And Installation Of Plants For Renovation And Landscaping Of Plant Boxes At The Pshc I. General Requirements Mobilization And Demobilization Environment, Safety And Health Hauling And Disposal Of Debris Ii. Architectural Works Repainting Of Steel Grills And Gate Iii. Civil Works Replacement Of Paver Blocks Removal Of Aircon Brackets Iv. Electrical Works Installation Of Pvc Conduits Of The Existing Lighting V. Landscape Works Supply And Installation Of Garden Soil Supply And Installation Of White Pandakaki @ 1ft. Ht. 250mm O.c. Supply And Installation Of Orange Eugenia @ 2ft. Ht. 300mm O.c. Please See Attached Tor And Plans For Detailed Specifications. Delivery: 15 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: P 213,368.44 Sealed Quotation/proposals May Be Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 27, 2025 At 12:00nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Project: Proposed Landscaping Of Pshc Phase Ii Exits 3f Science Heritage Building, Dost Complex, Bicutan, Taguig City Re: Scope Of Works I. Project Information The Landscaping Of The Exit Pathway Of An Exhibit Is An Essential Aspect Of The Overall Visitor Experience. Well-designed Landscaping Not Only Ensures Functional Needs Such As Accessibility And Safety But Also Enhances The Visual And Emotional Impact Of The Visit, Providing A Cohesive Conclusion. This Project Will Involve Landscaping Of The Vacant Plant Boxes, Replacement Of Pavement Blocks, Repainting Of The Tubular Trellis Replacing The Conduit Pipes And Proper Assembly Of Lighting Wirings At The Pshc Phase Ii Exits. Ii. Objectives • To Improve, Rehabilitate, And Landscape The Philippine Science And Heritage Center Phase Ii Exits • To Create A Smooth Transition From The Exhibit Area Back To The Exterior Environment. Iii. Scope Of Work The Work Consists Of The Furnishing Of All Necessary Labor, Materials, Tools And Equipment, Including Technical Supervision Necessary For The Complete Execution Relative To Landscaping But Not Limited To The Following: 1. Demolition And Removal A. Removal Of The Angle Bar Brackets B. Removal Of The Existing Conduit Pipes C. Safely Dispose The Debris And Other Scrap Materials. 2. Architectural Works A. For Repainting Works, Remove All Loose Scaling, Flaking And Peeling Off Paint Either With The Use Of Paint Remover, Wire Brushing Or Scraping. B. Metal Shall Be Clean, Dry And Free From Mill Scale And Rust. Remove All Grease And Oil From Surfaces. C. Metal Surfaces Shall Be Primed With Red Oxide As Specified Before Final Coat Is Applied. D. Replace The Existing Floor Finishes With The New Finishes Specified In The Specifications. 3. Civil Works A. Replacement Of Pavement Blocks B. The Pavement Blocks Should Match The Existing Pavement Blocks 4. Electrical Works A. Standard Pvc Conduit Pipe System Is Required For This Project. B. Conduit Runs Shall Be Concealed Behind The Tubular Steel Trellis C. Conduits Which Have Been Deformed Or Crushed In Any Manner Should Not Be Installed D. Proper Assembly Of The Wirings Of The Lighting. E. Perform Post- Installation Tests. 5. Landscape Works A. Site Clearance To Remove Shrubs And Other Unnecessary Plants And Objects. B. Compaction Of Existing Loose Soil On The Landscape Areas C. Supply And Spread Compost D. Spread Topsoil E. Planting Of Applicable Ornamental Plants For The Landscaping Area F. Maintenance Of Plants Until Final Turn Over. Iv. Material Specifications 1. Paint Finish A. Red Oxide Metal Primer Dry Time Touch: 2 Hours Recoat: 12 Hours Density: 1.32kg/l Theoretical Coverage: 25-30 Sqm. Application: Brush Or Roller B. Quick Dry Enamel Finish: Gloss Dry Time Touch: 5 Hours Recoat: 8-12 Hours Full Cure: 3 Days Density: 1.11kg/l Theoretical Coverage: 30-35 Sqm. Application: Brush Or Roller C. Paint Thinner Mixing Ratio: 4l Qde Paint : 1l Paint Thinner 2. Paver Blocks – Same On Existing Paver Blocks 3. Landscape Plants A. White Pandakaki (tabernaemontana Pandacaqui) • 1-foot Height, Spaced At 250mm On Center • Native To The Philippines • Resistant To Drought That We Can See Them Leafless During Dry Seasons, But Eventually Grow Again With Rainy Seasons • Can Grow Full Sun Or Partial Shade • Low Maintenance Plant (water) • Green Leaves, White Flower B. Eugenia Oleina (syzygium Campanulatum) • 2-foot Height, Spaced At 300mm On Center • Native To The Philippines • Thrives On Drought • Can Grow Full Sun Or Partial Shade • Mid Maintenance Plant (water) • New Leaves Sprout In Reddish Colors, And They Eventually Turn Brown Into Green As They Reach Their Maximum Size Fig 1: White Pandakaki Fig 2: Eugenia Oleina V. Deliverables 1. Sample/ Technical Data Of The Materials. 2. Project Schedule In Gantt Chart Form, Include Schedule Tracking To Check The Progress Of The Project. 3. Lists Of Manpower And Equipment For The Deployment. Vi. Project Duration The Landscaping Of Pshc Phase Ii Exits Shall Be Done Within 15 Calendar Days To Take Effect Seven (7) Days After The Receipt Of Notice To Proceed Vii. Approved Budget Of The Contract The Approved Budget Of The Contract (abc) Is Two Hundred Thirteen Thousand Three Hundred Sixty-eight And 44/100 Pesos Only (php 213,368.44). The Abc Shall Be The Upper Limit Or Ceiling For The Bid Price. Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted And Be Automatically Rejected At Opening Of The Financial Bid.
