Transportation Tenders

Transportation Tenders

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Rehablitation Of Boudary Arch 1. The Municipality Of Jaen, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of One Million Six Hundered Thousand Pesos (1,600,000.00) Being The Abc To Payments Under The Contract For Concreting Of Road Brgy. San Jose/ Itb-2025-20% Df-05. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Invitation To Bid For Rehablitation Of Boudary Arch. Completion Of The Works Required 150 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Invitation To Bid For Rehablitation Of Boudary Arch. With Project Identification Number Itb-2025-20% Df-05. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P 1,600,000.00 2.2.the Source Of Funding Is: 20% Development Fund Cy 2025 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 A.subcontracting Is Not Allowed. 8.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. 9.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 Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, 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. 10.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. 11.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. 12.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. 13.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. 14.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 May 19, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies 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. 16.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. 17.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. 18.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 16 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. 19.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. 20.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. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is:rehablitation Of Boudary Arch. 2.2 The Funding Source Is: The 20% Development Fund Cy 2025 Of Jaen, Nueva Ecija The Name Of The Projectrehablitation Of Boudary Arch. 3 No Further Instructions 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. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 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 Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, 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 No Further Instructions. 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. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 32,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 80,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until May 19, 2025 (150 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Construction Of Multi-purpose Building (gym) (brgy. Hilera) 1. The Municipality Of Jaen, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of Two Million Three Hundered Thousand Pesos (2,3000,000.00) Being The Abc To Payments Under The Contract For Construction Of Multi-purpose Building (gym) (brgy. Hilera) (gym)/ Itb-2025-20% Df-07. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Construction Of Multi-purpose Building (gym) (brgy. Hilera).completion Of The Works Required 180 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Construction Of Multi-purpose Building (gym) (brgy. Hilera). With Project Identification Number Itb-2025-20% Df-07. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2025 In The Amount Of P 2,300,000.00 2.2.the Source Of Funding Is: 20% Development Fund Cy 2025 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 A.subcontracting Is Not Allowed. 8.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. 9.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 Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, 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. 10.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. 11.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. 12.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. 13.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. 14.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 June 17, 2025, Tuesday. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies 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. 16.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. 17.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. 18.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 16 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. 19.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. 20.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. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is: Construction Of Multi-purpose Building (gym) (brgy. Hilera) 2.2 The Funding Source Is: The 20% Development Fund Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Construction Of Multi-purpose Building (gym) (brgy. Hilera) 3 No Further Instructions 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. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 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 Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, 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 No Further Instructions. 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. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 46,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 115,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until June 17, 2025, Tuesday (180 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 2.3 Million (USD 39.6 K)

Municipality Of Jaen, Nueva Ecija Tender

Civil And Construction...+2Road Construction, Drainage Work
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Construction Of Drainage And Road Shoulder (brgy. Dampulan) 1. The Municipality Of Jaen, Through The Other Development Programs And Projects Cy 2025 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (4,500,000.00) Being The Abc To Payments Under The Contract For Construction Of Drainage And Road Shoulder (brgy. Dampulan)/ Itb-2025-odpap-07. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Construction Of Drainage And Road Shoulder (brgy. Dampulan) Completion Of The Works Required 210 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Construction Of Drainage And Road Shoulder (brgy. Dampulan) . With Project Identification Number Itb-2025-odpap-07. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P4,500,000.00 2.2.the Source Of Funding Is: Other Development Programs And Projects Cy 2025 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 A.subcontracting Is Not Allowed. 8.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. 9.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 Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, 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. 10.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. 11.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. 12.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. 13.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. 14.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 July 18, 2025, Friday. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies 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. 16.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. 17.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. 18.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 16 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. 19.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. 20.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. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is: Construction Of Drainage And Road Shoulder (brgy. Dampulan) 2.2 The Funding Source Is: The Other Development Programs And Projects Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Construction Of Drainage And Road Shoulder (brgy. Dampulan) 3 No Further Instructions 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. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 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 Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, 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 No Further Instructions. 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. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 90,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 225,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until July 18, 2025, Friday (210 C.d.) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 4.5 Million (USD 77.6 K)

MISSILE DEFENSE AGENCY MDA USA Tender

Aerospace and Defence
United States
Details: Missile Defense Agency (mda) An/tpy-2 Radar Program Request For Information naics: 334511 psc: Ac25 agency: Other Defense Agencies office: Missile Defense Agency location: Mda-sna solicitation Number: N/a reference-number: 24-mda-11952 notice Id: Mda25snrfi02 distribution Statement A. Approved For Public Release; Distribution Is Unlimited. approved For Public Release: 5-nov 2024 i. Description a. An/tpy-2 Description: the Missile Defense Agency’s Ground Sensors Directorate (mda/sn) Is Conducting Market Research To Determine Industry Interest And Capability To Support Future Requirements For Its Army Navy/transportable Radar Surveillance And Control Model-2 (an/tpy-2). the Requirements Include Hardware And Software Development Development (to Include Radar Modeling And Simulation); Production Of Components, Spares, Fleet Refurbishment, And Capability Upgrades; And Operations And Sustainment Of An/tpy-2 Radars. Responses To This Request For Information (rfi) May Address All Or Part Of These Requirements. The Government Invites Industry To Provide Feedback On Contracting Strategy For The Requirements To Include Combination Of Requirements, Contract Type, And Areas That Would Be Accomplished Well Through Small Business Set Aside Versus Full And Open Competition. this Rfi Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Proposal (rfp) Or Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Establish A Contract For Any Of The Requirements. Further, Mda Is Not Seeking Proposal Nor Will It Accept Proposals. All Costs Associated With Responding To This Rfi Will Be Solely At The Respondent’s Expense. Participation In Future Agency Transactions And Procurement Opportunities Is Not Contingent On Responding To This Rfi. Mda Will Not Provide Feedback For Any Submission. ii. An/tpy-2 Radar Major Requirement Area Descriptions a. Development 1. Software Maintenance current Software Primarily Developed In Ada Language 2. Software Upgrades open Architecture To Accommodate Integration Of 3rd Part Algorithms modular Design new Capability Development acquisition tracking discrimination debris Mitigation electronic Protection post-intercept Assessment fault Tolerance active Bias Monitoring And Reporting radar Integrated Satellite Monitoring And Calibration space Situational Awareness/space Domain Awareness target Object Map raid Handling long Range High Sensitivity low And High Elevation full Azimuth Coverage 3. Hardware Upgrades digital Receiver/exciter (drex) wideband Digital Signal Processing arbitrary Waveform Generator digital Array Architecture Upgrades To The An/tpy-2 Antenna Equipment Unit additional Distributed, Passive Or Active Phased Array Panels To Support Mission Objectives Against Advanced Threats. Performance Information Is Desired For These Potential Upgrades. 