Transportation Tenders

Transportation Tenders

Philippine Economic Zone Authority - PEZA Tender

Others
Philippines
Details: Description Republic Of The Philippines Philippine Economic Zone Authority Baguio City Economic Zone Bids And Awards Committee Loakan Road, Baguio City 2600 Request For Quotations The Philippine Economic Zone Authority – Baguio City Economic Zone (peza-bcez) Through Its Bids And Awards Committee (bac), Invites All Interested Suppliers/bidders To Offer Their Lowest Government Price For The Following Project: Mode Of Procurement : Small Value Procurement Reference No. : Bcezproc2025-11 Name Of Project : Supply And Delivery Of Survey Equipment Total Approved Budget For The Contract (abc) : Php 990,000.00 Location/place Of Delivery : Peza- Bcez Loakan Road, Baguio City Specifications: : See Attached Annex “a” Deadline Of Submission : January 31, 2025, 10:00 Am Delivery Period : Within Seven (7) Calendar Days Upon Receipt Of Purchase Order Interested Bidders/suppliers Are Required To Submit Their Duly Accomplished Price Quotation Forms (annex “a”) On Or Before The Specified Deadline To The Bac Secretariat, Located At The 1/f Peza-bcez Administration Bldg., Loakan Road, Baguio City. Submissions May Be Made Either As Open Or Sealed Quotations. For Open Quotations, Submissions Shall Be Sent Via Email To Bcezbacsec@peza.gov.ph Or Thru Facsimile At (074) 447- 3330/ 447-4154. Please Note That Electronic Submissions Sent To Any Other Email Address Other Than The One Specified Will Not Be Accepted. Consistent With Appendix A Of The Rules (annex “h” Of The Ra 9184 2016 Implementing Rules And Regulations), The Bcez-bac Requires That The Necessary Documentary Requirements Shall Be Submitted By The Lowest/single Calculated Bidder Prior Issuance Of The Notice Of Award: Awarding Of The Contract Will Be Done As One Lot. Further, Award Of Contract Shall Be Made To The Bidder Who Made The Lowest Calculated Quotation Which Complies With The Minimum Technical Specifications (annex A) And General Terms And Conditions (annex B). For Awarded Infrastructure Projects, The Winning Bidder/s Are Required To Submit A Safety & Health Program Approved By Dole Prior To The Issuance Of The Notice Of Award. For Further Inquiries, You May Contact The Peza-bcez Bac Secretariat At Telephone Numbers (074) 447-4155/3333 Or Via Email At Bcezbacsec@peza.gov.ph. The Peza-bcez Bac Reserves The Right To Reject Any Or All Bids, Waive Any Informality In The Bids Received, To Accept Or Reject Any Item/s Of Any Bid And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The Government. The Peza Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Expenses Incurred In The Preparation Of Their Price Quotations/proposals.annex A Price Quotation Form Reference No. Bcezproc2025-11 The Chairperson Bids And Awards Committee Philippine Economic Zone Authority Baguio City Economic Zone Loakan Road, Baguio City Thru : Bac Secretariat Peza-bcez Dear Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions Of This Request For Quotation (rfq) And Followed The Instructions To Bidders Specified In Annex B, We Wish To Submit Our Quotation/s For The Following Items: ** Please Note That It Is Required To Specify The Brand, Or Model, Or Technical Specifications Of The Product/item. For Items Without Brands (e.g. Sand, Gravel, Nails, Walis Tambo, Etc… ), Please Write The Word “comply”. Item No. Total Abc (in Php) Unit Qty. Peza-bcez Specifications Bidder’s Offer (tech. Spec/ Model No., If Applicable) Unit Price (php) Total Price (php) ₱990,000.00 Lot 1 Supply And Delivery Of Survey Equipment (rtk) Part A. Supply And Delivery Of Global Navigation Satellite System (gnss) Real Time Kinematics (rtk) 1 Set 1 Gnss Rtk Set With Case, Manual, And Complete Accessories - 1 Pc. Base - 1 Pc. Rover - 1 Pc. Android Rtk Controller - 1 Pc. Carbon Fiber Pole - 1 Pc. Tribrach - 1 Pc. Heavy Tripod - 1 Pc. Clip Tripod - 1 Pc. Pole Battery - 2 Pcs. Charger - 2 Pcs. Antenna - 2 Pcs. Two - Way Radio Part B. Rover Specification Gnss Performance - Gps: L1c/a, L2c, L2p, L5 - Glonass: L1, L2 - Bds: B1, B1c, B2, B2a, B2b, B3 - Galileo: E1, E5a, E5b, E6 - Qzss: L1, L2, L5, L6 - Sbas: Waas, Egnos, Msas, Gagan, Sdcm - Minimum Of 1408 Tracking Channels - Cold Start: <60s - Hot Start: <15s - Positioning Output Rate: 1hz - 50hz - Signal Reacquisition: <1s - Rtk Initialization Time: <5s - Initialization Reliability: >99.99% - Time Accuracy: 20ns 3 Of 6 Bcezproc2025-11 Positioning Accuracy Code Differential H: 0.25m To 0.40m Rms V: 0.50m To 0.80m Rms Static H: 2.5mm + 0.5ppm Rms V: 5mm + 0.5ppm Rms Rtk H: 8mm + 1ppm Rms V: 15mm + 1ppm Rms Network Rtk H: 8mm + 0.5ppm Rms V: 15mm + 0.5ppm Rms Physical Material Magnesium Alloy Dimensions ɸ 120mm - 140mm X 80mm - 100mm Weight Less Than 1kg Operating Temperature -20℃ ~ +60℃ Storage Temperature -20℃ ~ +70℃ Protection / Dustproof / Waterproof Ip67, Protected From 30min Immersion To Depth Of 1m From Water Shock/drop Survive A 2m Pole Drop Onto Concrete Humidity 95% Non-condensation 1 Electrical And Communications Power Supply 9~24v Dc External Power Input Battery Built-in 7000mah-7.4v Liion Battery Battery Life Rover Mode: Min. Of 12hours Base Mode: Min. Of 7hours Static Mode: Min. Of 15hours I/o Interface 1 X Lemo Port 1 X Usb Type-c Port 1 X Sim Card Slot, Nano Sim 1 X Uhf Antenna Interface Internal Uhf 1w - 5w Transmit Power Protocols Trimtalk, Alphatalk, South, Satel Cellular Network 4g Modem, Supports Tdd - Lte / Fdd - Lte / Wcdma Wifi 802.11 B/g Bluetooth Capable Differential Data Format Rtcm2x, Rtcm3x, Cmr Sensor Accuracy <2.5cm Tilt Compensation At Least 60° 4 Of 6 Bcezproc2025-11 Camera Front Camera 2mp Downward Camera 5mp Fov At Least 70° Laser Laser Measurement ±1cm + 5mm/m Data Storage Memory At Least 32gb User Interaction Operating System Linux Os Buttons Power Key Indicators 1 X Power Indicator 1 X Bluetooth Indicator 1 X Satellite Indicator 1 X Data Link Indicator Voice Intelligent Voice Prompts Part C. Inclusion - Delivery Of Equipment Within 7 Calendar Days - Initial Set-up And Tuning (ready To Use) - 2 - Years (24 Months) Warranty For The Whole Unit (except For Accessories) - Technical Support And Services: Diagnosis, Repair, Corrections, Calibrations, Availability Of Spare Parts (subject To Labor Charges) - 1 - 3 Days Training - Familiarization Of Gnss Rtk (operation Of Equipment) - Field, Autocad, And Civil 3d - Civil 3d 2021 Tutorial - Importing Of Survey Points - Defining Scale Of The Drawing Base On The Title Block 20" X 30" - Defining The Size And Text Height Of The Point Marker And Point Label - Surface Generation (contour Data And Contour Interval) - Editing Of Surface - Contour Labeling - Spot Elevation - Object Viewer (3d Terrain View) - Alignment , Profile, And Cross Sections - Volume Computation (cut And Fill) - Geolocation (on Line Map) - Google Earth (kml/kmz File) - Autocad Tutorial - Lot Data Computations In Ms Word Format - Lot Descriptions - Lmb Approval Plan - Lra Plan - Sketch Plan On Standard Format - Automatic Sketch Plan On Bond Paper Size, Mostly Used In Loan Application, Advance Copy Of Plan For Your Client. - Traverse Computations - Field Notes Inside And Setting Computation - Importing Of Csv File (rtk) 5 Of 6 Bcezproc2025-11 Note To The Bidder: Kindly Ensure The Submission Of The Following Documents Along With Your Quotation: 1. Valid And Current Mayor’s Permit Or Proof Of Schedule For Renewal. 