Closing Date27 Jan 2025
Tender AmountPHP 213.3 K (USD 3.6 K)
San Juan National High School Tender
Others
Philippines
Details: Description Procurement Of Tools, Supplies & Materials For Fostering Inclusive, Motivating, And Child-friendly Learning Environment For Holistic Student Development. Quantity Unit Item 2 Unit Gas Cylinder 1 Unit Gas Range Electric Oven 2 Pcs. Pressure Cooker 1 Unit Refrigerator 8.5c.ft 2 Pcs. Large Wok With Cover 6 Pcs. Fry Pan 2 Pcs. Sauce Pan 2 Pcs. Casserole Pan Big 2 Pcs. Casserole Pan Small 2 Pcs. Sauce Pot 2 Pcs Stock Pot 21l 2 Pcs. Fryer Pot 6 Pcs. Angel Food Cake Pan 8" 6 Pcs. Bread And Loaf Pan Medium 7x3 6 Pcs. Bread And Loaf Pan Small 6x3 6 Pcs. Sheet Pan 3 Pcs. Cake Pan 10" 6 Pcs. Muffin Pan 12" 6 Pcs. Food Tong Small 6 Pcs. Food Tong Long 15 Pcs. Condiments Container 2 Set Kitchen Knife (small-big) 2 Pcs. Chopping Board Wooden L 2 Pcs. Chopping Board Plastic L 6 Pcs. Pastry Scraper 6 Pcs. Kitchen Shears 6 Pcs. Strainer Colander Big 6 Pcs. Stainless Steel Fine Wire Mesh 6 Pcs. Serving Tray Rectangele 20x15" 6 Set Measuring Cup Set Metal 6 Pcs. Peeler 2 Pcs. Wooden Spatula 2 Pcs. Silicon Spatula 2 Pcs. Rolling Pin Wood 2 Pcs. Rolling Pin Silicon 6 Pcs. Pizza Cutter 2 Pcs. Metal Whisker 2 Pcs. Silicon Whisker 1 Pcs. Weighing Scale Big Up To 10kgs 3 Pcs. Food Weighing Scale Up To 1kg 4 Pcs. Solid Turner 4 Pcs. Slotted Turner 4 Pcs. Basting Spoon 4 Pcs. Slotted Spoon 6 Pcs. Serving Fork 6 Pcs. Ladle 4 Dozen Spoon Stainless 4 Dozen Fork Stainless 12 Pcs. Plate Ceramic Plate 12 Pcs. Cup And Saucer 6 Pcs. Salad Bowl Wood 6 Pcs. Sauce Dispenser Plastic 6 Pcs. Sauce Dispenser Glass 12 Pcs. Drinking Glass Tall 12 Pcs. Wine Glass 36 Pcs. Apron Plastic 24 Box Food Gloves Powder Free 15 Pcs. Pot Holder 2 Unit Rice Cooker 1.5l 2 Unit 40 L Container 12 Pcs. 24 Color Crayons 24 Pcs. White Board Marker 2 Pcs. Big White Board 12 Pcs. Glue Big 473ml 12 Pcs. Blunt-end Scissors 24 Pcs. Organizer Basket Medium Rattan Plastic 5 Pcs. File Box Storage 5 Pack Assorted Colored Paper 9 Pcs. Air Freshener 9 Pcs. Insect Repellent 6 Box Black Clip Big 6 Box Black Clip Medium 6 Gallon Alcohol 6 Gallon Disinfectant Cleaner 12 Box Disposable Mask 20 Pcs. Rubrics Cube 20 Pack Clay Doh Assorted Color 20 Pack Kinetic Sand 6 Pcs. White Working Table Long 2 Unit Water Dispenser Top 60 Pcs Adhesive Wall Hook 10 Unit Epson Printer 4 Set Each Color Of Epson Ink Set 1 Unit Laminating Machine 3 Pack Laminating Paper 3 Pcs Puncher 3 Pcs. Tape Dispenser 13 Roll Masking Tape (thick) 12 Roll Masking Tape (thin) 2 Roll Scotch Tape (thick) 12 Roll Scotch Tape (thin) 5 Box A4 Bond Paper 5 Box Long Bond Paper
Closing Date3 Feb 2025
Tender AmountPHP 400 K (USD 6.8 K)
Municipality Of Talusan, Zamboanga Sibugay Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Sibugay Municipality Of Talusan -7012- Office Of The Bac Chairman Invitation To Bid Notice To The Public: Notice Is Hereby Served That Sealed Bid Be Received For Public Bidding In The Office Of The Bids And Award Committee(bac), Talusan, Zamboanga Sibugay On Or Before Closing Date And Time Set At Philgeps Format For Furnishing This Office The Articles Served Subject However, To The "terms" And Conditions" Printed Back. Alexander V. Pidor Bac Chairman Item No. Units Articles Qty Unit Cost Total Value Set Air Compressor With Airtrush Cake Decorating Set 2 Piece Beater,electric 5l 4.0 Piece Board.chopping,6 Color,plastic 4 Piece Boiter.double 22 Cm 2 Set Bowl Mixing 6 Pcs/set Stainless Steel Big 12 Set Bowl.mixing 6 Pcs/set Glass Meduim 12 Set Bowl.mixing 6 Pcs/set Glass Small 24 Set Cake Pans,round#4,#8,#10#12,#16 2.00 Piece Cake Stand,3 Tier,60cm Electric 4 Set Cake Turn Table,21 Pc Set 4 Set Coupler 4 Piece Cup.measuring For Solod 15 Piece Cup.measuring,500ml For Liquid 8 Piece Cutter,dough 8 Piece Cutter Pie 4 Piece Dough Kneader 15l Electric 4 Piece Flour Sifter Hand Cranked 2 Piece Grater Stailes Steel 4 Piece Knife Steel Kitchen Set 4 Piece Knife Pallet 4 Piece Ladle.30z 4 Piece Loaf Pan Big Aluminum 4 Piece Loaf Pan Medium Aluminum 4 Piece Loaf Pan Small Aluminum 4 Unit Microwave Oven 2 Piece Mixer Vertical Electric 3 Piece Muffin Pan Big 4 Piece Muffin Pan Midium 4 Piece Muffin Pan, Small 12 Holes 4 Unit Oven Industrial Big Double Deck 1 Piece Pie Pan 10 Inches Diameter Aluminum 8 Set Pie Pan #6 #8 #10 Set 2 Piece Pillars Cake 4 Pack Piping Bag Small 4 Pack Piping Bag Medium 4 Pack Piping Bag Large 5 Piece Rectangular Pan 1x8 Aluminum Set 4 Piece Rolling Pins 4 Piece Rubber Scraper Silicone 4 Piece Sauce Pan 4 Piece Sheet Pan 10 Set Spoon Measurring Set 4 Piece Spoon Wooden Large 4 Unit Steamer