4. Architecture To Optimize Performance On An X86-based Supercomputer And The Implementation Of A Drex performance Improvements, Including, But Not Limited To, Analysis And Implementation Of Parallel Processing, Multicore Computing, Field Programmable Gated Arrays, And Advanced Real-time Processing Capabilities re-architecture Including, But Not Limited To, Analysis And Implementation Of Secure Server Configurations Eliminating, Mitigating, And Limiting Cyber Vulnerabilities 5. System Engineering support Software, Software Databases, And Hardware Upgrades Including New Functionality And Evolving Threats. systems Engineering Includes Configuration Management, Requirements Development And Analysis, Software Capabilities Performance Assessment, Qualification, Formal Test, And Requirements Verification. Systems Engineering Support Is Also Required To: support Radar System Integration And Test With The Terminal High Altitude Area Defense (thaad) Weapon System At The Prime Contractor’s System Integration Laboratory (sil) For Development And Flight Test Activities support Radar System Integration And Test With Command, Control, Battle Management & Communication (c2bmc) Weapon System At The Prime Contractor’s Sil For Development And Flight Test Activities. support United States Government (usg) And Foreign Military Sales (fms) Development And Support Efforts. support Software And Hardware Engineering Technical Reviews Via Incremental Development Such As Agile Methodologies. adhere To Guidance And Develop Program Documentation Including But Not Limited To Management Plans, Quality, Safety, Security, Reliability, Risk, Program Protection, Cybersecurity, Integration, Interoperability, Capability Roadmaps, Concept Of Operations (conops), Trade Studies, Cost, Schedule And Performance, Working Groups, Contract Execution, Development Oversight, And Reporting. develop And Maintain Operation Mission Plans/profiles (omps) Across Several Geographical Locations. flight And Ground Test Planning, Execution, And Analysis. software Engineering Releases (er), Formal Releases (fr), And Maintenance Releases (mr) To Support Material Release Of Capabilities For Technical Capability Declaration (tcd) And Operational Capability Baseline (ocb) Concurrence. support Radar Software Independent Verification And Validation (iv&v) At The Government’s Software Engineering Directorate (sed). 6. Engineering Support facilitate Maintenance Efforts Which May Include But Are Not Limited To: trade Studies hardware Obsolescence Studies hardware Redesign technology Insertion refurbishment Efforts. 7. Modeling And Simulation systems Engineering, Development, Maintenance, Test, Verification And Validation Of Real-time And Non-real-time Digital End-to-end Radar Models And Real-time Hwil Radar Driver For An/tpy-2. digital Radar Models And Hwil Driver Should Accurately Simulate And/or Stimulate Tactical An/tpy-2, While Maintaining The Fidelity Of Complex Radar Scenes Presented To The Model And Simulation. Complex Radar Scenes Typically Include Simple And Advanced Threats Comprised Of Multiple Objects And Scatterers, And The Effects As They Propagate Through An Air Picture. The Air Picture Captures Weather, Environmental, And Other Effects. Examples Include But Are Not Limited To Precipitation, Sky Noise, Tropospheric Effects, And Intercept Debris. Complex Radar Scenes May Also Incorporate Electronic Attack. model Development, Verification, Validation, And Accreditation Must Support Tactical Development, Test And Fielding In Accordance With The Mda Phased Implementation Plan And Integrated Master Test Plan. hwil Radar Drivers, Aligned To Tactical Radar Capabilities, Are Required For Development And Testing Of The Radar Software, And Are Required Early In The Radar Software Development Timeline Due To Increasingly Complex Radar Capabilities. Therefore, Hwil Radar Drivers Must Be Developed As Part Of The Agile Radar Development Cycle To More Closely Coordinate With Radar Development Efforts, And Must Be Integrated With The Hwil Radar Representation As Part Of The Development Cycle. due To Increasing Stakeholder Needs For Digital Radar Models Early In The Radar Software Development Cycle, Digital Radar Models, With Capabilities Aligned To Tactical Radar Software Releases, Are Required Along The Same Timeline As Radar Software Releases, To Include Radar Software Engineering Releases And Formal Releases. Therefore, Digital End-to-end Radar Models Should Utilize Wrapped Tactical Code (wtc) Methodology, As Applicable, Using Radar Software Source Code With Appropriate Interfaces To Operate In Both Real-time And Non-real-time As Either Standalone Models Or As Part Of Integrated System Simulations Such As End-to-end Digital Integrated System Simulation (ediss). models And Simulations Should Implement Tactical Messages And Interfaces That Integrate Into Interoperable Frameworks Such As The Osf For Ground Test Integrated System Simulation (gtiss) And Ediss. integration Of Digital Radar Models And Hwil Radar Drivers With Simulation Frameworks Such As The Osf For Gtiss And Ediss. maintenance And Test Of Cots Hardware Used By Digital Radar Models And Hwil Radar Drivers To Ensure Models Meet Cybersecurity And Performance Requirements Needed To Satisfy Intended Use Cases. development And Maintenance Of Current Applicable Cybersecurity Documentation For Each Radar Model In Order To Support Risk Management Framework (rmf) Authorization. Implement Applicable Cybersecurity Requirements And Solutions Into System Development Life Cycle (sdlc). development Of Rmf Package And Support Cybersecurity And Software Assurance (swa) Requirements And Activities For Each Radar Model. Provide Rmf Continuous Monitoring. development And Maintenance Of Radar Model Training Materials. Conduct As Needed, Hands-on Training To End-users And Stakeholders. support For Use Of Models And Simulations In Events, Including But Not Limited To The Following: performance Assessment warfighter Exercises And Training element Development And Verification tactical Software Verification Testing ground Test (gt) integrated Ground Test (gti) distributed Ground Test (gtd) continuous Digital Assessment (cda) tactical Evaluation tactical Performance Verification test And Operational Mission Plan Analysis & Development pairwise Testing flight Test Pre-mission Testing flight Test Spmt flight Test Element Pre-mission Analysis post-flight Reconstruction (pfr) And Satellite-pass Reconstruction system Post-flight Reconstruction (spfr) For Validation & Anchoring element Post-flight Reconstruction (epfr) For Validation & Anchoring continuous Development And Integration (cdi) And Opportunistic Test system Federated Verification Event (sfve) special Studies live And Hwil Events For Data Collection To Support Radar Fielding Decisions b. Production 1. Production Components hardware Production, Integration, Test, And Delivery Of Components And End Items To Mitigate Obsolescence, Increase End Item Quantities, And Provision Spares. Components And End Items Include, But Are Not Limited To: spares For Radar Components (including Gallium Nitride (gan) Transmit Receive Integrated Microwave Modules (trimms)) digital Receiver/exciter (drex) Upgrade Kits advanced Signal Processing Server/network Kits With Interconnection Kits an/tpy-2 Cooling Equipment Unit (ceu) Upgrade Kits baseline Upgrade: Heat Exchangers, Motor Controllers, And Associated Hardware an/tpy-2 Antenna Equipment Units (aeu) baseline Upgrade: Control Panel, Variable Frequency Drives, And Associated Hardware ac/dc Converters 2. Engineering Support maintenance And Sustainment Efforts Which Include, But Are Not Limited To: trade Studies hardware Obsolescence Studies hardware Redesign technology Insertion refurbishment Efforts 3. Systems Engineering redesign For Out-of-production Mitigation, Fabrication, Integration, Test (design Verification, Qualification, And Acceptance) Evaluation, Documentation, And Delivery Of Radar Hardware. Systems Engineering Includes Cost, Schedule, Technical, Performance, And Reliability Risk Management Processes To Mitigate Program And Schedule Risk. 4. Program Support configuration Management quality Assurance operations And Program Security Requirements missile Defense Agency Assurance Provisions (map) And Parts, Materials, And Processes Mission Assurance Plan (pmap); And Safety manufacturing Qualification Processes 5. Integrated Logistics component, Part, And End Item Marking And Tracking component And End Item Integration, Calibration, And Acceptance Testing sparing Strategy Development, Spare Production, And Spare Delivery management And Tracking Of Government Furnished Equipment/material 6. Program Management integrated Approach To Monitoring And Reporting Cost, Schedule, And Fiscal Status technical Reviews/technical Interchange Meetings integrated Product Team Organization, Inclusive Of Government Participation 7. Test Functions activities Necessary To Confirm Component And End Item Performance In Accordance With Requirements. Tests May Be Conducted At Government Owned Ranges And Test Facilities, In Addition To Contractor Owned