2. Philgeps Registration Number **inclusive Of Vat/ Applicable Taxes, Fees, And Charges** X X X Nothing Follows X X X __________________________________________ ____________ Printed Name And Signature Of Authorized Representative Date Bidder/supplier’s Information: Company Name Address: Tel/fax No. Email Address: ________________________________ Name And Signature Of Canvasser 6 Of 6 Bcezproc2025-11 Annex B General Terms And Conditions 1. Price Validity. Price Validity Shall Be Thirty (30) Calendar Days From The Deadline Of Submission Of Quotation; 2. Price Escalation. All Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation; 3. Alternative Bids. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding; 4. Taxes. Prices Shall Be Inclusive Of Applicable Taxes (vat Or Percentage). Total Price Quoted Is Subject To Withholding Tax And Payable Through Check; 5. Delivery Period: Seven (7) Calendar Days Upon Receipt Of Purchase Order. 6. Delivery Terms: For Goods Supplied From Abroad, The Delivery Terms Applicable To The Contract Are Ddp Delivered To Baguio City Economic Zone, Baguio City, While For Goods Supplied From Within The Philippines, The Delivery Terms Applicable To The Contract Are Delivered To Baguio City Economic Zone, Baguio City. “risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At The Final Destination.” 7. Incidental Charges And Services. The Cost Of Transportation, Insurance, And Other Cost, Including Packaging And Documentation Incidental To Delivery Of The Goods And/or Services Shall Be Included In The Price Quoted By The Bidder. An Additional Or Separate Delivery Charge In The Bid Shall Be Treated As Non-responsive And Shall Be Rejected. 8. Term Of Payment. Payment Shall Be Charged Account. Cash On Delivery (cod) Shall Not Be Allowed, Unless Specified In The Quotation And Accepted During Bid Evaluation. Most Importantly, No Payment Shall Be Made Until Full Delivery Of Item/s And/or Services Is/are Completed And The Same Is/are Inspected And Satisfactorily Accepted By Peza-bcez. 9. Performance Security. For Procurement Of Goods And/or Services, Peza May Require The Submission Of A Performance Security Depending On The Nature Of The Procurement Project. However, For Infrastructure Projects, Submission Of A Performance Security Is Required By Peza. The Amount Of The Performance Security Shall Not Be Less Than The Required Percentage Of The Total Contract As Provided Under Section 39 Rule Xi Of The 2016 Revised Irr Of Ra 9184. 10. Warranty And Retention Money. Supplier/contractor Warrants That All Goods/services To Be Provided Are Of Acceptable Industry Standard. Whenever Applicable, The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) But Not To Exceed Five Percent (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Prescribed Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. (gppb Resolution No. 30-2017 Dated 30 May 2017) 11. Liquidated Damages. Delay In The Delivery Shall Be Subject To Liquidated Damages By Way Of Penalty At 1/10 Of 1% Of Each Day Of Delay Reckoned From The Day After The Last Day Of The Delivery Period Or The Agreed Date Of Delivery, Whichever Is Applicable. 12. Alteration Or Technical Specifications And Terms And Conditions. Altering And/or Amending The Technical Specifications And Terms And Condition(s) May Be Considered Non-responsive/ Non-compliant. Instructions To Bidders: A) Completely Fill Out The Price Quotation Form (annex B), Technical Specification/brand (if Applicable), Unit/ Total Price And Supplier/bidder’s Information. Do Not Forget To Sign The Price Quotation Form (annex A). Whenever Applicable, Original Brochures Or Certificates Of The Items Offered Showing Its Performance Characteristics Or Specifications, Shall Be Attached And Submitted Together With The Price Quotation Form. B) If Applicable, An Ocular Inspection, In Coordination With The End-user And Bcez-bac, Shall Be Conducted By The Interested Bidder Of The Premises/area Subject Of Herein Procurement Process
Closing Date31 Jan 2025
Tender AmountPHP 990 K (USD 16.8 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| inspection System Program Plans, Or Premanufacturing Or Test Procedures|1|45| transportation Of Supplies By Sea (oct 2024)|2||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| annual Representations And Certifications (may 2024)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| a Material Irpod Is Available At The Bpmi Site. Vendor Review Of The Irpod Is Mandatory. unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. Please Specify (if Other Than 60 Days) ______________ Days. If You Are Submitting Your Quote Via Email Or Neco, Please Specify The number Of Days Pricing Is Valid all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein. the Bpmi Ecommerce Website Is Being Moved To A New Url (https://logistics.unnpp.gov/ecommerce) Effective 17 July, 2019. The Current Site Address (https://logistics.bpmionline.net) Will Be Active Until 1 August, 2019, But We Encourage You To Ensure You Are Able To access The New Website At Your Earliest Convenience. If You Have Any Questions, Please Contact The Poc Listed Below. n9432.41 Danny O'neal, Ph: 717-605-4954, Email: Danny.l.oneal8.civ@us.navy.mil \ 1. If The Irpod For An Individual Item Calls For Mil-p-24503, Please Advise The Name Of The Manufacturer And The Grade Of The Mil-p-24503 Material That You Will Be Offering For That Line Item: mil-p-24503 Manufacturer's Name _____________________________. mil-p-24503 Material Grade __________________________________. 2. If The Irpod For An Individual Item Calls For Reports Of Test And Inspection (rotis), The Documentation Is Due 40 Days Prior To Delivery. 3. If The Irpod For An Individual Item Calls For Mil-i-45208 Higher Level Inspection System Requirements, Clause 52.242-11 -- Higher Level Contract Quality Requirement Applies. 4. When Applicable, First Article Test Reports Are Due Within 45 Days From The Date Of Order. 5. "all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 6. Any Subsequent Contract Awarded Will Be A (do) Rated Order. See Clause 52.211-14 For Additional Information. 7. The Government Reserves The Right To Place A Single Order Or Multiple Orders. 8. Please Provide A Quoted Delivery Date For Each Line Item. 9. Unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. please Specify (if Other Than 60 Days) ______________ Days. if You Are Submitting Your Quote Via Email Or Neco,please Specify The Number Of Days Pricing Is Valid. \ 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 2. Applicable Documents 2.1 Applicable Documents; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod). the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. 6.2 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. 6.3 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. mark Packaging Label With Nomenclature Cited In Irpod. date Of First Submission=eoc submit To Navsup-wss, Code N9433 For Review, A Complete Package Of All Applicable Vendor Certified Reports Of Test And Inspection Per Di-qcic-8872(latest Rev) See (individual Repair Parts Ordering Data) Irpod For Individual Documentsrequired. the Package Will Be Submitted Per The Contract Delivery Schedule, And Authorization To Ship Material Must Be Obtained From The Pco. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-qcic-a8872s Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Roti Package To Be Iaw Did Di-qcic-8872(latest Rev). date Of First Submission=045 Dac submit For Approval One Package (iaw Di-qcic-8871) Of All Applicable Procedure, Drawing And Other Pre-manufacturing Submittals, Listed On The Individual Repair Part Ordering Data (irpod) Document(s) And Detailed In The Cited Specification, Within 45 Days After contract Award To The Contracting Officer (navsup-wss Code N9433). See Irpod For Individual Documents Required. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-qcic-a8871 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Procedure Package To Be Iaw Did Di-qcic-8871(latest Rev).