Electric 2,8 L 2 Piece Strainer 18 Cm 4 Unit Table Long Stainles Steel 3 Piece Tip Decorating Small 3 Piece Tip Decorating Medium 3 Piece Tip Decorating Large 3 Unit Weighing Scale 10 Kgs 2 Unit Weighing Scale 5 Kgs Digital 2 Unit Weighing Scale 1kg Plastic Portable 3 Piece Wire Whisk,stainles Medium 4 Piece Round Plastic Basin 18 3 Piece Utility Try Multipurpose 4 Unit Kitchen Scale 5 Kls Electric 2 Unit Heavy Duty Flour Mixer 20l 2 Unit Gas Range With Oven 60 Cm 4 Burners 1 Unit Refrigerator 10 Cu Ft Double Door 1 Unit Kneading Table Stainless 3 Layer 2 Piece Oven Thermometer 2 Unit Dough Kneader Machine Planetary Mixer 1 Unit Pastry Slender Black Grip 4 Piece Pastry Wheels Cutter 2.5 Diameter 4 Piece Kitchen Shears Heavy Duty Stainless 4 Unit Electric Blender 2 Piece Aluminum Thong Small 4 Piece Aluminum Thong Medium 4 Set Extension Wires 10 M 3 Gang 4 Unit Gas Tank 12. 1kg 1 Piece Gas Tank Regulator 1 Piece Gas Tank Hose 2 M 1 Unit Portable Generator 15.00 Watss 1 Unit Electric Stand Fan 3 Unit Steel Cabinet Stoage 2 Piece Apron 12 Unit Air Pryer 2 Set Mortar&pestle,medium,marble,6 Diameter 2 Unit Display Rack,closed,glass 4 Layers 2 Unit Garbage Bin With Cover 13l 3 Piece Condiments Containers Medium 10 The Chairperson Bids And Award Committee Municipality Of Talusan Zamboanga Sibugay Sir/madam: Pursuant To The Terms And Condition Of This Bidding, I/we Hereby Submit My/our Bid Of The Price Set Opposite Each Item For Which A Bidders Bond Of P________________ Herewith Proposed/ Enclosed As Guaranty For The Faithful Compliance Of My /our Obligation. Very Truly Yours, (name Of Company) (company Address) ____________________________ (signature) ____________________________ (printed Name)
Closing Date24 Jan 2025
Tender AmountPHP 246.8 K (USD 4.2 K)
Offizielle Bezeichnung Tender
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
Germany
Description: Preliminary information as a call for competition – general guidelines, standard regulations (services) General planning service Hoai for the expansion of the 2nd biological stage 1. Initial situation The Sindlingen sewage treatment plant has currently been expanded to include 4 aeration tanks and 3 secondary clarification tanks. Contents of the project are: planning and construction of 2 aeration tanks and 1 secondary clarification tank, as well as the integration of these tanks into the existing structure. 2. Description of the project 2.1 New aeration tank The aeration tanks are rectangular tanks with longitudinal flow. Their internal dimensions (LxWxH) are approximately 59.6x11.6x5.0m. An underground distribution channel runs along the northern front of the four existing aeration tanks. Next to a large wastewater area, a smaller channel for the return sludge is installed. A pipe branches off from each of these two channels to feed the aeration tanks. These pipes cross an open space in front of the aeration tank that is approx. 5.3 m deep and covered with grid plates. There is a manually operated slide valve, a flow meter and an electric slide valve for each pipe string. The wastewater now crosses the tanks lengthways. The air distribution line runs through 3 separately controlled areas and is led downwards in the middle of each zone. At the southern end of the tank, the wastewater falls over an overflow edge into a collecting channel. The channel directs the wastewater via a distribution structure to the secondary clarifiers. 2.2 Distribution structure The channel leads from the outlet of the aeration tanks via a coagulant addition to the distribution structure. The wastewater is then led via a siphon into a round spring pot. The source tank is divided into three equally sized drainage areas, which then lead to the respective secondary settling tanks. 2.3 New secondary settling tank The secondary settling tanks are designed as round tanks. The wastewater is led from the distribution structure into the secondary settling tanks via underground pipes. It flows into the middle of the tanks. The drainage channel is suspended on the edge of the secondary settling tanks. The clear water can flow into the drainage channel on both sides. It is fed to the further treatment steps via a collecting line. The round tanks have a bottom clearing shield and a floating sludge scraper. The settled sludge is led via the bottom clearing shield into the middle of the tank and from there via a collecting line to the screw pumping station. There it is lifted and returns to the aeration tanks by free fall. The floating sludge is led via pumps on the secondary settling tank in a separate line towards the return sludge pumping station. Two centrifugal pumps lift the floating sludge there. 