Facilities. Tasks Are Conducted In Accordance With Department Of Defense And Other Government Regulatory Guidance. c. Operations And Sustainment 1. Radar Operation And Maintenance Support (at Multiple Sites) diagnose Hardware And Software Failures provide Software And Hardware Maintenance As Primary Maintainer For All Levels Of Maintenance 2. Radar Logistics Support establishment And Maintenance Of Permanently Deployed Site Support Team At Oconus Locations establishment And Maintenance Of Deployable Site Support Team At Conus Locations line Replaceable Unit (lru) Repair And Return provide Subject Matter Expertise (sme) To Depot When Required For Mei Refurbishments inventory Control And Management spares Management logistics Operations training Development And Delivery For Soldiers And Contractor Personnel world-wide Deployment, Transportation Coordination, Set-up, And Tear-down Of The An/tpy-2 Radar Fleet (both Forward-based And Terminal High Altitude Area Defense (thaad) Radars) 3. Sustaining Engineering support For All An/tpy-2 Radars To Facilitate Maintenance Efforts, Which May Include But Are Not Limited To Trade Studies And Analysis, Hardware Obsolescence Studies, Hardware Redesign, Technology Insertion, And Refurbishment Efforts. engineering Analysis And Studies sustainment Of Legacy Software Builds failure Review And Corrective Action System (fracas) mission Assurance/quality Support obsolescence Management obsolescence Forecasting obsolescence Mitigation Recommendations obsolescence Redesigns As Required fleet Retrofits As Required iii. Instructions For Submission a. Deadline respondents To This Rfi Are Invited To Prepare And Submit Responses, No Later Than 60 Calendar Days From The Release Date Of This Rfi. The Government Does Not Intend To Extend This Due Date. b. Required Documents 1. Executive Summary executive Summary (not To Exceed 5 Pages Or Slides, Excluding 1.d. Below) That Includes: a. A Summary Matrix Indicating Interest In Competing For One Or More Requirement Area Listed Above. b. Indication If The Respondent Possesses A Facility Clearance And To What Level. c. Descriptive Data: i. Company Name ii. Specify If Us Or Foreign Owned iii. Point Of Contact (poc) iv. Poc Address v. Poc Telephone And Fax Numbers vi. Poc E-mail Address vii. Duns Number viii. Cage Code And/or Tax Id Number ix. Business Size Standard And Applicable Naics Codes x. Socio-economic Category, If Applicable (e.g. Woman-owned Small Business, Hubzone Small Business; Etc.) d. Indicate Whether Government Furnished Technical Data Would Be Required In Order To Facilitate The Execution Of The Capabilities Identified In Response To This Rfi. List And Describe This Data (does Not Count Toward Page Limit For Executive Summary) e. Indicate Whether The Respondent Is Currently Performing As A Mda Teams Or Teams-next Prime Or Subcontractor (include Contract Name (s) And Number (s)). f. Recommend Break Out Of For Requirement Areas And Areas That Could Be Set-aside For Small Business g. Provide Existing Multiple Award Schedule (mas) Or Other Government-wide Requirement To Be Evaluated As A Possible Acquisition Strategy h. Provide Feedback Regarding Consolidation Or Break-out Of Requirements, Contract Type, And Areas That Would Be Accomplished Well Through Small Business Set Aside Versus Full And Open Competition. 2. White Paper for Each Major Requirement Area Identified Above In Which The Respondent Expresses Capability/interest, Submit A White Paper (not To Exceed 10 Pages) That Discusses Capabilities, Recommended Alternatives, Associated Non-recurring Engineering Costs, And Associated Risks And Mitigation Strategies. Note: Risk Mitigation Strategies Should Address: i. Development Or Improvement Of X-band Radar Capabilities And Hardware Including Experience, Manufacturing Processes, Integration Approaches, And Testing. ii. Production Of An/tpy-2 Radar System Components. Mitigation Of Any Production Learning Curve Impacts (trained Personnel, Maintenance, And Situational Awareness, Etc.). iii. Failure Examination And Root Cause Analysis Of Failed Weapon System Components. iv. Development Of Tactically-aligned An/tpy-2 Models On The Timeline Required v. Mitigation Of Any M&s Learning Curve Impacts 3. Capability Brief for Each Major Requirement Area Identified Above In Which The Respondent Expresses Capability/interest, Submit A Capability Brief Discussing (not To Exceed 30 Slides) The Respondent’s Capabilities To Perform The Requirement Area(s) Identified Above And Relevant Experience. The Brief Should Include: i. A Schedule Estimate Highlighting Initial Capability Delivery/availability. ii. If Your Response Addresses A Subset Of A Requirement Area Identified In The Executive Summary Versus The Entire Requirement, Address How Any Seams/gaps Would Be Mitigated. iii. Description Of Any Experience With Mda Mission Assurance Provisions (map) And Parts, Materials And Processes (pmp) Compliance. iv. Description Of Any Experience With Configuration Management Processes And Tools During Development And Production. v. Identification Of Any Software Capability Maturity Model Integration (cmmi) Designations 4. Data Requirements provide A Detailed List And Description Of Documentation Requirements For A Technical Library To Support Your Development Of A Future Competitive Proposal, Organized By Requirements Area Identified Above, Should Mda Compete Any Or All Of These Requirements. No Government Information Will Be Supplied In Conjunction With This Request For Information. 5. Small Business Considerations because One Objective Of This Rfi Is To Determine The Capability Of Small Business To Meet The Requirements Contained Herein, And To Inform The Acquisition Strategy With Regard To Setting Aside Any Future Acquisition For Small Businesses, Small Businesses Are Encouraged To Respond To This Request For Information For Those Areas Of The Listed Requirement In Which They Have An Interest. Mda Request The Following Information: the Prime Small Business Contractor Responding To This Rfi Must Include Their Past Experience In Managing Subcontractors On Similar Requirements, And If Applicable, Include Subcontractor Or Teaming Partners’ Past Experience Applicable To Requirements Specified In This Rfi. responsible Small Businesses Planning Teaming Arrangements To Meet The Support Requirements Listed Above Are Expected To Articulate The Portions Of Work That The Prime Small Business Intends To Perform As Well As Articulate The Portions That Subcontractors Or Teaming Partners (if Applicable) Will Perform. Responses Must Include Business Size And Business Socio-economic Category Of All Subcontractors Or Teaming Partners Identified To Perform Work Associated With The Naics For This Rfi. c. Additional Information proprietary Information Is Neither Sought Nor Desired By Mda. If Such Information Is Submitted, It Must Clearly Be Marked "proprietary" On Every Sheet Containing Such Information, And The Proprietary Information Must Be Segregated To The Maximum Extent Practicable From Other Portions Of The Response (e.g., Use An Attachment Or Exhibit). Respondents Are Responsible For Adequately Marking Propriety Information Contained In Their Response. The Government Intends To Use Third Party, Non-government (contractor) Support Personnel As Subject Matter Experts In The Review Of Responses Received, Including The Review Of Any Marked Or Unmarked Proprietary Information Provided. Appropriate Non-disclosure Agreements Have Been Executed Between The Third Party, Non-government (contractor) Support Personnel And The Government And Are On File With The Government. A Submission Of A Response To This Rfi Constitutes The Respondent’s Acknowledgement And Agreement That The Information Provided In The Response, Including Any Marked Or Unmarked Proprietary Or Source Selection Information, May Be Disclosed To These Third Party, Non-government (contractor) Support Personnel. d. Point Of Contact For Submissions questions Regarding This Announcement Shall Be Submitted In Writing By E-mail To The Contracting Officer. Submit All Questions No Later Than 30 Calendar Days From The Release Date Of This Rfi. Although The Government Will Attempt To Answer All Questions Submitted, The Government Is Under No Obligation To Answer Any Questions Submitted After 30 Calendar Days From The Release Date Of This Rfi. Verbal Questions Will Not Be Accepted. all Non-proprietary Questions And Answers Will Be Distributed Via E-mail To All Respondents. Validated Proprietary Questions And Answers Will Be Addressed With Individual Companies And Will Not Be Distributed Via E-mail. based On The Responses From Industry, Industry Days And One-on-ones May Be Scheduled In The Future. contracting Office Address: missile Defense Agency, Mda/snk building 5224, Martin Rd, Attn: Vbiii redstone Arsenal, Al, 35898, United States primary Point Of Contact: john Michael, Procuring Contracting Officer, Ground Sensors Contracts email: John.michael@mda.mil secondary Point Of Contact: kimberly Black, Procuring Contracting Officer, Ground Sensors Contracts email: Kimberly.black@mda.mil
Closing Date7 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Education And Training Services
Corrigendum : Closing Date Modified
United States