Closing Date16 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Commercial Product Procurement Notice|5|||||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208| inspection Of Supplies--fixed-price (aug 1996)|2||| production Lot Testing|1|30| inspection And Acceptance - Short Version|8|x||x|||||| desired And Required Time Of Delivery (june 1997)|29|0001|846|180||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| inspection System Program Plans, Or Premanufacturing Or Test Procedures|1|45| value Engineering (jun 2020)|3|||| transportation Of Supplies By Sea (oct 2024)|2||| first Article Approval--contractor Testing (sep 1989)|10|1|0001|45|90|wawf|tbd|0001|45||| first Article Approval--government Testing (sep 1989)|7|1|0001|45|wawf|45||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (nov 2024))|83|x||||x|||x||||x||||x||||x||||||||x|||x||||||x|x|x|x||x||x||x|x|x||x|||x||||x||||||||||x||||x|x|||x||||x||||| continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (nov 2024))|15|||||||||||||||| offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| small Business Program Representations (feb 2024)|4|322299|750||| annual Representations And Certifications (may 2024)|13|322299|750|||||||||||| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| facsimile Proposals (oct 1997)|1|717-605-8054| type Of Contract (apr 1984)|1|firm-fixed Price| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation--commercial Products And Commercial Services (nov 2021)|4||||| evaluation Of First Article Testing|3|||| amendment To Withdraw Hubzone Set-aside. Please Have Bids To Poc By Cob 24 Jan 2025. this Solicitation Is Set-aside For Hubzone Small Businesses. unless Otherwise Specified, Pricing For This Quotation is Valid For 60 Days After The Closing Date As Indicated On The Quotation. please Specify (if Other Than 60 Days) ______________ Days. if You Are Submitting Your Quote Via Email Or Neco, please Specify The Number Of Days Pricing Is Valid. 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 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 2. Applicable Documents 2.1 Applicable Documents; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod). the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 4.2 First Article Test/inspection And Report Submittal-(contractor Destructive Or Non Destructive). the Contractor Shall Conduct First Article Test/inspection On ;1 Box; Unit(s) In Accordance With The Irpod Requirements Specified In This Contract/purchase Order. the Contractor Shall Prepare And Submit A Report In Accordance With The Contract Data Requirements List (dd Form 1423). first Article Approval Is Required Prior To Manufacturing The Pco. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. 6.3 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. the Packaging Label Shall Be Marked With The Nomenclature As Cited On Irpod. date Of First Submission=eoc submit To Navsup-wss, Code N9433 For Review, A Complete Package Of All Applicable Vendor Certified Reports Of Test And Inspection Per Di-qcic-8872(latest Rev) See (individual Repair Parts Ordering Data) Irpod For Individual Documentsrequired. the Package Will Be Submitted Per The Contract Delivery Schedule, And Authorization To Ship Material Must Be Obtained From The Pco. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-qcic-a8872s Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Roti Package To Be Iaw Did Di-qcic-8872(latest Rev). date Of First Submission=asreq date Of Subsequent Submission=asreq submit A Complete Certification Package To Navsup-wss Iaw Di-ndti-80809. The Certification Shall Include Results Of Testing And Supporting Certification For The First Article Sample Cited In The Irpod. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. applicable Material Specification Identified In The Irpod. authorization To Start Production Must Be Obtained From The Pco. dindtia80809b Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Certification Package To Be Iaw Did Di-ndti-80809(latest Rev).
Closing Date24 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) Type||cognizant Dfas|n00383|cognziant Dcma|congnizant Dcma|see Schedule|source||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitation Of Liability--high-value Items (feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| this Solicitation Will Be Using Competitive Procedures. this Solicitation Is For Made New Manufacture Spare Parts. this Requirement Will Be Awarded To The Offeror Based On The Following Evaluation Criteria Submitted Via Quote. offers Submitted Will Be Evaluated Based On The Following Criteria: Lead Time, Price, Past Performance And Capacity. the Closing Date For This Solicitation Is Listed On Page 1. the Quotes May Be E-mailed To The Below Address And Must Be Received On Or Before 2:00 Pm Est Of The Closing Date. the Offeror Shall Submit One Unit Price Per Clin And The Unit Price Should Be Firm Fixed Price. Tiered Pricing Will Not Be Accepted Or Evaluated. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be ?issued? By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, or Sent By Other Electronic Commerce Methods, Such As E-mail. The Government?s Acceptance Of The Contractor?s Proposal Constitutes Bilateral Agreement To Issue Contractual Documents As Detailed Herein. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics, attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected one Hundred Percent. 1.6 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And geometric Feature Controls With A Tolerance Range Of .010 Or Less. 1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.9 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;80020; ) ;613466; , Revision ;w; And All Details And Specifications Referenced Therein. 1.11 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any 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. 1.12 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. 2. Applicable Documents drawing Data=a316214 |80020|ap| |d| | | | drawing Data=a316215 |80020|ak| |d| | | | drawing Data=a316242 |80020| G| |d| | | | drawing Data=a414240 |80020|af| |d| | | | drawing Data=b414463 |80020| Y| |a| | | | drawing Data=b91477 |80020| W| |d| | | | drawing Data=mpr 1222 |80020| A| |d| | | | drawing Data=mpr 1223 |80020| C| |d| | | | drawing Data=323199 |80020| D| |a| | | | drawing Data=323201 |80020| E| |d| | | | drawing Data=323207 |80020| H| |d| | | | drawing Data=416451 |80020| M| |d| | | | drawing Data=416452 |80020| G| |d| | | | drawing Data=416453 |80020| E| |d| | | | drawing Data=416454 |80020| G| |d| | | | drawing Data=416455 |80020| H| |d| | | | drawing Data=416456 |80020| L| |d| | | | drawing Data=416457 |80020| J| |a| | | | drawing Data=416458 |80020| F| |d| | | | drawing Data=416459 |80020| G| |d| | | | drawing Data=416538 |80020| E| |d| | | | drawing Data=416539 |80020| K| |d| | | | drawing Data=416541 |80020| F| |d| | | | drawing Data=416542 |80020| H| |d| | | | drawing Data=416543 |80020| P| |d| | | | drawing Data=416547 |80020| C| |a| | | | drawing Data=416548 |80020| G| |d| | | | drawing Data=416560 |80020| F| |d| | | | drawing Data=418417 |80020| F| |d| | | | drawing Data=418418 |80020| G| |d| | | | drawing Data=418420 |80020| P| |a| | | | drawing Data=511016 |80020| K| |d| | | | drawing Data=511225 |80020| H| |a| | | | drawing Data=513392 |80020| H| |d| | | | drawing Data=520220 |80020| J| |a| | | | drawing Data=613466 |80020| W| |d| | | | drawing Data=613662 |80020| M| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance 1. Unique Requirements: A. Identified Under Official Remarks Section Of The Contract. 2. Interim Inspection Requirements: N/a 3. Alre Csi Parts Require Certification: A. When Certified, An Alre Part Is Marked With A Material Identification Code(mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Associated Data. Application Of Mic Shallbe In The Same Methodology As the Drawing Note For Part Marking, And In Same Area As Part Marking (next To, Above, Or Below). 4. Receipt Inspection And Certification Of Sub-components: A. P/ns A316215-6, A414240-6, And A414240-7 Shall Be Certified At Lakehurst. 5. Receipt Inspection And Certification Of The Top Assembly: A. The Receipt Inspection And Certification Of The Top Assembly, P/n 613466-4, Shall Occur At Lakehurst During The Final Inspection. 6. Contractor Assist And Part Marking: N/a quality Assurance Requirements: 1. The Solicitation/contract Shall Contain The Nawcadlke Inspection Surveillance Clause As Follows: A. N/a B. N/a 2. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications: A. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%; B. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%; C. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4. D. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4. 3. The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System Supporting The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious personnel Injury, Loss Of Life, Loss Of Vital Shipboard Systems, Or Loss Of Aircraft. Therefore, The Material Has Been Designated As Critical Safety Item (csi) Material And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 4. First Article Testing: N/a 5. Production Lot Special Tests: A. Each Buffer Cylinder Assy, P/n 613466-4, Shall Be Shipped To Lakehurst For Inspection And Testing As Cited In Drawing 613466. 6. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt ? Penetrant Inspection, Ut ? Ultrasonic Testing, Rt ? Radiographic Testing, And Vt ? Visual Testing. 7. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear the Symbols Of Accreditation And The Accreditation Body. A. American Association For Laboratory Accreditation (a2la) B. Ansi National Accreditation Board (anab) C. International Accreditation Service, Inc (ias) D. National Voluntary Laboratory Accreditation Program (nvlap) E. Perry Johnson Laboratory Accreditation, Inc (pjla) F. Canadian Association For Laboratory Accreditation Inc. (cala) G. Standards Council Of Canada (scc) 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 Critical Manufacturing Processes ( ;applies; ) Heat Treat ( ;applies; ) Welding ( ; ; ) Cadmium Plating ( ;applies; ) Engineering Chrome Plating ( ; ; ) Nickel Chrome Plating ( ; ; ) Casting(s) ( ; ; ) Forging(s) ( ;mpr1222, Mpr1223; ) Mpr (material Processing Requirements) 4.3 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil ; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.4 Special Inspection Requirements ( ;applies; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ;applies; ) Penetrant Inspection ( ; ; ) Radiographic Inspection ( ; ; ) Ultrsonic Inspection ( ; ; ) High Shock Test ( ; ; ) Mechanical Vibration Test 4.5 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is A Alre Critical Safety Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. navsup Reference Only: Procurement Tdr 24-10108 the Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command Only Those Companies Who Have Submitted And Been Approved Will Be Eligible Foraward Under This Solicitation. Any Company May Submit A Source Approval Request As Outlined In This Solicitation. all Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. date Of First Submission=asreq block 16. Remarks: (block 3) Subtitle: Inspection/certification Data To Substantiate Quality Of Production Lot Test Items (block 12) Date Of First Submission: Concurrently With Delivery Of Plt Items inspection/certification Data Needed To Substantiate The Quality Of The Production Lot Test Units Shall Be Included In Production Lot Test Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data included". data Requirements: a. Copies Of All Approved Requests For Variations. b. Hydrostatic Test Per Drawings 613466, 418420, A316215, A316214 And 613662. c. Material Properties Per Drawings 613662, 323207, A316214, A316215, 323199, 323201, B414463, A414240, 416451, 416452, 416453, 416454, 416455, 416456, 416457, 416458, 416459, 416547, 416538, 416539, 416541, 416542, 416543, 520220, 416560, 418417, 418418, 513392, 511225, B91477, 416548, 511016. d. Heat Treat Per Drawings A316215, A414240, 416455, 416458, 416538, 416539, 416541, 416542 And 416560. e. Hardness Test Per Drawings A414240, And A316215, 416455, 416458, 416539, 416541, 416542, 416560. f. Magnetic Particle Inspection Per Drawings A316215, B414463, A414240, 416458, 416459, 416538, 416539, 416541, 416542, And 416560. g. Penetrant Inspection Per Drawings 511225, And A316214. h. Coating Per Drawings 513392, 613662. 416542, 416541, 416456, 416457, 416456, 416455, And 416453. i. Grit Blast Per Drawings 416542, 416453, 416455, 416456 And 416457. j. Plating Per Drawings B414463, 416459, 416539. k. Dimensional Inspection Per Drawings 323199, B414463, 416457, 416458, 416547, 416538, 513392, 511016, 418420, 511225, B91477, 613662, 418418, 418417, 416560, 520220, 416543, 416542, 416541, 416539, 416459, 416456, 416455, 416454, 416453, 416452, 416451, A414240, 323201, A316215, A316214, 323207, 416548. l. Part Identification Per Drawings 613466, 323199, 416457, 416458, 416547, 416538, 513392, 418420, 511225, 613662, 520220, 416543, 416542, 416456, 416455, 416454, 416453, 416452, A316214, And A414240, 416451, 511016. m. Welding Per Drawing 513392. n. 100% Inspect And Record The Readings For The Pitch Diameter; And Document That The Inspection Results For The Functional Size Iaw System 22 Of Fed-std-h28/20 Areacceptable Per Drawings A414240, A316215, 416456, 416459, 416538, 416539, 416541, 513392, 418420. o. Packing Per Drawing 416543. date Of First Submission=asreq 16. Remarks: (block 12) Date Of First Submission: Concurrently With Final Inspection. data Requirements: a. Copies Of All Approved Requests For Variations. b. Hydrostatic Test Per Drawings 613466, 418420, A316215, A316214 And 613662. c. Material Properties Per Drawings 613662, 323207, A316214, A316215, 323199, 323201, B414463, A414240, 416451, 416452, 416453, 416454, 416455, 416456, 416457, 416458, 416459, 416547, 416538, 416539, 416541, 416542, 416543, 520220, 516560, 418417, 418418, 513392, 511225, B91477, 416548, 511016. d. Heat Treat Per Drawings A316215, A414240, 416455, 416458, 416538, 416539, 416541, 416542 And 416560. e. Hardness Test Per Drawings A414240, And A316215, 416455, 416458, 416539, 416541, 416542, 416560. f. Magnetic Particle Inspection Per Drawings A316215, B414463, A414240, 416458, 416459, 416538, 416539, 416541, 416542, And 416560. g. Penetrant Inspection Per Drawings 511225, And A316214. h. Coating Per Drawings 513392, 613662. 416542, 416541, 416456, 416457, 416456, 416455, And 416453. i. Grit Blast Per Drawings 416542, 416453, 416455, 416456 And 416457. j. Plating Per Drawings B414463, 416459, 416539. k. Dimensional Inspection Per Drawings 323199, B414463, 416457, 416458, 416547, 416538, 513392, 511016, 418420, 511225, B91477, 613662, 418418, 418417, 416560, 520220, 416543, 416542, 416541, 416539, 416459, 416456, 416455, 416454, 416453, 416452, 416451, A414240, 323201, A316215, A316214, 323207, 416548. l. Part Identification Per Drawings 613466, 323199, 416457, 416458, 416547, 416538, 513392, 418420, 511225, 613662, 520220, 416543, 416542, 416456, 416455, 416454, 416453, 416452, A316214, And A414240, 416451, 511016. m. Welding Per Drawing 513392. n. 100% Inspect And Record The Readings For The Pitch Diameter; And Document That The Inspection Results For The Functional Size Iaw System 22 Of Fed-std-h28/20 Are Acceptable Per Drawings A414240, A316215, 416456, 416459, 416538, 416539, 416541, 513392, 418420. o. Packing Per Drawing 416543. date Of First Submission=090 Dac the Welding Procedures Will Be Used By The Government To Verify Contractor Designated Welding Responsibilities Implement Weld Procedures For Each Cont Ractor, Subcontractor Or Welding Entity Performing Welding On Specific Work Specifications 16. Remarks: (block 5) Data Requirements: a. Weld Procedure Iaw Navsea S9074-ar-gib-010/278^ Para 4.2 Per Drawing 513392. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks: (block 5 ) Data Requirements: a. The Weld Procedure Qualification Test Report, Including All Supporting Test Reports And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 4.2.3 And 4.6 Drawing 513392. (block 13) Date Of Subsequent Submmision: Approval Or Reason For Disapproval Shall Be Given By Navairwarcenacdivlke Via The P.c.o. Nlt 45 Days After Disapproval. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl14000 Bldg 596 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=asreq 16. Remarks: (block 5) Contract Reference: a. Evidence Of Welder Performance Qualification, Including Supporting Test Results And Documentation, Iaw Navsea S9074-aq-gib-010/248^ Para 5.2 Per Drawing 513392. (block 12) Date Of First Submission: 30 Days Prior To Production. (block 13) Provide Qualification Evidence For All Welders. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks: (block 5) Contract Reference: a. Evidence Of Level Iii Certification Iaw T9074-as-gib-010/271^ Para 1.6 For The Individual Who Approved The Welders Qualification Training Program Iaw Navsea S9074-aq-gib-010/248 Para 5.2.3.1, Per Drawing 513392. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks: (block 5) Contract Reference: a. Visual Inspection Written Procedure To Be Used To Visually Inspect All Welds Iaw T9074-as-gib-010/271^ Para 8.3 And 1.7 Thru 1.7.3 Per Drawing 513392. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks: (block 3) Subtitle: welder Qualification Training Written Procedure. (block 5) Contract Reference: a. Evidence Of Approval Of The Welder Qualification Training Program Iaw Navsea S9074-aq-gib-010/248^ Para 5.2.3.1(d), Per Drawing 513392. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000 date Of First Submission=090 Dac 16. Remarks: (block 5) Contract Reference: b. Evidence Of Maintenance Of Qualification For All Welders Iaw Navsea S9074-aqgib-010/248^ Para 5.2.11 And 5.2.12 Per Drawing 513392. (block 14) Addresses For Navair Codes: navairwarcenacdivlke code Bl32300 Bldg 562 hwy 547 joint Base Mdl, Nj 08733-5000 navairwarcenacdivlke code Bl41600 Bldg 148 hwy 547 joint Base Mdl, Nj 08733-5000