2.4 Connections and integrations The required inlet and outlet channels to and from the planned basins must be provided. In particular, the distribution structure must be examined in detail to clarify whether a new construction or an extension of the existing structure is possible. The electrical components required in each case must be integrated into the existing switchgear and the control panel extended. The vertical distance between the aeration basins to be planned and the switchgear is around 90m as the crow flies. The distance between the secondary clarification basin to be planned and its switchgear is around 200m as the crow flies. Additional content is the planning and construction of a new service road around 240m long. The creation of an accompanying landscape management plan in conjunction with the Hessian compensation ordinance is also part of this project. 2.5 Tests and simulations At the start of the measure, the existing structure is to be recorded and tested. The results of this will then be incorporated into the further planning of the new structures to be built. The hydraulic cross-section must be checked and revised in accordance with the planning. The return sludge pumping station and the air supply to the aeration tanks are to be tested for their capacities in order stage 1. Various load scenarios are to be represented by a simulation. No further planning is being carried out for the return sludge pumping station and the air supply. Flow simulations are to be carried out using CFD for the existing inlet channels, including the new ones to be built, to the aeration and secondary clarifiers, in particular the distributor structure. Three load cases or operating states to be determined by the SEF are to be simulated. A preliminary test in accordance with Uvpg §5 Paragraph 1 Number 1 is required for the planned expansion of the Sindlingen wastewater treatment plant. Whether this results in the requirement for a formal EIA depends on the results of the preliminary examination. 3. Planning services according to Hoai 2021 The following service descriptions, special and additional services are to be carried out. According to Hoai §11 (1), the fees for each object are to be calculated separately. 3.1 Hoai service descriptions Landscape management accompanying plan according to §26, §31 para. 1 in conjunction with Appendix 7 Hoai object planning for civil engineering structures according to §41ff.; §44 para. 4 in conjunction with Appendix 12 Hoai object planning for traffic systems according to §45ff.; §47 para. 2 in conjunction with Appendix 13 Hoai specialist planning for structural planning according to §49ff.; §51 para. 5 in conjunction with Appendix 14 Hoai specialist planning for technical equipment according to §53ff.; §55 Paragraph 3 in conjunction with Annex 15 Hoai 3.2 Special services are commissioned across all service profiles with the following breakdown: - Commissioning level 1: approx. 20% - Commissioning level 2: approx. 50% - Commissioning level 3: approx. 85% The full range of special services is defined in the tender documents 3.3 Additional services Various additional services, such as: - BBQ acc. to DIN 1054 - On-site construction monitoring - Geotechnical investigations The full range of additional services is defined in the tender documents 4. Division of the future contract into contract stages The contract is divided into a total of three contract stages, which are called up after completion of the previous stage: 4.1 Commissioning level 1 Performance phases 1-4 4.2 Commissioning level 2 Performance phases 5-7 4.3 Commissioning level 3 Performance phase 8 General planning service Hoai For The Expansion Of The 2nd Biological Stage The Frankfurt am Main municipal drainage system intends to expand the second biological stage of the Frankfurt-Sindlingen wastewater treatment plant at Roter Weg 4 with around 470,000 inhabitants, essentially consisting of: - Two aeration tanks - A secondary clarifier - Inlet and outlet channels to the tanks - New construction or reconstruction of a distribution structure for the secondary clarifiers - Traffic systems - Accompanying landscape management plan The technical equipment and the geometry of the tanks should be designed as similarly to the existing ones as possible, although technical innovations can be incorporated. The planned units are to be connected to the power supply and the existing control room at the Ara Sindlingen in terms of electrical, measurement, control, and instrumentation.