Details: Sources Sought-request For Information background: the Department Of The Air Force, Air Education And Training Command (aetc) Air Force Security Assistance Training Squadron (afsat) Is Conducting Market Research To Determine Whether Capable Sources Are Available To Perform Non-personal Training Services In Support Of Foreign Military Sales (fms) A-29 Super Tucano Training. There Are Three Requests For Information Pertinent To This Rfi: (a) The First Part Is A Sources Sought For Vendor Noncommercial Training Services Support For Fms A-29 Which Includes Management, Courseware Development And Delivery Of Courseware (with Government Purpose Rights) For A-29 Aircrew Training, Maintenance Crew Training, And Any Specialized Training On The A-29 Aircraft Systems To Include Weapon Systems, Support Equipment, And Software. The Associated Noncommercial Services Training Support Is Anticipated To Be Required By The Usg Allies And Other Partner Nations. The Place Of Performance Is Undetermined, And May Be Inside And Outside Of The Continental United States (conus And Oconus). The Requirement Is Projected As An Initial Ordering Base Period Of One Year With Four Option Years With A Period Of Performance To Start On Or About September 2025. (b) The Second Is A Sources Sought To (1) Identify If There Is Any Commercially Available Training For The A-29 Iaw Current Federal Aviation Administration (faa) Approved Guidelines For Civil Aircraft; And (2) Commercially Available Training As Described In Far Part 12. (c) The Third Part Is A Sources Sought For The Potentially Capable Source To (1) Identify The Vendor’s Place Of Incorporation; As Well As (2) To Identify Training Locations (especially If Commercially Available Training As Identified In Paragraph B Above). this Sources Sought Notice/request For Information (rfi) Is For Market Research And Planning Purposes Only. The Information Obtained In Response To This Rfi Will Be Used To Help Identify Qualified, Experienced, Interested Potential Sources, And Attain A Better Understanding Of The A-29 Training Location Footprint. This Is Not A Request For Proposal (rfp). It Is Not To Be Construed As A Formal Solicitation Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. The Information Requested By This Rfi Is For Market Research Only And Will Be Used By The Air Force Multi-functional Team (mft) To Assist Planning. Any Information Provided To The Government Is Strictly Voluntary And Is Provided At No Cost To The Government. The Government Will Not Reimburse Vendors For Any Capability Package Preparation Nor Briefing Costs. For Purposes Of This Rfi, The North American Industry Classification System (naics) Code Is 611512 – Flight Training, Small Business Size Standard Is $34m. note: The Usg Is Specifically Requesting Information By Vendors Regarding Their Capability To Perform Training On The A-29 Aircraft. The Government Reserves The Right To Determine The Acquisition Approach, To Include Sole Source, A Small Business Set-aside Or Whether A Small Business Socio Economic Approach Authorized By Statute Would Be More Appropriate Based On Responses To This Notice. The Government Also Reserves The Right To Issue A Solicitation To Any Country Requested Specific Source For A-29 Training, As An International Agreement For Competitive Restriction (iacr), Pursuant To 10 U.s.c. 3204(e)(4)(e). Additional Information Or Updates Regarding This A-29 Training Support Services Requirement Will Be Posted On The General Services Administration System For Award Management (sam.gov) Https://sam.gov/content/home Website. Interested Parties Are Encouraged To Check This Website Regularly For Any Changes Or Updates. Interested Parties Capable Of Providing Any Of The Training Support Services Sought Are Instructed To Add Their Information To The Interested List, Add This Notice To Their Following List, And Submit A Capability Statement In Response To This Rfi: Fms A-29 Training Sources Sought Notice. description: the Service Provider Shall Be Required To Provide A-29 Aircrew Training Management; Develop And Deliver With Government Purpose Rights A-29 Courseware Necessary For Training Usg, Usg Allies, And Partner Nation On A-29 Air Ground Support, And Maintenance Crews; Provide A-29 Pilot Flight And Maintenance Training And Provide Associated Logistical Support. A-29 Training Objectives Are To Train Usg, Usg Allies, And Partner Nation Air And Ground Support Crew On Initial, Conversion, And Possibly Mission Qualification On The Country-specific A-29 Configuration. Instruction For A-29 Aircrew Will Include Academic, Simulation, And Pilot Flight Training On The A-29. The Training May Include And Is Not Limited To A Combination Of Electronic Courseware, Classroom Academics, Aircrew Training Devices, And Pilot Flight Training As Described Below In The Following Paragraphs. the Service Provider Will Be Requested To Develop, Produce, And Deliver, With Government Purpose Rights, New A-29 Aircrew/maintenance Courseware And Aircrew/maintenance Materials Used For Instruction Of Usg And Allied/partner Nation A-29 Aircrews. Courseware Development Requires Access To Original Equipment Manufacturer (oem) Technical Data And/or/country Specific Technical Orders (cstos). Courseware Must Be Compatible With Oem Equipment. Changes In Technical Data May Drive Future Changes. (oconus) Country-provided Equipment, Infrastructure And Facilities Will Be Available Except Common Instructional Equipment Not Peculiar To A-29 Training. (conus) Other Than Country Specific Requirements, It Will Be Incumbent Upon The Contractor To Acquire The Information, Equipment, Property, And Services Required To Perform Training On The A-29. technical Orders (to) Deemed Necessary For Course Development May Be Delivered To The Usg And May Be Available As Government Furnished Information (gfi) At The Award Of A Task Order At A Future Date. If Your Company Has Any Relationships, Agreements Or Partnerships To Allow For Accessibility Of A-29 Tos Outside Of Government Furnished Information, Please Identify In Your Response. if Usg Courseware Is Available And Releasable It Will Be Provided To The Contractor. At This Time, None Has Been Identified. as An Air Force Training Organization, The Government's Courseware Requirement Is To Be Delivered Either As A Special Work For Hire, Or A Minimum Of Government Purpose Rights For Each Course. Industry Is Encouraged To Identify Any Alternative Approaches In A Capability Statement And Identify Any Underlying License(s) With An Approximate Cost Savings, Per Country, For The Approach. the United States Government Reserves The Right To Add Additional Training Courses As Required To Facilitate Usg And Allied/partner Nation Training On The A-29. Anticipated Courses/courseware, For Capability Statement, Include The Following: a. Pilot Initial Qualification Courses b. Pilot Mission Qualification Courses c. Aircrew Ground Training Courses d. Basic Maintenance Courses (avionics/electrical, Airframe & Powerplant, Egress/weapons, Supply Chain Management And Am2 Records Management Database) In Multiple Levels (e.g. Usaf 3-, 5-, 7-level) all Actual Pilot Flight Operations Must Meet The Requirements Of Defense Contract Management Agency (dcma) Instruction 8210.1c (afi 10-220). The Contractor Should Demonstrate That It Can Maintain Documentation Per Dcma Instruction 8210.1c For All Aircrew Instructors And Will Provide To The Usg Documentation Requested At Any Time During The Performance Of The Training Support Service. contractor Aircrew Instructors: Contractor Should Demonstrate That It Has The Ability To Acquire Instructor Pilots Who Are Previously Qualified Within Three Years Of Currency (last Pilot Flight). Qualified Instructors Shall Have Two Years Of Experience As Pilot Flight Instructors In Either A Military Or Civilian Capacity. Aircrew Academic And Simulator Instructors Must Be Fully Qualified Instructor Aircrew Who Have Been Qualified In A-29 Operations Within Four Years. Contractor Maintenance Instructors Shall Have At Least Two Years Of Experience As A-29 Instructors. Anticipated Instructor Requirements, To Be Addressed In Capabilities, Include And Are Not Limited To: a. A-29 Instructor Pilot (rated) b. A-29 Avionics Maintenance Instructor c. A-29 Airframe And Powerplant Maintenance Instructor d. A-29 Egress And Weapons Maintenance Instructor e. Supply Chain Management (avpro System) And Am2 Records Management Database Instructor f. A-29 Aircrew Ground Training Instructor interested Parties Capable Of Providing Any Of The Training Support Service Sought Should Submit A Capability Statement To Include Specific Technical Background Information Describing Their Organization's Experience And Expertise In Fms Aircrew Training Services Requiring Similar Management/courseware Development Pilot Flight Training/logistical Efforts. At A Minimum The Following Information Is Requested: oconus Training Will Be Incumbent Upon The Contractor To Secure Any Required Country Specific Approvals To Live And/or Work In The Partner Nation. conus All Infrastructure And Facilities For Conus Training Will Be Provided By The Offeror And Will Not Be Facilitated By Or Furnished By The Government. industry Survey Questions: general Survey Instructions: - Please Indicate When Citing Examples Of Past Performance Your Specific Companies’ Tasks In That Past Performance, The Contract Number, And Government Point Of Contact. - When Describing Possible Teaming/partnership Arrangements To Fulfill This Requirement Please Indicate If The Agreement Is Already In Place Or A Long-standing Relationship. - If Any Part Of Your Responses Is Currently Being Executed By Your Organization Commercially As Described In Far Part 12 Please Indicate As Such. (1) Company Name, Address, Point Of Contact, Telephone Number, E-mail Address, Commercial And Government Entity (cage) Code, Data Universal Numbering System (duns) Number, Sam Unique Entity Id, Place Of Incorporation And Training Locations (especially If Commercially Available Training); (2) Approximate Annual Gross Revenue; (3) Business Size (other Than Small Business Or Small Business). (4) If You Indicated Your Business Size As “small Business”, If Applicable, Specify Small Business Socioeconomic Program Status – [small Disadvantaged Business (sdb), 8(a)-certified Small Disadvantaged Business, Historically Underutilized Business Zone (hubzone) Small Business, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Woman-owned Small Business (wosb)]; (5) Describe The Role Your Company Will Play In The Performance Of The A-29 Training Service Sought (prime Contractor, Subcontractor, Other: Please Explain); (6) If You Indicated Your Company’s Role As "prime Contractor" Please Provide Information Demonstrating The Capability To Mobilize And Manage Internationally, And Finance The Support Service Sought; (7) If You Indicated Your Company’s Role As "prime Contractor", Specify The Functions For Which You Plan To Use Subcontractors To Include Estimated Small Business Subcontracting Goals And Rationale. (8) If You Indicated Your Company’s Role As "subcontractor", Please Indicate Which Functional Areas You Intend To Cover; (9) Specify Whether Your Company Primarily Conducts Business In The Commercial Or Government