Closing Date31 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Repair/rehabilitation Of Main Canal Of Rida Ris, Bula, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/repairnis Cy 2025 Intends To Apply The Sum Of P 9,414,588.77 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair/rehabilitation Of Main Canal Of Rida Ris, Bula, Camarines Sur With Contract Reference No. Repairnis-cs-riis-015-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 2:30 Pm Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 2:30 Pm Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 10,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 2:30 Pm Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 2:30 Pm Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Repair/rehabilitation Of Main Canal Of Rida Ris, Bula, Camarines Sur, With Project Identification Number Repairnis-cs-riis-015-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/repairnis Cy 2025 In The Amount Of Php 9,414,588.77. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Closing Date7 Jan 2025
Tender AmountPHP 9.4 Million (USD 162.2 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid Repair/rehabilitation Of Canals At Main Canal Of Bical Cis Libmanan, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/restocis Cy 2025 Intends To Apply The Sum Of P 2,536,093.11 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair/rehabilitation Of Canals At Main Canal Of Bical Cis, Libmanan, Camarines Sur With Contract Reference No. Restocis-cs-lcpis-013-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 11:30 Am Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 11:30 Am Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 11:30 Am Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 11:30 Am Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Repair/rehabilitation Of Canals At Main Canal Of Bical Cis, Libmanan, Camarines Sur, With Project Identification Number Restocis-cs-lcpis-013-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/restocis Cy 2025 In The Amount Of Php 2,536,093.11. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Closing Date7 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.7 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: 1. This Is A Combined Synopsis/solicitation For Commercial Services/items Prepared In Accordance With The Format In Far Subpart 12.6 In Conjunction With Far Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. 1.a. Project Title: Millenium Hx Portable Reverse Osmosis Service 1.b. Description: Va Greater Los Angeles Healthcare System Is Seeking A Contractor To Provide Quarterly Maintenance Services On Selected Government Owned Portable Mar Cor/evoqua Reverse Osmosis Equipment At The Va Greater Los Angeles Healthcare System (va Glahs). 1.c. Project Location: Va Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request For Quotes (rfq) - 36c26225q0309. 1.e. Set Aside: This Solicitation Is Issued As An Unrestricted Open Market. 1.f. Applicable Naics Code: 221310, Water Supply And Irrigation Systems. 1.g. Small Business Size Standard: $41 Million 1.h. Type Of Contract: Firm Fixed Price 1.i. Period Of Performance: One Year 1.j. Wage Determination Applicable To This Project: Sca Wd 2015-5613 Revision 27 1.l. Request For Information (rfi) Should Be Submitted Via Email No Later Than 2pm Pst Monday, January 6th, 2025, To Ositadima.ndubizu@va.gov 2. Statement Of Work 2.1. Objective. Va Greater Los Angeles Healthcare System Is Seeking A Contractor To Provide Quarterly Maintenance Services On Selected Government Owned Portable Reverse Osmosis Equipment At The Va Greater Los Angeles Healthcare System (va Glahs). 2.2. Background. - The Va Greater Los Angeles Healthcare System (vaglahcs) Requires Quarterly Maintenance Services On Selected Government Owned Portable Reverse Osmosis Equipment At The West La Va Medical Center (wla Vamc). The Services Shall Comply With This Performance Work Statement (pws), All Va, Local, State, And Federal Policies, And Regulations. 2.3. Scope. The Contractor Shall Provide All Labor, Materials, Freight Costs, And Equipment To Accomplish The Tasks Outlined In This Pws. Contractor Is Responsible For All Subcontractors Required To Complete Reports. all Work Shall Be Performed During Normal Hours Unless Otherwise Approved By The Cor Or His/her Designee. all Work Shall Be In Accordance With Manufacturer S Instructions, Including, But Not Limited To, Adjustments, Calibration, Cleaning, Lubrication, Testing, Disassembly, Checkout, Replacement Of Worn And/ Or Defective Parts, The Above Shall Be Performed As Necessary As Required To Keep Each Equipment In Optimal Working Condition. maintenance And Inspection (pmi) the Contractor Shall Perform Maintenance On The Portable Reverse Osmosis Systems According To The Schedule Below. the Contractor Shall Provide All Preventive Maintenance Replacement Parts At No Cost To The Government. the Contractor Shall Provide All Travel And Transportation Expenses At No Additional Cost To The Government. services the Contractor Shall Provide Services Described In The Below Chart. emergency Repair Services emergency Funds Are Set Aside For Any Repair Services That Are Needed these Emergency Funds Will Cover Service Cost For The Portable Reverse Osmosis System If These Systems Encounter Any Issues. contractor Must Respond To Service Requests Within 24 Hours. Onsite Evaluation (if Required) Must Occur Within 3 Business Days Of Receiving A Service Request. the Contractor Shall Provide An Estimated Cost For The Repair Parts/services And Must Receive Consent From The Cor Before Proceeding. equipment List covered equipment equipment Name serial Number/brand ee# equipment Description 31311-mh01 1365065 177385 millenium Hx 31311-mh02 1367468 177386 millenium Hx 31311-mh03 1367471 177387 millenium Hx 31311-mh04 1367472 177388 millenium Hx 31311-mh05 1367473 177389 millenium Hx 31311-mh06 1367474 177390 millenium Hx schedule qualification personnel Performing Maintenance And Repair Services Must Be Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures. Fully Qualified Is Defined As Factory-trained And Experienced To Work On The Equipment Assigned. additional Requirements contractor Shall Ensure All Equipment Is In Optimal Working Condition At The Expiration Date Of The Contract. contractor Personnel That Perform Changes, Updates, Or Retrofits Made On Any Component, System, Or Equipment Will Log It In The Station Equipment Manual. contractor Will Maintain All Manufactures Manual Necessary To Perform Maintenance. submission Of Reports the Contractor Shall Submit A Complete Field Service Report (fsr) Electronically To The Cor Within 7 Calendar Days Of The Work Being Completed. The Fsr At A Minimum Must Contain Company Name, Service Technician S Name, Contact Telephone Number, Date Of Service, A Detailed Description Of Any Services Performed On The Equipment (model Number And Location Included), Serial Number Of The Equipment Being Worked On, Customer Asset Number (ee# - If Applicable) Of The Equipment Being Worked On, Signs Of Misuse Or Neglect, Findings Of Problems And Correction, Including All Performance Verification, Listing Of Replacement Parts, When Applicable; Total Hours Of Service; Safety Check; Performance Data; And Recommendations Necessary To Maintain The Equipment In Optimum Operating Condition. 