Closing Date3 Jan 2025
Tender AmountRefer Documents
Dolores National High School Tender
Others
Philippines
Details: Description Page 1 Of 3 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Department Of Education Region Viii, Division Of Eastern Samar Dolores National High School Barangay 9, Reynaldo Street Dolores, Eastern Samar January 23, 2025 Business Name Philgeps Reg. No. Adress Contact No. Tin Non-vat Vat Request For Quotation Rfq# 2025-01-010 Supply And Delivery Of Trash Bin Sir/ma’am: The Dolores National High School, Through Its Bids And Awards Committee, Requests Your Price Quotation For The Items Specified Herein ,taking Into Consideration The Following Terms And Conditions 1. Quotation Submission Deadline: January 27, 2025 2. Quotation Opening Date & Time: January 27, 2025 - 9:00 Am 3. Place Of Delivery/installation: Dolores National High School 4. Delivery Period/duration: Upon Receipt Of The Notice To Proceed 5. Price Validity Period: 30 Calendar Days 6. Approved Budget For The Contract (abc): Lot 1: 80,000.00 7. Evaluation Of Bids: Bids Will Be Evaluated On A Per- Lot Basis. 8. Submission Requirements: Suppliers/contractors Must Submit A Copy Of Their Updated Mayor’s/business Permit And Provide Their Philgeps Registration Number Or A Copy Of Their Philgeps Certificate Along With The Duly Completed Request For Quotation (rfq) In A Sealed Long Brown Envelope, Either Manually/on-site Or Through Courier. The Following Documents Must Also Be Submitted Prior To The Award: • (1) Income/business Tax Return (for Abcs Above ₱500,000) • (2) Omnibus Sworn Statement (for Abcs Above ₱50,000) 9. Accuracy Of Information: Suppliers/bidders Must Provide Accurate Information Required In This Form, Supported By The Following Documents. 10. Tie- Breaking Procedure: In Cases Where Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lcrb, Dnhs Will Employ The Draw Lots Method As Per Gppb Circular 06- 2005 To Break The Tie And Determine The Winning Bidder. 11. Validity Of Interlineations: Any Interlineations, Erasures, Or Overwriting Must Be Signed Or Initialed By The Supplier Or Their Duly Authorized Representative(s) To Be Valid. 12. Price Quotation: Quotations Must Be Denominated In Philippine Pesos And Inclusive Of All Applicable Taxes For Materials And Supplies. 13. Budget Compliance: Quotations Exceeding The Approved Budget For The Contract Will Be Automatically Rejected. 14. Award Of Purchase Order/contract: The Purchase Order/contract Shall Be Awarded To The Lowest Quotation That Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 15. Inspection And Payment: Delivered Items Are Subject To Inspection, And Payment Processing Will Commence Only After Acceptance By The Dnhs Property And Supply Unit. 16. Payment Terms: Payment Shall Be Made Through Land Bank’s Lddap-ada (list Of Due And Demandable Accounts Payable-advice To Debit Account) Or Bank Transfer Facility. Account Details Must Be Provided. 17. Delivery Costs: The Supplier Shall Bear All Delivery Costs, Including Transportation Expenses, And Assume All Risk Until The Goods Are Delivered To Dolores National High School. 18. Payment Conditions: Payment Shall Be Made After Delivery And Upon Submission Of The Required Supporting Documents (e.g., Order Slip And/or Billing Statement). Terms Of Payment Are Within 28 To 60 Calendar Days From The Date Of Acceptance. 19. Liquidated Damages: Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Contract Shall Be Rescinded Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, Without Prejudice To Other Available Remedies. __________________________ In Case Of Recently Expired Mayor’s/business Permit, It Shall Be Accepted Together With Its Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit, Provided That The Renewed Permit Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.2 Of Government Procurement Policy Board (gppb) Resolution No. 09-2020. Page 2 Of 3 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Specification 1. **material**: - High-density Polyethylene (hdpe) Or Polypropylene (pp) - Uv-resistant And Weatherproof - Durable And Heavy-duty 2. **capacity**: - 240 Liters 3. **dimensions** (approximate): - Height: 1070 Mm - Width: 580 Mm - Depth: 730 Mm 4. **color Codes And Usage**: - **red**: General Waste (non-recyclable) - **blue**: Recyclable Waste (paper, Cardboard, Glass Bottles, Metal Cans) - **green**: Biodegradable Waste (food Scraps, Garden Waste, Paper Towels) - **yellow**: Infectious Waste (medical Waste, Used Gloves, Masks, Sharp Objects), Usually Marked With A Biohazard Symbol 5. **features**: - Equipped With Wheels For Easy Mobility - Secure Lid To Prevent Spillage And Odor - Handles For Easy Handling And Transportation Page 3 Of 3 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Set Trash Bin, 240 Liters Cap 4 Total Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es.