Sector; (10) Provide Information On Any Commercial Or Government Sector Support Services Your Organization Has Performed That Are Similar To The Support Service Sought; (11) Identify Which Naics Code(s) Your Company Usually Performs; (12) Describe Your Company’s Expertise/experience In Maintaining Documentation Per Dcma Instruction 8210.1c For All Aircrew Instructors And How It Is Provided To The Usg; (13) Describe Your Company’s Capability To Provide Expertise In A-29 Courseware Development, Production And Ability To Deliver Such Courseware With Government Purpose Rights Or Describe An Alternative Approach Which Identifies Any Cost Savings Along With Any Required Underlying License(s). (indicate If Your Company Currently Has Any A-29 Courseware Available) (14) Provide A Plan To Develop A-29 Aircrew Training Academic Courseware. Note: Benchmark Timelines For Courseware Development Are Critically Important To Training Mobilization. (15) Describe Your Company’s Capability To Provide A-29 Pilot Flight Simulation Training, If Required, That Replicates A-29 Pilot Flight Characteristics And Capabilities Using Your Organization’s Training Device. (16) Provide A Plan To Recruit And Employ Trained And Qualified A-29 Variant Instructor Pilots. Employees Shall Be Within Three Years Of Currency (last Pilot Flight) To Qualify For Positions As A-29 Aircrew Pilot Flight Instructors, And Within Four Years Pilot Flight Currency For Academic And Simulator Instructors. [note: There May Be Restrictions On Mobilization Locations Of Instructors That Currently Hold An Armed Forces Commission And/or Under A Current Enlistment In Any Branch Of Service] (17) Provide A Plan To Recruit And Employ Trained And Qualified Support Personnel, To Include But Not Limited To, Schedulers, A-29 Brief/debrief System Operators, Drivers, Lesson Management System Administrators, Aircrew Records Management System Administrators. [note: There May Be Restrictions On Mobilization Locations Of Instructors That Currently Hold An Armed Forces Commission And/or Under A Current Enlistment In Any Branch Of Service] (18) Explain Your Organization’s Understanding Of Export Control Laws (third Party Transfer/technical Assistance Agreements), The Business Acumen, Etiquette, Culture, Practices Of Conducting Business Internationally. Elaborate On The Trade Regulations, Customs, Standards, Agreements, Labor Laws, Visa Requirements, Transportation, Lodging, Tariffs (value-added Tax) And other Unique Circumstances Affecting A Service Provider’s Ability To Perform The Support Services Sought In Internationally. (19) Describe Your Company’s Expertise/experience In Mobilizing Personnel To Foreign Nations For Short (2-4 Months), Moderate (4-8 Months), And Extended Periods (8-12 Months) Of Time With Minimal To No Assistance Of The Usg. (20) Provide Capability To Support An Undetermined Minimum Ordering Period And With Performance Starting September 2025 (21) Provide Recommended Type Of Contract And Rationale. (22) Provide The Minimum Period Of Performance Your Company Is Able To Support In The Event A Requirement Or Funding Is Limited, And Services Are Purchased For A Shorter Period Of Performance (for Example: The Contract Only Provides Funding For Six Months Of Service). (23) Provide Confirmation Whether Your Company Can Provide All Services Or Any Service. Provide Rationale For Capability To Provide All Required Services Or Capability To Provide Any Service Identified. (24) Provide A List Of Assumptions With Descriptions Regarding Your Company’s Submission. (25) Provide Information For Person(s) Participating In A Potential Virtual Industry Day. [note: Based Upon The Information Provided In This Sources Sought And Participation Of Industry Day The Government May Elect To Conduct A Site Visit To All, Few Or None Of The Information Offerors] (26) How Familiar Are You With The International Traffic In Arms Regulation (itar) Guidance/process? please Limit The Capability Statement To No More Than 26 Single-sided, Type-written Pages Using Font Size 12. Extravagant Formatting Is Not Required Nor Desired. Paragraph Numbering To Coincide With The Above Requested Information Is Preferred. any Questions Regarding This Posting Must Be Submitted Via Email As Soon As Possible But No Later Than Noon Cst On 25 Oct 2024 In Order To Allow Answers To Questions To Be Publicly Posted Before The Response Date. Questions Containing Proprietary Information Must Be Identified To Prevent Release To The Public Via Posting On The General Services Administration System For Award Management (sam.gov) Https://sam.gov/content/home Website. Please Do Not Call The Contracting Office For Information; Email Questions To Avoid Any Misunderstanding Or Confusion And Help Eliminate Duplicate Questions. the Primary Point Of Contacts For This Rfi Is Liliana Gonzales And Robert Newberry. Contact With Other Government Personnel Regarding This Rfi Is Not Permitted. If Your Organization Is Capable Of Providing The Training Support Service Described Above, Please Electronically Submit The Requested Information By The Specified Due Dates Via Email To: liliana Gonzales (liliana.gonzales.3@us.af.mil) robert Newberry (robert.newberry.7@us.af.mil) information Requested Due Dates And Timeline: industry Questions For Afsat Nlt: 25 Oct 2024 afsat Response To Questions Nlt: 13 Dec 2024 capability Statements: 06 Jan 2025 note: Any Changes To Due Dates And Timeline Will Be Updated If Applicable definitions: far 2.101: Commercial Product Means—(1) A Product, Other Than Real Property, That Is Of A Type Customarily Used By The General Public Or By Nongovernmental Entities For Purposes Other Than Governmental Purposes, And–(i) Has Been Sold, Leased, Or Licensed To The General Public; Or (ii) Has Been Offered For Sale, Lease, Or License To The General Public; (2) A Product That Evolved From A Product Described In Paragraph (1) Of This Definition Through Advances In Technology Or Performance And That Is Not Yet Available In The Commercial Marketplace, But Will Be Available In The Commercial Marketplace In Time To Satisfy The Delivery Requirements Under A Government Solicitation; (3) A Product That Would Satisfy A Criterion Expressed In Paragraph (1) Or (2) Of This Definition, Except For-(i) Modifications Of A Type Customarily Available In The Commercial Marketplace; Or (ii) Minor Modifications Of A Type Not Customarily Available In The Commercial Marketplace Made To Meet Federal Government Requirements. “minor Modifications” Means Modifications That Do Not Significantly Alter The Nongovernmental Function Or Essential Physical Characteristics Of An Item Or Component, Or Change The Purpose Of A Process. Factors To Be Considered In Determining Whether A Modification Is Minor Include The Value And Size Of The Modification And The Comparative Value And Size Of The Final Product. Dollar Values And Percentages May Be Used As Guideposts, But Are Not Conclusive Evidence That A Modification Is Minor; (4) Any Combination Of Products Meeting The Requirements Of Paragraph (1), (2), Or (3) Of This Definition That Are Of A Type Customarily Combined And Sold In Combination To The General Public; (5) A Product, Or Combination Of Products, Referred To In Paragraphs (1) Through (4) Of This Definition, Even Though The Product, Or Combination Of Products, Is Transferred Between Or Among Separate Divisions, Subsidiaries, Or Affiliates Of A Contractor; Or (6) A Nondevelopmental Item, If The Procuring Agency Determines The Product Was Developed Exclusively At Private Expense And Sold In Substantial Quantities, On A Competitive Basis, To Multiple State And Local Governments Or To Multiple Foreign Governments. far 2.101: Commercial Service Means—(1) Installation Services, Maintenance Services, Repair Services, Training Services, And Other Services If–(i) Such Services Are Procured For Support Of A Commercial Product As Defined In This Section, Regardless Of Whether Such Services Are Provided By The Same Source Or At The Same Time As The Commercial Product; And (ii) The Source Of Such Services Provides Similar Services Contemporaneously To The General Public Under Terms And Conditions Similar To Those Offered To The Federal Government; (2) Services Of A Type Offered And Sold Competitively In Substantial Quantities In The Commercial Marketplace Based On Established Catalog Or Market Prices For Specific Tasks Performed Or Specific Outcomes To Be Achieved And Under Standard Commercial Terms And Conditions. For Purposes Of These Services–(i) Catalog Price Means A Price Included In A Catalog, Price List, Schedule, Or Other Form That Is Regularly Maintained By The Manufacturer Or Vendor, Is Either Published Or Otherwise Available For Inspection By Customers, And States Prices At Which Sales Are Currently, Or Were Last, Made To A Significant Number Of Buyers Constituting The General Public; And (ii) Market Prices Means Current Prices That Are Established In The Course Of Ordinary Trade Between Buyers And Sellers Free To Bargain And That Can Be Substantiated Through Competition Or From Sources Independent Of The Offerors; Or (3) A Service Referred To In Paragraph (1) Or (2) Of This Definition, Even Though The Service Is Transferred Between Or Among Separate Divisions, Subsidiaries, Or Affiliates Of A Contractor.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: 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||dfas|n00383|dcma|dcma|see Schedule|source||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days Upon Notice Of Defect||||| safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9|||||||||| 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|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250||||||||||| type Of Contract (apr 1984)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Purpose Of This Amendment Is To Extend The Solicitation Period To 24 Jan 2025. this Requirement Is For The Repair Of The Items Herein Thissolicitation. repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In The Subsequent Contract. required Rtat: ## ____ Days After Receipt Of Asset. Throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X/month (contractor Fill In #). A Throughput Of ##____ Per Month Reflects No Throughput Constraint. Induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. reconciliation:a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Inducted Under The Subsequent Contract. The Parties Have Agreed To A Price (shown On The Schedule Page) For Each Unit At The Negotiated Rtat. Such prices Are Based On The Contractor Meeting The Rtat Requirements Described Within The Schedule Page. If The Contractor Does Not Meet The Applicable Rtat Requirement, Consideration Will Be Assessed And Subject To Negotiation. 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. Early And Incremental Deliveries Accepted And Preferred. \ 1. Scope 1.1 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.2 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.3 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.4 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: indicator,horizont, ;133000-29; P/n, ;6605015591172; Nsn, ;oem Tech Drawings; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. indicator,horizont, ;canadian Commercial Corp; Company Name , ;350 Rue Albert Street Suite 700, Ottawa K1a Os6 Canada; Address , ;98247; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date24 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Laboratory Equipment and Services