2.4. Performance Monitoring. The Contracting Officer Representative (cor) Will Monitor Contractor Performance And Certify The Work Was Done In Accordance With The Sow. 2.5. Period Of Performance. The Period Of Performance Will Be One Year. work Hours normal Hours Of Operation Are Monday Through Friday From 6:00 Am To 6:00 Pm Pacific Time. All Work Is Expected To Be Performed Generally During Normal Hours Of Coverage Unless Requested Or Approved By The Cor Or His/her Designee. before Commencement Of Work, The Contractor Shall Confer With The Va Cor And Contracting Office To Agree On A Sequence Of Procedures; Means Of Access To Premises And Building. All Work Performed, To Include Delivery Of Materials And Equipment, Shall Be Made With Minimal Interference To Government Operations And Personnel. work Performed Outside The Normal Hours Of Coverage Must Be Approved By The Cor Or His/her Designee. all Time Shall Be Approved In Advance By The Contracting Officer S Representative (cor). Allow 5-days For Approval Of Any Alternate Working Hours Needed. a. National Holidays: new Year S Day January 01 martin Luther King S Birthday Third Monday In January president S Day Third Monday In February memorial Day Last Monday In May juneteenth June 19 independence Day July 04 labor Day First Monday In September columbus Day Second Monday In October veterans Day November 11 thanksgiving Day Fourth Thursday In November christmas Day December 25 b. If The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. overtime & Holiday Pay: Overtime Pay Is At The Rate Of One And One-half Times The Employee's Regular Rate Of Pay For All Hours Worked In Excess Of Eight Up To And Including 12 Hours In Any Workday, And For The First Eight Hours Of Work On The Seventh Consecutive Day Of Work In A Workweek. Overtime Pay Also Includes Federal Holidays. 2.6. Contractor Personnel Background Requirements. a. The Office Of Security And Law Enforcement Provides Department-wide Policy On The Assignment Of Appropriate Position Sensitivity Designations Associated With Department Of Veterans Affairs (va) Positions Involving National Security And Public Trust Responsibilities, And On The Level Of Background Investigations Required For Applicants For, And Incumbents Of, Those Positions. In Addition To Va Employees, The Policy And Investigative Requirements Are Applicable To Contractor Personnel Who Require Access To Va Computer Systems Designated As Sensitive. b. Personnel Who Require Access To Va Computer Systems Shall Be Subject To All Necessary Background Investigations And Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement To Ensure Compliance With Such Policy. If Such Investigation Has Not Been Completed Prior To Contract Commencement, The Contractor Shall Be Responsible For The Actions Of Those Individuals Performing Under The Contract. c. Should The Contract Require Contractor Personnel To Maintain U.s. Citizenship, The Contractor Shall Be Responsible For Compliance. Regardless Of U.s. Citizenship Requirements, Contractor Personnel Are Required To Read, Write, Speak, And Understand The English Language, Unless Otherwise Specified In This Contract Or Agreed To By The Government. d. The Cost Of Such Investigations Shall Be Borne By The Contractor, Either In Advance Or As Reimbursement To The Government. The Level Of Sensitivity Shall Be Determined By The Government On The Basic Of The Type Of Access Required. The Level Of Sensitivity Will Determine The Depth Of The Investigation And The Cost Thereof. Currently, The Current Estimated Costs For Such Investigations Are As Follows: level Of Sensitivity Background Investigation Level Approximate Cost low Risk National Agency Check With Written Inquiries $ 231.00 moderate Risk Minimum Background Investigation $ 825.00 high Risk Background Investigation $ 3,465.00 e. The Contractor Shall Be Required To Furnish All Applicable Employee Information Required To Conduct The Investigation, Such As, But Not Limited To, The Name, Address, And Social Security Number Of Contractor Personnel. The Va Will Provide All The Necessary Instructions And Guidance For Submission Of The Documents Required To Conduct The Background Investigation. Background Investigations Shall Not Be Required For Contractor Personnel Who Will Not Be Required To Access Va Computer Systems Nor Gain Access To Sensitive Materials. 2.7. Contractor Employees a. The Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population. Contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc). b. Badge. Contractor Shall Obtain A Contractor I.d Badge From The Va Police. All Contractor Personnel Are Required To Wear I.d Badge During The Entire Time On Va Facility. The I.d Badge Must Have An Identification Picture And Shall State The Name Of The Individual And The Company Represented. c. Parking: It Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations. d. Smoking Is Strictly Prohibited On The Grounds Of Any Vha Facility. Per Vha Directive 1085 Dated March 5, 2019, It Is Vha Policy That All Vha Health Care Facilities, Including Hospitals, Community Clinics, Administrative Offices, And Vet Centers, Will Be Smoke-free For Patients, Visitors, Contractors, Volunteers, And Vendors Effective October 1, 2019. There Will No Longer Be Designated Smoking Areas. 2.8. Insurance Coverage a. The Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract. b. The Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract. c. Before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. d. The Contractor Shall Furnish To The Contracting Officer Within Fifteen (15) Days Of Award An Official Certification From The Insurance Company Indicating That The Coverage Has Been Obtained And That It May Not Be Changed Or Cancelled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. New Certifications Shall Be Furnished At Least Thirty (30) Days Prior To The Expiration Date Of The Current Insurance Policy. The Phrase Will Endeavor Is Not Acceptable Terms To The Government And Such Coverage Carrying That Phrase Will Be Rejected And Services May Not Be Rendered Until Proper Certificate Is Issued. 3. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2019-01, Dated 10/10/2019. The Following Provisions And Clauses Apply To This Solicitation And Can Be Found In Enclosure 2. 3.a. Far 52.212-1, Instructions To Offerors Commercial Items 3.b. Far 52.212-2, Evaluation -- Commercial Items 3.c. Far 52.212-4, Contract Terms And Conditions -- Commercial Items 3.d. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. Vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside 3.g. Vaar 852.219-74, Limitations On Subcontracting Monitoring And Compliance 3.h. Far 52.233-2, Service Of Protest 3.i. Vaar 852.233-70, Protest Content/alternative Dispute Resolution 3.j. Vaar 852.233-71, Alternative Protest Procedure 4. Submit Written Offers In Accordance With The Following Instructions, As Well As Addendum To Far 52.212-1, Instruction To Offerors. Oral Offers Will Not Be Accepted. Complete And Submit Enclosure 1 Via Email No Later Than 10am Pst Thursday, January 9th, 2025, To Ositadima.ndubizu@va.gov. Ensure The Following Are Completed And/or Included In The Quote Packet: 4.3.a. Vendor Information With Uei Number (company Info And Quote Should Be On The Enclosure 1 Form) 4.3.b. Acknowledgement Of Amendments 4.3.c. Concurrence/non-concurrence With Solicitation Terms, Conditions, And Provisions 4.3.d. Schedule Of Services 4.3.e. Far 52.212-3, Offeror Representations And Certifications -- Commercial Items your Quote Evaluation Will Be Based On Price And Your Ability To Provide The Following: capabilities Statement Showing That They Can Perform The Tasks Listed In Section 2.3, Scope past Performance: Any Prior Experience In Maintaining Portable Mar Cor/evoqua Reverse Osmosis Equipment. Vendor Must Be An Authorized Service Provider For Mar Cor/evoqua Products. vendor Must Provide Proof Their Personnel Performing Maintenance And Repair Services Are Fully Qualified, Competent Field Service Engineers (fse) Who Has Been Trained To Perform Work On The Specific Equipment In Accordance With The Original Manufacturer S Maintenance And Repair Procedures.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/restonis Cy 2025 Intends To Apply The Sum Of P 16,480,426.84 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur With Contract Reference No. Restonis-cs-cris-014-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 1:30 Pm Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 1:30 Pm Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 25,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 1:30 Pm Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 1:30 Pm Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur, With Project Identification Number Restonis-cs-cris-014-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/restonis Cy 2025 In The Amount Of Php 16,480,426.84. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Closing Date7 Jan 2025