Closing Date27 Jan 2025
Tender AmountPHP 80 K (USD 1.3 K)
Department Of Agriculture Tender
Furnitures and Fixtures
Philippines
Details: Description The Department Of Agriculture-rfo 3, Invites Interested Suppliers To Submit Quotations/proposals For The Hereunder Requirement, To Wit: Various Supplies 10 Piece Light Bulb Specifications: 10 Watts, Led Daylight E27, Non-dimable 35 Piece Fluorescent Light Specifications: 18 Watts-1600lm 6500k 175-265v, 50/60hz 5 Piece Electrical Tape Black Size: 16m(0.16mm X 19mm X 16m) 10 Piece Door Mat Specification: Non-slip Home Mat Rubber Mat Heavy Duty, Doormat Coil Disinfecting Absorbent High Quality 3 Piece Floor Squeegee Specification: Floor Scraper 180 Degrees Rotatable Mop Broom Floor Cleaning Mop Lightweight 3 Piece Glass Window Squeegee Specification: Squeegee With Spray Glass Cleaner Wiper 3 Piece Microfiber Duster Kit Specification: For High Ceiling Cleaning With Extension Pole 3 Piece Toilet Plunger Specification: High Pressure, Air Drain Plunger Sink Dredge Cleaner 1 Set Aluminum Frame Acoustic Partition With Installation Size: 295cm X 150 X 259cm(l X W X H) Shape: L-shape (divider For Closed Room) Specification: Permanent Partition With Door 3 Set Bathroom Toilet Brush Set Specification: Non-slip Long Pp Handle And Soft Tpr Silicon Bristles With Holders 6 Set Window Roller Blinds Blackout With Installation Size: 140 Cm X 140 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 140 Cm X 80 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 75 Cm X 200 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 4 Set Window Roller Blinds Blackout With Installation Size: 200 Cm X 170 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 140 Cm X 75 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 75 Cm X 135 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 3 Set Electric Stand Fan Size: 16" Specification: Metal Blade Sto-16e 3 Set Mop Head With Aluminum Handle Set Specification: Rotating Mop Cleaning With Spinner Mop With Squeezer Heavy Duty 2 In 1 Wash Magic Flat Mop 2 Set Shoe Rack Size: 80cm X 20cm X 80cm Specification: 5 Layer, Stainless Steel Stackable Shoes Organizer 2 Set Vacuum Cleaner Specification: Wireless Dual-purpose 5 In 1 Handheld Vacuum Cleaner, Built-in Battery, Large Capacity Dust Collection Box, Low Noise Multifunctional 2 Unit Exhaust Fan For Processing Area With Installation Size: 10 Inches (305 X 305mm) Specification: Ceiling Ventilation Fan, Strong Wind For Kitchen Wall Mounted Performance: Low Noise, Energy Saving, High Efficiency Cycle Voltage: 220v-240v / 50 Hz Installation Method: Wall Mounted/embedded 2 Unit Humidifier Capacity: 16l Specification: Air Humidifier And Fogging Disinfectant Machine 1 Unit Humidifier Capacity: 269ml Specification: Automatic Primary Air Humidifier 1 Unit Water Dispenser Specification: Cold And Hot Water Dispenser Rapid Cooling Child Lock Automatic Dispenser 1 Kit First Aid Emergency Kit Inclusion: 91pcs Medical Wound Care Kit; Adhesive Bandages, Gauze Bandage Roll, Sterile Gauze, Alcohol Disinfectant Sheet, Cotton Swab, Instant Ice Pack, Thermometer, Emergency Survival Blanket, Cloth Triangular Bandage Tweezers, Scissors, Elastic Tourniquet, Surgical Tape, Safety Pins, Hydrogen Peroxide, Povidone Iodine, Cotton Balls, Surgical Gloves, Medicines (biogesic, Citirizine,etc.), Etc. Specification: For Burns, Cuts, And Allergic Aid Delivery Site: Da-rsld, Technology Business Incubation Building, Paraiso, Tarlac City, Tarlac. To Be Used In The Study Of Development Of Technology Business Incubation Program For Da-rfo 3 At The Technology Business Incubation Building. Interested Suppliers May Download And Examine The Attached Request For Quotation Form By Clicking The Figure Opposite The Associated Components On This Page. The Department Of Agriculture-rfo 3 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Quotation. Note: Interested Suppliers Must Download The Attached Document. Here’s The Procedure On How To Download The Attached Document. 1. To Order The Associated Component Of This Bid Notice, Please Click The “order” Link. 2. Upon Clicking The Order Link, The Order Basket Page Will Be Displayed. To Proceed The Ordering Of The Document In The Order Basket Page, Click The “continue” Button. 3. The System Will Display The Order Confirmation Page. To Confirm The Order, Click The “submit” Button. 4. The Order Summary Page Will Be Displayed. To View Or Download The Associated Documents, Click The Document Hyperlink Under The Item Column. 5. To Return To The Bid Notice Abstract Page, Click The “done” Button.