United States
Details: Statement Of Work 1. Title: Boiler Plant Instrumentation Calibration, Combustion And Tune, Device Testing And Motor Vibration Analysis Services To Support The St. Cloud Va Health Care System. 2. Overview: The Contractor Shall Provide Boiler Safety Device Testing, Tuning, Inspection, Calibration Of Boiler Plant Equipment, Burners, Controls, Instruments At The Frequency Described On The Schedule Below. 3. Definitions: a. Co Contracting Officer b. Va Department Of Veterans Affairs c. Vahcs St. Cloud Va Health Care System d. Vatr Veterans Affairs Technical Representative e. Contractor Employee Means All Contractor Staff, Technicians, Personnel, Subcontractors, Or Persons Working On Behalf Of The Contractor. 4. Place Of Performance: st. Cloud Va Health Care System, 4801 Veterans Drive, St. St Cloud, Mn 56303 period Of Performance: this Contract Will Be A Single Award, Firm Fixed Price Service Contract For 1 (one) Base Year From With 4 (four) Option Years. qualifications And Special Certifications: certified Technicians Shall Have Completed At Least A One-year Trade School And Have Five Years Successful Experience In This Field. The Experience Shall Be Largely With Institutional And Industrial Boiler Plants Similar In Design To The Vahcs Plant. the Vahcs Facility Manager/engineer May Define And Accept Equivalent Qualifications. technicians Shall Demonstrate Familiarity With And Ready Access To The Current Versions Of The Following References: nfpa 85, Boiler And Combustion Systems Hazards Code. vha Boiler Plant Safety Device Testing Manual, Most Current Edition. technicians Shall Be Equipped With Portable Electronic Flue Gas Analyzers And Other Test Instruments Necessary For The Required Tests And Calibrations, To Calibrate All Instruments, Gauges, And Transmitters As Required Herein. All Must Be Calibrated Within One Month Prior To Test P-1 And P-4, Or Recalibration Must Be Completed. at Facilities With Programmable Digital Controls, The Technicians Must Be Capable Of Programming The Controls And Have The Appropriate Hardware And Software For This. any Anticipated Sub-contracting Work Shall Be Presented In A Sub-contracting Plan, Which Is To Include The Identity Of The Sub-contractor Who Will Be Performing The Work. The Co And The Vatr Must Approve, In Writing, Any Sub-contract Work Prior To Its Commencement. the Contractor Shall Provide Experience, Past Performance, And References With Their Bid Submission. regulations / Directives / Policies: vha Directive 1810, Boiler And Boiler Plant Operations (most Current Version) vha Boiler Plant Safety Device Testing Manual (most Current Version) master Construction Specification, Division 23- Heating, Ventilating And Air Conditioning. nfpa 85 - National Fire Protection Association. Boiler And Combustion Systems Hazards Code (most Current Edition) boiler Safety Device Testing Data Sheet combustion Performance Data Sheet compliance With All State, Federal, And Local Laws scope Of Work: the Contractor Shall Provide All Transportation, Lodging, Meals, Labor, Personnel, Equipment, Tools, Materials, And Any Resources Necessary To Provide The Following Services. Semiannual Boiler Combustion And Tune, Semiannual Instrument Calibration To Include All Associated Instruments, Semiannual Motor Vibration Analysis, And Annual Safety Device Testing. special Notes: Only One Boiler Is Allowed To Be Offline For Testing/tune Purposes At A Time! if A Boiler Plant Emergency, Site Emergency, Or National Emergency Develops, Contractor Will Cease Testing At The Request Of Site Personnel. boiler Performance Testing: p1 Through P4 Shall Be Completed In Accordance With Vha Directive 1810 (most Current Edition) And Vha Boiler And Associated Plant Safety Device Testing Manual (most Current Edition) p-1 - Semiannual Boiler Combustion And Tune p-2 - Semiannual Instrumentation Calibration p-3 - Semiannual Motor Vibration Analysis p-4 - Annual Safety Device Testing tests Will Follow Vha Boiler Plant Safety Device Testing Manual Procedures Verbatim. technicians Shall Provide All Tools, Equipment, And Labor Necessary To Perform Inspection, Testing, Calibrating, And Adjustments Of Burners And Boiler And Boiler Plant Controls As Specified Below. this Shall Be Done Every Six Or Twelve Months In Accordance With A Schedule Provided By Vahcs. instrumentation, Monitoring, And Data Management Systems As Listed Per Directive 1810 Appendix B Table 2 Number 10 Shall Be Calibrated Every Six Months. provide At Least Two Weeks Notice To The Boiler Plant Supervisor Prior To Performing The Work. work Must Be Conducted When The Boiler Plant Supervisor Or His/her Designate Is Available On Site To Monitor The Work. during Normal Business Hours Unless Approved By The Boiler Plant Supervisor. vahcs Will Have The Boilers That Are To Be Serviced Prepared For The Technicians Upon Their Scheduled Arrival. this Includes Having The Boilers Clean Of Soot And Loose Scale; Fully Warmed And At Normal Steam Pressure; Steam Exhaust Silencer System Operable. performance Testing Of Boiler, Burner, Economizer (if Provided), Combustion Control, Boiler Plant Instrumentation To Be Done In Accordance With Va Master Construction Specifications, Office Of Construction And Facilities Management Til (technical Information Library) Division 23. perform Overall Visual Inspection Of Systems. Observing Any Minor Or Major Deficiencies Before Administering Test Procedures. verify That Systems Comply With Referenced Code And Vahcs Requirements. perform Tests On Each Boiler On All Main Burner Fuels. operate Burner(s) On Each Fuel From Low Fire To High Fire And Back To Low Fire In At Least Twelve Increments And Record Combustion Performance, Flue Gas Oxygen, Carbon Monoxide, Nox, Fuel Train Pressures, Atomizing Train Pressures, Burner Pressures, Combustion Air Temperature, Flue Temperatures And Boiler Steam Output. if Required By Local Emissions Authorities, Provides Services Of Testing Firm To Determine Nox And Carbon Monoxide. Test Firm Shall Be Acceptable To Emissions Authorities. note: If Nox Emissions Limits Are Applicable, List The Method Of Testing That Is Required By Local Authorities If It Differs From The Method Listed. nox Emissions Shall Be Tested With Electronic Analyzer Reading In Parts Per Million. Analyzer Shall Be Calibrated With Certified Test Gas Within Three Months Prior To Use. Analyzer Shall Be Accurate To Plus Or Minus 5% Of Reading. test No. P-1: Combustion And Tune operate Boiler On Each Fuel, With Economizer (if Provided) In Service And Record Data For At Least Twelve Evenly Spaced Steam Loads From Low Fire Start To 100% Of Full Steam Output, And In The Same Sequence Back To Low Fire. demonstrate Performance And Efficiency Required By Paragraphs Under Articles, Boiler, Burner And Fuel Trains, And Economizer. demonstrate Proper Operation Of Combustion Controls, Draft Control (if Provided), Feed Water Level Controls, And Instrumentation Systems (section 23 09 11, Instrumentation And Control For Boiler Plant). when Flue Gas Oxygen Trim Is Provided, Conduct Tests With Trim Control On Manual At The Zero Trim (null) Position (section 23 09 11, Instrumentation And Control For Boiler Plant). after Completion Of Tests With Trim Control On Manual Control, Repeat The Tests On One Fuel With The Trim Control On Automatic Control. test No. P-2: Calibration check Current Draw Of Forced Draft Fan Motor At Startup And At 100 Percent Of Maximum Boiler Load. current Draw Shall Not Exceed Full Load Current Stamped On Motor Nameplate. this Test May Be Combined With Test No. P-1. list Of Instrumentation And Controls To Be Inspected And Calibrated: (yokogawa, Rose Mount, Cleaver Brooks, Mcdaniel, Trerice, Setra, Ashcroft, Ari Industries Inc, Siemens.) steam Flow Transmitters (all). steam Flow Recorders/computer Readout. flue Gas Oxygen Sampling, Analyzing And Recorder/computer Readout. boiler And Economizer Stack Temperature Transmitters And Recorder/computer Readout. master Steam Pressure And Combustion Controllers. boiler Outlet Draft Controllers. boiler Water Level Controllers. feedwater Deaerator And Condensate Storage Tank Water Level Controllers Including Overflow. all Pressure And Temperature Sensors, Gauges, And Transmitters. test Methods: utilize Permanent Instrumentation Systems For Data. All Systems Shall Be Operable And In Calibration. utilize Portable Thermocouple Pyrometer Furnished And Retained By Contractor To Measure Stack Temperature As A Verification Of Permanent Stack Temperature Recorder. use Portable Electronic Flue Gas Analyzer To Determine Constituents Of Flue Gas. analyzer Shall Be Capable Of Measuring Oxygen In Percent With Accuracy Of Plus Or Minus 0.5 Percent Oxygen And Carbon Monoxide In Parts Per Million (ppm) With Accuracy Of Plus Or Minus 5 Percent Of Reading (range 0-l000 Ppm). obtain Oxygen And Carbon Monoxide Readings At Each Test Point. calibrate Instrument With Certified Test Gases Within Three Months Prior To Use And Immediately After Analyzer Cell Replacement. in