Tender AmountPHP 16.4 Million (USD 283.9 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: 1. Contract Information: This Contract Is Being Procured In Accordance With The Brooks A-e Act As Implemented In Far Subpart 36.6. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work. See Numbered Note 24 For General Information On The A-e Selection Process. A-e Services Are Required For Site Investigation, Concept Design, Final Design (option), And Construction Phase Services (option) For The Subject Project. North American Industrial Classification System Code Is 541330, Which Has A Size Standard Of $25,500,000 In Average Annual Receipts. This Announcement Is Open To All Businesses Regardless Of Size. Far Clause “52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns” Will Be Included In The Solicitation. A Firm-fixed-price Contract Will Be Negotiated. The Contract Is Anticipated To Be Awarded In Sep 2025 And Design Completed By Oct 2028. A-e Contract Price Is Estimated To Be More Than $10,000,000. If A Large Business Is Selected For This Contract, It Must Comply With Far 52.219 -9 “small Business Subcontracting Plan” Regarding The Requirement For A Subcontracting Plan On That Part Of The Work It Intends To Subcontract. This Action Will Be Subject To Far Clause 52.219-14 “limitations Of Subcontracting.” For The Purposes Of This Solicitation, This Acquisition Is To Be Considered A Service And As Such, The Government Will Not Pay More Than 50% Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50% Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services And Supplies, The 50% Limitation Shall Apply Only To The Service Portion Of The Contract; The Subcontracting Goals For The New York District Which Will Be Considered In The Negotiation Of This Contract Are: (1) At Least 25%, But No More Than 49% Of A Contractor's Intended Subcontract Amount Be Placed With Small Businesses (sb); (2) At Least 5 % Of A Contractor's Intended Subcontract Amount Be Placed With Small Disadvantaged Businesses (sdb); (3) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Women-owned Sb (wosb); (4) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Service-disabled Veteran-owned Sb; (5) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Veteran-owned Sb; And (6) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Hubzone Sb. The Plan Is Not Required With This Submittal, But Will Be Required With The Fee Proposal Of The Firm Selected For Negotiations. To Be Eligible For Contract Award, A Firm Must Register For An Unique Entity Id, A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov. New Entities Can Get Their Unique Entity Id At Sam.gov And Complete An Entity Registration. 2. Project Information: Replace, By Deconstruction And Reconstruction, A Multi-story General Instruction Building. Rehabilitate The Original Features Of The Building Constructed In 1911 Which Have Survived. The Primary Facility Will Provide Spaces For General Instruction Classrooms, Lecture Halls And Collaboration Space, Administrative Space With Private And Open Offices, An Auditorium, Lab Space, Conference Rooms, Reception Areas, A Library And Mock Courtroom, An Arms Vault, Showers And Bathrooms, Lactation Rooms, Copy Rooms, Staff Break Rooms, Departmental Storage, Vending Areas And A Cafe, As Well As Freight And Passenger Elevators. Cybersecurity Measures, Electronic Security Systems (pacs & Ids) Installation, Energy Measurement And Control System (emcs) Connection, Building Information Systems, And Fire Alarm And Protection Systems Will Be Included. Supporting Facilities Include Utility Connections (water, Sanitary Sewer, Electrical), Storm Drainage, Walks, Curbs And Gutters, Landscaping, And Site Improvements. Heating Will Be Provided By District Heat, And Air Conditioning Will Be Provided By A Steam Powered Absorptive Chiller System. Comprehensive Building And Furnishings Related Interior Design Services Are Required. This Project Will Be Designed For Accessibility And Usability By Individuals With Disabilities. Utility Connections Are Required To Privatized Electric Distribution, Water, And Wastewater Systems. The Army Intends To Have The Respective Utilities Privatization System Owners, American Water And City Light & Power Make And Own The Necessary Connections Up To The Facility Service Disconnect Or Other Defined Point Of Demarcation. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. Demolish The Portion Of The Building Constructed In 1955 (321,012 Total Sf). U.s. Military Academy (usma) Has A Substantial Deficit Of -412,799 Square Feet In General Instructional Space, And This Project Will Address A Portion Of That Deficit By Constructing A New Addition. The New Addition, Exterior Alterations, And Related New Construction Will Not Destroy Historic 1911 Materials, Features, And Spatial Relationships That Characterize The Property. The New Work Will Be Differentiated From The Old And Will Be Compatible With The Historic Materials, Features, Size, Scale And Proportion, And Massing To Protect The Integrity Of The Property And Its Environment. The New Addition And Adjacent Or Related New Construction Will Be Undertaken In Such A Manner That, If Removed In The Future, The Essential Form And Integrity Of The Historic 1911 Property And Its Environment Would Be Unimpaired. Moreover, This Project Will Consolidate Key Programs In One Facility. By Upgrading And Consolidating Key Programs Into A Central Location Within The Main Campus, The Academy Aims To Foster A More Cohesive Academic Environment While Addressing Its Instructional Space Deficit. The Centralization Of Programs Will Reduce The Physical Fragmentation Of Departments And Encourage More Cross-disciplinary Collaboration. This Approach Aligns With Modern Educational Trends, Where Academic Institutions Are Moving Towards Flexible, Multi-purpose Spaces That Encourage Interaction And Innovation. Bringing Key Programs Together In Adequately Sized Spaces Will Not Only Optimize The Use Of Space But Also Create An Atmosphere Where Students And Faculty From Different Disciplines Can Engage In Meaningful Collaboration, Enhancing The Learning Experience. This Project Is Required To Update The Flagship Schoolhouse, Thayer Hall, As Part Of The Academic Building Upgrade Program (abup), Which Was Conceived To Address Critical Gaps In Instructional Space And Ensure That Academic Buildings Meet Both The Current And Future Needs Of The Usma's Academic Departments. Thayer Hall Will Support A Student Load Of 2,880 Students. The Project's Primary Goal Is To Reduce The Instructional Space Deficit. By Upgrading The Instructional Facilities, The Academy Seeks To Align Itself With Contemporary Educational Standards, Which Prioritize Collaborative Learning, Cross-disciplinary Interaction, And Active Engagement Between Students And Faculty. The Contract Will Require Accomplishment Of Site Investigation Work. The Contract Will Require Preparation Of Parametric Design Considered To Be 5 – 15 Percent Of The Total Design Effort. The Contract Will Require Preparation Of Concept Design Considered To Be 35 Percent Of The Total Design Effort. As An Option, The Contract Will Require Preparation Of 60%, 90%, And Final 100% Designs. As An Option, The Contract Will Require Delivery Of Construction Phase Ae Services. The Estimated Construction Cost Of This Project Is Over $500,000,000. Cost Estimates Must Be Prepared Using The Corps Of Engineers Micro Computer Aided Cost Estimating System (mcaces) – Second Generation (mii). The Contractor Shall Be Responsible For Accomplishing Designs And Preparing Drawings Using Advanced Modeling And Delivering The Three-dimensional Drawings In Autodesk Revit And Autodesk Civil 3d Software. The Government Will Only Accept The Final Product For Full Operation, Without Conversion Or Reformatting, In The Target Advanced Modeling Software Format, And On The Target Platform Specified Herein. Drawings Shall Be Compliant With The Current A/e/c Cad Standard Available From The Cad/bim Technology Center, Engineer Research And Development Center. 