Closing Date17 Jan 2025
Tender AmountPHP 111.3 K (USD 1.9 K)
Adela Serra Ty Memorial Medical Center Tender
Healthcare and Medicine
Philippines
Details: Description 1 Derf Needle Holder, Standard, 12.5 Cm 5 Pc 1,000.00 5,000.00 Specifications: Made Of High-quality Stainless Steel, Corrision-resistant And Rust-free. Autoclavable At Up To 135°c For Repeated Use. 2 Mayo Hegar Needle Holder, Tungsten Carbide, 14cm 3 Pc 2,400.00 7,200.00 Specifications: High-quality Surgical-grade Stainless With Tungsten Carbide Inserts Suitable For Precise Suturing Tasks. 3 Iris Scissors, Straight, Standard, 10.5cm 5 Pc 800.00 4,000.00 Specifications: Stainless Steel Lightweight And Ergonomic Design Straight Blade With Sharp Tips 4 Iris Scissors, Straight, Tungsten Carbide, 10.5cm 3 Pc 3,200.00 9,600.00 Specifications: Straight Blade With Sharp Tips Stainless Steel Lightweight And Ergonomic Design 5 Iris Scissors, Curved, Standard, 10.5cm 5 Pc 900.00 4,500.00 Specifications: Stainless Steel Compact 10.5 Cm Length Non-sterile And Reusable 6 Iris Scissors, Curved, Tungsten Carbide, 10.5 Cm 3 Pc 3200.00 9600.00 Specifications: Stainless Steel Compact 10.5 Cm Length Non-sterile And Reusable 7 Tissue Forceps X 1x2 Teeth, 14cm 10 Pc 750.00 7500.00 Specifications: Stainless Steel Compact 10.5 Cm Length Non-sterile And Reusable 8 Blade/scalpel Holder 5 Pc 150.00 750.00 Specifications: Stainless Steel With A 9.5-inch (24.5 Cm Length) 9 Handheld Phototherapy Machine With Uv Blocking Eyewear With Site Installation 1 Set 65000.00 65000.00 Specifications: Equipped With A 311nm Narrowband Uvb Lamp With A Timer, Uv-blocking Goggles, And Carrying Case Cordless Design Options Available 10 Locking Forceps Curved Mosquito 10 Pc 150.00 1500.00 Specifications: Stainless Steel Curved Jaws With Serrated Tips 11 Locking Forceps Straight Mosquito 10 Pc 150.00 1500.00 Specifications: Stainless Steel 12 Tenotomy Scissors 5 Pc 1000.00 5000.00 Specifications: Surigal-grade Stainless Steel 13 Disposable Dermal Curette #2 (2.0mm) 80 Pc 100.00 8000.00 Specifications: Curette Tip: Made From Surgical-grade Stainless Sharp, Curcular Cutting Edge Non-slip Textured Surface 14 Disposable Dermal Curette #3 (3.0mm) 80 Pc 100.00 8000.00 Specifications: Curette Tip: Made From Surgical-grade Stainless Sharp, Curcular Cutting Edge Non-slip Textured Surface 15 Disposable Dermal Curette #4 (4.0mm) 80 Pc 100.00 8000.00 Specifications: Curette Tip: Made From Surgical-grade Stainless Sharp, Curcular Cutting Edge Non-slip Textured Surface 16 Disposable Dermal Curette #5(5.0mm) 80 Pc 100.00 8000.00 Specifications: Curette Tip: Made From Surgical-grade Stainless Sharp, Curcular Cutting Edge Non-slip Textured Surface 17 Unna Comedone Extractor 14.0cm 10 Pc 1000.00 10000.00 Specifications: Length: 14.0 Cm Surigal-grade Stainless Steel Hypoallergenic Dual-ended Instrument: Curcular Loop And Sharp Lancet Or Oval Loop 18 Metzenbaum Scissors 4 Pc 1000.00 4000.00 Specifications: 100-200mm High-quality Surgical-grade Stainless Steel 19 Skin Hook(small) 4 Pc 3500.00 14000.00 Specifications: 100-150mm (4-6 Inches) Surgical-grade Stainless Steel Sharp, Single-prong Hook Flat Or Rigded Grip 20 Dull Curette 4 Pc 900.00 3600.00 Specifications: 150-200mm (6-8 Inches Surgical-grade Stainless Steel Tip Design: Dull, Rounded Edge 21 Allis Forcep 4 Pc 750.00 3000.00 Specifications: High Tensil Strength To Withstand Repeated Use Teeth Configuration: 5x6 Teeth Round Or Slightly Curved Tips Ratchet Lock Mechanism 22 Mayo Table 4 Pc 3500.00 14000.00 Specifications: Tray Size: 45cm X 60 Cm Height: From 750mm To 1200mm Rust-resistant And Durable Base: H-or-u Shape Madefrom Heavy-duty Stainless Steel Equipped With Lockable Caster Wheels 23 Molt 9 Elevator 5 Pc 1200.00 6000.00 Specifications: Length: 150-175 Mm Surgical-grade Stainless Steel Double-ended Instrument: Sharp, Pointed Tip And Broad, Flat Blade Lightweight With A Textured Or Knurled Grip For Slip Resistance 24 Cuticle Pusher Ct-3 5 Pc 79.00 395.00 Specifications: Corrosion-resistant And Durable Dual-ended Tool: Flat (spoon-shaped) End And Pointed Or Scraper End 25 Toenail Lifter 4 Pc 275.00 1100.00 Specifications: Dual-ended Tool:slightly Curved, Rounded Edge And Flat Or Spoon Like Edge. 26 Williger Elevator 4 Pc 385.00 1540.00 Specifications: Surigal-grade Stainless Steel Ergonomic Handle Design 27 Mosquito Forceps 4 Pc 300.00 1200.00 Specifications: Fine, Narrow Jaws Rachet Locking System 28 Ingrown Clipper 4 Pc 299.00 1196.00 Specifications: Durable And Corrison Resitant Fine, Sharp Edges Designed To Trim Spring-loaded Mechanism 29 Scalpel Handle No. 3 4 Pc 300.00 1200.00 Specifications: Surigal-grade Stainless Steel Handle Design: Ergonomic, Non Slip Grip Polished: Smooth, Easy To Clean Surface 30 Diamond Deb Nail File 4 Pc 295.00 1180.00 Specifications: Suitable For Filing Both Natural And Artificial Nails. Easy To Clean And Maintain 31 Nail Clipper 4 Pc 99.00 396.00 Specifications: Stainless Steel Blade Design: Serrated Inner Surface 32 Skin Punch 6mm By 20s 5 Box 150.00 750.00 Specifications: Individually Packaged And Sterile Medical-grade Stainless-steel