3. Selection Criteria: The Selection Criteria For This Particular Project Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub- Criterion). Criteria A-e Are Primary. Criteria F-g Are Secondary And Will Only Be Used As "tie-breakers" Among Firms That Are Essentially Technically Equal. a. Submit No More Than Ten Projects Which Demonstrate Specialized Experience And Technical Competence In Design Of Facilities Similar To The Project Described Herein. Submitted Projects Should Have A Construction Cost Of At Least $100,000,000. Submitted Projects Should Have A Construction Completion Date No Earlier Than January 2015. On All Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: (1) Design Of Facility Renovations For Older/historic Institutions Of Higher Learning. (2) Application Of The Secretary Of The Interior’s Standards For The Treatment Of Historic Properties And Compliance With Section 106 Of The National Historic Preservation Act. (3) Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; Development Of Healthy, Safe, And Productive Work Environments; And Employing The Leed Evaluation And Certification Methods. (4) Conducting Whole Building Life Cycle Cost Analysis (wb Lcca) Considering The Cradle-to-grave Costs Associated With Upfront Construction, Lifetime Building Sustainment, Maintenance, Operations (including Energy And Water Use), And Building Disposal, To Target The Most Cost-effective Design To Achieve Modeled Building Energy Consumption Reduction By A Minimum Of 30% Below The Ashrae 90.1 Baseline Specified In 10 Cfr 433 Without The Use Of Fossil Fuel Combustion Systems, With The Goal Being To Select The Optimal Combination Of Interdependent Building Systems (e.g. Envelope, Hvac, Hot Water, Lighting, Wall And Floor Thermal Mass Capacity, Etc). (5) Design Of Resilient Buildings, I.e. A Building That (i) Maximizes The Ability Of The Owner/operator To Withstand And Recover From A Potentially Disruptive Event That May Adversely Affect Mission Assurance And Mission-essential Functions, Including Extreme Weather (as Defined By 10 U.s.c. 101(a)(20)) Or A Disruption To Energy Or Water Supplies; (ii) Has Minimal Energy And Water Demand; (iii) Has An Indoor Environment Optimized To Promote Human Safety, Physical And Psychological Health, And Productivity; And (iv) Integrates Carbon-free Energy Generation And Storage. (6) Design Of Building Stabilization And Structural Shoring And Bracing Systems. (7) Experience Of The Prime Firm And Significant Subconsultants, Particularly The Cost Engineering Firm, The Geotechnical Drilling Firm, And The Asbestos/lead/pcb/hazmat Consulting Firm, In Working Together. b. Qualified Professional Personnel In The Following Key Disciplines: Aabc Certified Commissioning Authority (cxa), Accredited Learning Environment Planner (alep), Architecture, Asbestos/lead/pcb/hazmat Consulting, Certified Value Specialist, Civil Engineering, Clc Or Cld Certified Lighting Consulting, Comptia Certified Cybersecurity Consulting, Construction Project Scheduler Experienced With Primavera P6, Cost Engineering, Cts Certified Audio/visual Consulting, Electrical Engineering, Electronic Security Engineering, Fire Protection Engineering, Geotechnical Engineering, Historic Preservation Architecture, Ince Certified Acoustical Consulting, Land Surveying, Landscape Architecture, Leed Accredited Professional, Mechanical Engineering, Ncidq Or State Licensed Interior Design, Project Management, Structural Engineering, Telecommunications Engineering, And Vertical Transportation Engineering. The Lead Architect Or Engineer In Each Discipline Must Be Registered To Practice In The Appropriate Professional Field. The Civil Engineer, Asbestos/lead/pcb/hazmat Consultant And Land Surveyor Must Be Registered To Practice In New York. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, And Longevity With The Firm. c. Past Performance On Dod And Institution Of Higher Learning Contracts With Respect To Cost Control, Quality Of Work, And Compliance With Performance Schedules, As Determined From Cpars And Other Sources. d. Capacity To Submit The Draft Parametric Design Report (pdr) (10% Complete) By January Or February 2026, To Submit The Corrected Pdr (15% Complete) By April 2026, To Submit The Draft Concept Design (30% Complete) By June Or July 2026, To Submit The Corrected Concept Design (35% Complete) By September 2026, To Submit The 35% Certification Package (consisting Of Final Eng 3086, Designated Construction Agent Assessment Eng 6196, And Cost Schedule Risk Analysis Documentation) By November 2026 And Complete The Final Design (option) By October 2028. Schedule Is Critical For The Project. The Evaluation Will Consider The Experience Of The Firm And Any Consultants In Similar Size Projects, And The Availability Of An Adequate Number Of Personnel In Key Disciplines. e. Knowledge Of Design Of Foundations Bearing On Granite Or Gneiss Bedrock, Design Of Building Systems For Marine, Mixed-humid, And Cold Climate Zones, Rehabilitation Of Historic Stone Masonry, Design Complying With The Department Of Defense (dod) Unified Facilities Criteria, Design Complying With The Department Of The Army Policy Guidance On Resilient Buildings, Or Design Subject To Review By The New York State Historic Preservation Officer Or The New York State Department Of Environmental Conservation. f. Extent Of Participation Of Sb (including Wosb), Sdb, Historically Black Colleges And Universities, And Minority Institutions In The Proposed Contract Team, Measured As A Percentage Of The Total Estimated Effort. g. Volume Of Dod A-e Contract Awards In The Last 12 Months, With The Objective Of Effecting An Equitable Distribution Of Dod A-e Contracts Among Qualified Firms, Including Sb And Sdb. 4. Submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Sf 330 Part I And Sf 330 Part Ii For The Prime Firm And All Consultants, To Jordan.k.moran@usace.army.mil Not Later Than 11:59 Pm Est On The Response Date Indicated Above. The Sf 330 Part I Shall Not Exceed 100 Pages (pdf Formatted To 8.5” X 11” Page Size), Including No More Than 50 Pages For Section E. Use No Smaller Than 12 Font Type. The Firm Is Encouraged, But Not Required, To Include Their Sam.gov-assigned Unique Entity Id Number In Sf 330, Part I, Section H. In Section H Describe The Firm's Overall Design Quality Management Plan (dqmp). A Project-specific Design Quality Control Plan Must Be Prepared And Approved By The Government As A Condition Of Contract Award But Is Not Required With This Submission. In Section H Also Indicate The Estimated Percentage Involvement Of Each Firm On The Proposed Team. The Most Highly Qualified Firms Will Be Interviewed. Neither Facsimile Nor Paper Hardcopy Transmissions Will Be Accepted. Solicitation Packages Are Not Provided, And No Additional Project Information Will Be Given To Firms During The Announcement Period. This Is Not A Request For Proposal. The Government Intends To Notify Interested Firms Of The Selection Or Non-selection Decision By March 2025. point Of Contact: Jordan Moran, (917) 908-8121 email Your Questions To Us Army Corps Of Engineers New York District At Jordan.k.moran@usace.army.mil
Closing Date21 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Repair/rehabilitation Of Main Canal And Settling Basin Of Rida Ris, Baao, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/repairnis Cy 2025 Intends To Apply The Sum Of P 9,489,711.49 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair/rehabilitation Of Main Canal And Settling Basin Of Rida Ris, Baao, Camarines Sur With Contract Reference No. Repairnis-cs-riis-011-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 9:30 Am Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 9:30 Am Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 10,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 9:30 Am Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 9:30 Am Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Repair/rehabilitation Of Main Canal And Settling Basin Of Rida Ris, Baao, Camarines Sur, With Project Identification Number Repairnis-cs-riis-011-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/repairnis Cy 2025 In The Amount Of Php 9,489,711.49. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Closing Date7 Jan 2025
Tender AmountPHP 9.4 Million (USD 163.5 K)
4741-4750 of 4854 archived Tenders