Closing Date22 Jan 2025
Tender AmountPHP 216.7 K (USD 3.7 K)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n731.39|n00383|2156972644|marisa.tetkowski@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|inspection Site Source Final Acceptane Site Source|n/a|n00383|n/a|n/a|n/a|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 (jun 2003)|6|1 Year After Date Of Delivery|45 Days After Discovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitations On Pass-through Charges (jun 2020)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|336413|1250|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
this Is A Competitive Repair Requirement.
all Offers Are Due By The Solicitation Closing Date.
no Late Offers Will Be Acepted.
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document.
1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be
provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification.
1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This
procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer.
1.5 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By
ipc/eiaj-std-001c Paragraph 5.1.4.
2. Applicable Documents - Not Applicable
3. Requirements
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
processor,pwa,aircr ;901-005-654-103; P/n, ;7rh 1680 015302506 V2; Nsn, ;no Government Technical Publication Exists For The Rpair Of This Item. So All Repair Will Be Inaccordance With Technical Drawing And Engineering Specifications.; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
processor,pwa,aircr ;project Unlimited Inc.; Company Name , ;6300 Sand Lake Road, Dayton, Oh. 45414; Address , ;04597; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent.
responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified
herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein.
procedures:the Contractor Shall Prepare And Maintain Quality Control
documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The
performance Spcifications To Perform The Procedures.
quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which
compliance With Contractual Requirements
will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request.
purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub
contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil
either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002).
receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For
government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material,
finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings.
failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government.
nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition.
contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or
specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification.
material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer.
responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection
requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective
items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items.
repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And
quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing.
records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's
and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records:
receipt Inspection Documentation.
repair Shop Travelers Or Repair Cards.
parts Replacement Records.
parts Inspection Data Before And After Repair As Applicable.
acceptance Test Data.
qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair
re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request.
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
Closing Date13 Jan 2025
Tender AmountRefer Documents
5251-5260 of 5307 archived Tenders