Test No. P-1 Retain Boiler At Each Load Point For A Time Period Sufficient To Permit Stabilization Of Flue Gas Temperature And Other Parameters. steam Loads For Tests May Be Furnished By The Hospital Systems, By Operation Of The Steam Silencer Vent System, Or By A Combination Of The Above. utilize Dry Bulb And Wet Bulb Thermometers Furnished And Retained By Contractor For Checking Combustion Air. smoke Testing Shall Be By Visual Observation. if Smoke Density Monitor Is Not Provided, Utilize Bacharach Model 21-7006 Smoke Test Kit. if There Is Disagreement With The Results Of These Tests, Provide Qualified Observation Person And Tests In Compliance With Epa Reference Method 9 (cfr 40, Part 60, Appendix A). an Additional Efficiency Test Will Be Required, Conforming To Asme Performance Test Code Ptc 4, If The Boiler Efficiency Determined In The Test P-1 Above, Does Not Comply With Requirements. utilize Asme Test Forms Ptc 4.1.a, 4.1.b, And The Abbreviated Input-output And Heat Balance Methods. compare The Combustion Performance Data With Vahcs Requirements And Previous Readings. (flue Gas Oxygen, Carbon Monoxide And Nox). if Necessary, Make Adjustments To The Fuel, Combustion Air Controllers, And Fgr Controller And Damper To Obtain The Required Performance. record The New Performance Data. Flash S.d. Card With New Tune. p-3: Motor Vibration Analysis check Vibration Of All Electric Motors In The Boiler Plant: Burner Fans, Feed Water Motors, And Condensate Motors. Total Of 9 Motors. equipment List: description type make model/serial Number year boiler 1 fire Tube cleaver Brooks 200-600-200 2008 boiler 2 fire Tube cleaver Brooks 200-600-200 2008 boiler 3 fire Tube cleaver Brooks 200-600-200 2008 boiler 4 fire Tube cleaver Brooks 200-400-200 2008 da Tank industrial Steam stamp # 13194 2008 surge Tank industrial Steam stamp # 13138 2008 va Technical Representatives: Primary: Boiler Plant Supervisor, 320-252-1670 Ext. 6829 Alternate: Lead Plant Operator, 320-252-1670 Ext. 6347 11. Schedule: contractor Shall Perform On-site Services During Normal Business Hours, 8:00 Am To 4:30 Pm, Monday Through Friday, Excluding Federal Holidays, Unless Otherwise Coordinated With The Vatr. if A Holiday Falls On Sunday, The Following Monday Will Be Observed As The Legal Holiday. If A Holiday Falls On Saturday, The Preceding Friday Is Observed As A Legal Holiday. the Eleven National Holidays Observed By The Federal Government Are: New Years Day January 1 Martin Luther King Jr. Day Third Monday In January Presidents Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19 Independence Day July 4 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 Any Additional Federal Holiday Declared By The President Of The United States the Contractor Shall Coordinate With The Vatr For An Agreed Upon Work Schedule To Determine When Services Can Be Performed. work May Be Required To Be Performed Outside Of Normal Duty Hours If Mutually Agreed Upon By The Vatr Or Designate And Contractor. Any Work Resulting In Hours Outside Of 8:00 Am To 4:30 Pm Ct Because Of Operational Impacts Shall Occur At No Additional Expense To The Government. the Contractor Shall Provide A Minimum Of 48-hour Notice Of Any Schedule Changes. schedule: description type make model Number Serial Number year type Of Service testing Month(s) boiler # 1-3 Boiler # 4, da Tank, surge Tank fire Tube cleaver Brooks 200-600-200 200-400-200 2008 instrument Calibration april - May October - November boiler # 1-3 Boiler # 4, da Tank, surge Tank fire Tube cleaver Brooks industrial steam 200-600-200 200-400-200 2008 safety Device Testing october november boiler # 1-3 Boiler # 4 fire Tube cleaver Brooks 200-600-200 200-400-200 2008 combustion Tuning april - May October - November boiler # 1-3 Boiler # 4, da Tank, surge Tank fire Tube cleaver Brooks industrial steam 200-600-200 200-400-200 2008 motor Vibration Analysis april - May October - November 12. Reporting Requirements: performance Data Reports: The Contractor Shall Develop And Submit To The Government For Approval, A Written Report For Instrumentation And Calibration, And Vibration Analysis Within Ten (10) Calendar Days After Contract Award. the Contractor Shall Submit Completed Required Reports On All Services To The Vatr Within Fifteen (15) Business Days From The Completion Of Services. at A Minimum, The Report Shall Contain: device Description And/or Model Number date(s) Of Services method equipment Inspection Checklist And Comment Section For Identifying System Defects name And Signature Of Service Technician defects/deficiencies (if Applicable) combustion Performance Data Sheet 13. Service Label: after A Calibration/testing/inspection/analyzed Service Has Been Accomplished For Each Device, A Service Label Shall Be Placed Conspicuously, Readily Accessible, Visible, And Legible, On The Device In The Immediate Vicinity Of The System Tag Or Existing Device Label. the Label Shall Be Writeable And Made Of Heat Resistant, Self-destructing Material With Self-sticking Adhesive On The Back. the Label Shall Be Pre-printed With The Following Information: company Name Or Identifier (logo) With The Company S Full Address technician Name (signature Line) all Information Pertaining To Complete Date Of Service: Year, Month, Day. this System Has Been: Inspected Or Certified all Information Pertaining To Next Service Due: Days And Years. this Information Shall Be Clearly And Permanently Affixed To The Label Capable Of Withstanding The Elements. 14. Safety Requirements: safety Requirements And Reporting: the Contractor Is Solely Responsible For Compliance With All Federal, State, And Local Laws, The Occupational, Safety And Health Act (osha) (public Law 91-596) And The Resulting Standards, Osha Standards 29 Cfr 1910 And 1926, As Applicable And Shall Perform All Work In A Safe Manner As Required By These Standards. the Contractor Shall Implement An Occupational Safety And Health Plan To Ensure The Safety Of Their Personnel, As Well As The Protection Of Government Personnel And Property. Additionally, The Contractor Is Responsible For The Safety And Health Of All Sub-contractor Employees. the Contractor Shall Provide A Verbal Report To The Co Within 24 Hours Of An Accident Resulting In Injury, Death, Occupational Disease, Or Adverse Environmental Impact. the Contractor Shall Provide A Completed Copy Of Required Accident Investigation Reports To The Co Within Five Calendar Days Of Each Occurrence. safety: the Contractor Shall Have In Place A Documented And Comprehensive Health And Safety Program To Ensure All Shredding Activities Are Provided In A Safe And Secure Manor. 15. Security Requirements: badges: contractor And/or All Sub-contracted Personal Are Required To Always Wear And Have Visible A Contractor Badge. badges Are Issued By Facilities Management (fm), B-3, Second Floor. Fm Office Hours Are Monday Friday, 8:00 Am 4:30 Pm. the Contractor Shall Be Required To Obtain And Display Identification Badges For All Employees Requiring Access To The St Cloud Va Facility. these Badges Will Be Government Furnished And Issued To Contractor Employees Upon Initial Entry, Under Contract. identification Shall Be Always Worn On The Outer Clothing Between The Neck And Waist On The Front Of The Body And Visible With The Contractor S Name Plainly Displayed. loss Of A Contractor Badge Shall Be Reported To The Vatr No Later Than The Following Workday. There Is A $30.00 Fee For A Lost Badge. all Contract Personal Shall Be Checked In By Facilities Management (fm) Located In Building 3, Second Floor. contractor Personnel Will Be Escorted By Va Staff. 16. Damage To Government Equipment And Property: the Contractor Shall Take All Necessary Precautions To Prevent Damage To Government Equipment And Property. the Contractor Shall Report Damage Of Government Property Or Equipment To The Contracting Officer And/or Vatr Within 24 Hours Of The Incident. 17. Invoicing: the Contractor Shall Submit Invoice(s) In Arrears After The Services Have Been Completed. invoice Shall Include, But Not Limited To: contract Number purchase Order (po) Number (changes Each Option Year) date Of Service location description quantities 18. References: reference Upon Request 1 - Master Construction Specification, Division 23- Heating, Ventilating And Air Conditioning attachments: 1 - Vha Directive 1810, Boiler And Boiler Plant Operations 2 - Vha Boiler Plant Safety Device Testing Manual -most Current Edition 3 - Combustion Performance Data Sheet 4 Safety Device Testing Data Sheet
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Supply And Delivery Of Various Bucor Vehicles 2025 (procurement/contract No. 010) Sixth Edition July 2020 Bids And Awards Committee 2024 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 16 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 27 Section Vii. Technical Specifications 29 Section Viii. Bidding Forms 34 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid For Supply And Delivery Of Various Bucor Vehicles 2025 1. The Bureau Of Corrections, Through The National Expenditure Program Fy 2025 (capital Outlay) Intends To Apply The Sum Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Bucor Vehicles 2025 With Identification Number __epa-010__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On __december 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)___ From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five (₱25,000.00) Thousand Pesos Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On __january 06, 2025 (01:30pm)____ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before __january 20, 2025 (01:29pm)__. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)__ At The Given Address Below Bac Conference Room Nbp Reservation Muntinlupa City, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schedule Of Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents December 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)_ Supply Division Bureau Of Corrections Muntinlupa City 2. Pre-bid Conference January 06, 2025 (01:30pm Bac Conference Room Bureau Of Corrections Muntinlupa City 3. Submission And Opening Of Bid Documents January 20, 2025 (01:30pm) Bac Conference Room Bureau Of Corrections Muntinlupa City 11. The Bureau Of Corrections Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Maria Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt. Celso S. Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Wishes To Receive Bids For The Supply And Delivery Of Various Bucor Vehicles 2025 {[insert, If Applicable:] Under A Framework Agreement}, With Identification Number [indicate Number]. [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 Supply And Delivery Of Various Bucor Vehicles 2025 Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For National Expenditure Program Fy 2025 (capital Outlay) In The Amount Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. [select One, Delete Other/s] A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4. Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier 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 Supplier’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 Bac Conference Room Nbp Reservation, Poblacion, Muntinlupa, City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Four (4) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5. [include If Framework Agreement Will Be Used:] Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 12.2. [include If Framework Agreement Will Be Used:] For Framework Agreement, The Following Should Also Apply In Addition To Clause 12.1: A. For A Single Year Framework Agreement, The Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. B. For A Multi-year Framework Agreement, The Prices Quoted By The Bidder During Submission Of Eligibility Documents Shall Be The Ceiling And The Price Quoted During Mini-competition Must Not Exceed The Initial Price Offer. The Price Quoted During Call For Mini-competition Shall Be Fixed During The Bidder’s Performance Of That Call-off And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3. [include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, Other Than The Grounds For Forfeiture Under The 2016 Revised Irr, The Bid Security May Also Be Forfeited If The Successful Bidder Fails To Sign The Framework Agreement, Or Fails To Furnish The Performance Security Or Performance Securing Declaration. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Posting Of Performance Security Or Performance Securing Declaration, As The Case May Be, By The Winning Bidder Or Compliant Bidders And The Signing Of The Framework Agreement. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission 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. 16. Deadline For Submission Of Bids 16.1. 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. 16.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, The Submission Of Bids Shall Be For The Initial Evaluation Of Their Technical And Financial Eligibility. Thereafter, Those Declared Eligible During The Said Initial Eligibility Evaluation And Entered Into A Framework Agreement With The Procuring Entity Shall Submit Anew Their Best Financial Offer At The Address And On Or Before The Date And Time Indicated In The Call For Each Mini-competition. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, Determination Of Margin Of Preference Shall Be Conducted Every Call For Mini-competition. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. [include The Following Options If Framework Agreement Will Be Used:] A. In The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; B. For Multi-year Framework Agreement, The Determination Of The Eligibility And The Compliance Of Bidders With The Technical And Financial Aspects Of The Projects Shall Be Initially Made By The Bac, In Accordance With Item 7.4.2 Of The Guidelines On The Use Of Framework Agreement. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, All Bidders Initially Determined To Be Eligible And Financially Compliant Shall Be Subject To Initial Post-qualification. The Bac Shall Then Recommend The Execution Of A Framework Agreement Among All Eligible, Technically And Financially Compliant Bidders And The Procuring Entity And Shall Be Issued By Hope A Notice To Execute Framework Agreement. The Determination Of The Lowest Calculated Bid (lcb) Shall Not Be Performed By The Bac Until A Mini-competition Is Conducted Among The Bidders Who Executed A Framework Agreement. When A Call For Mini-competition Is Made, The Bac Shall Allow The Bidders To Submit Their Best Financial Proposals On Such Pre-scheduled Date, Time And Place To Determine The Bidder With The Lcb. 20.2. 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, {[include If Framework Agreement Will Be Used:] Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant,}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. {[include If Framework Agreement Will Be Used:] For Every Mini-competition In Framework Agreement, The Lcb Shall Likewise Submit The Required Documents For Final Post Qualification.} 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. [include The Following Clauses If Framework Agreement Will Be Used:] 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A. Framework Agreement Form; B. Bidding Documents; C. Call-offs; D. Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E. Performance Security Or Performance Securing Declaration, As The Case May Be; F. Notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Motor Vehicle. B. Completed Within The Last Four (4) Years Equivalent To At Least Fifty Percent (50%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.3 One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 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; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Audited Financial Statement 7. 2 Sets Photo Copy Of Eligibility And Financial Envelope Marked As “copy 1” And “copy 2” 21.2 No Additional Contract Documents. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3. For A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4. For Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Delivered To Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Acting Director, Directorate For Engineering Services. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of [indicate Here The Time Period Specified. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Not Applicable 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Goods Shall Be Inspected By The Tiac Technical Inspection And Acceptance Committee. Representative From Supply Division To Be Witnessed By: Coa Representative The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Tiac (technical Inspection And Acceptance Committee). 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. Section Vi. Schedule Of Requirements Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Bucor Vehicles 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Prison Van 6 30 Calendar Days 2 Staff Car 2 30 Calendar Days 3 Staff Car 4 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 1 Prison Van Overall Dimensions L X W X H (mm): 4,600 X 1,695 X 1,955 Wheelbase: 2400 Seating Capacity: 3 Engine Type Type: 4ja1 Direct Injection Common Rail Displacement (cc):2499 Maximum Output (ps/rpm): 78 Hp @3900 Rpm Maximum Torque (nm/rpm): 176.5 Nm @ 1800 Rpm Fuel Type: Diesel Fuel Tank Capacity: 50 Liters Transmission: 5-speed Manual Brakes: Front: Ventilated Discs Rear: Drum. Leading & Trailing Tires: 195r 14c 8pr Wheels (size): 14 X 5.5jj (6 Studs) Color: Camouflage Safety And Security Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 2 Staff Car Overall Dimensions L X W X H (mm): 4,735 X 1,830 X 1,795 Seating Capacity:8 Engine Type Type: 4-cylinder, In-line, 16-valve Double Overhead Camshaft (variable Nozzleturbo Charger W/ Intercooler) Engine Displacement (cc): 2755 Maximum Output (ps/rpm) 174 / 3,400 Maximum Torque (nm/rpm): 360 / 1,200 - 3,400 Fuel Type: Diesel 1 Gd - Ftv 6 - Speed At Multi - Reflector Halogen Black+silver Front Grille Function Fabric (black)* With Keyless Entry Eco+power Apple Carplay + Android Auto Safety And Security Driver + Front Passenger + Knee (d) With + Brake Assist + Ebd With Vehicle Stability Control ( Vsc) With Hill-start Assist Control (hsa) With Reverse Camera Other Modification: Color- Black Blinker And Siren Com. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance _________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Staff Car Overall Dimensions L X W X H (mm): 4,395 X 1,730 X 1,690 Wheelbase(mm): 2750 Seating Capacity: 7 Engine Type Type: 4-cylinder, In-line, 16-valve Dohc With Duel Vvt-idisplacement (cc):1329 Maximum Output (ps/rpm) 98/6000 Maximum Torque (nm/rpm): 122/4200 Fuel Type: Gasoline Fuel Tank Capacity: 43l Chassis Drivetrain: Front Wheel Drive Cvt Transmission 1nr-ve Brakes: Front: Disc Rear: Drum Tires: 185/ 65 R15 Alloy 15" Alloy Wheels __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Continuation: Exterior Segment Lcd Mid Headlamps: Split Type Led Rear Combination: Led Lamp 2-tone Interior Function Key Start Digital Aircon Control Back Camera & Sensor 8" Audio Display With Apple Carplay And Android Auto Safety And Security Driver And Front Passenger Airbags Alarm+immobilizer+indicator Back Camera Color: Black Metallic 1 Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Eligibility Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (h) Conformity With The Schedule Of Requirements; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And A. Certificate Of Dealership B. List Of Service Centers Nationwide C. Certificate Of Availability Of Spare Parts D. Brochure And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate/board Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc; Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation At Least Equal To Ten Percent (10%) Of The Abc. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Ten (10) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1 Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: A) If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; B) If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply And Delivery Of Various Bucor Vehicles 2025. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Bid Form Date: Invitation To Bid No: [insert Reference Number] To: Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery Of Various Bucor Vehicles 2025 In Conformity With The Said Bidding Documents For The Sum Of ________________________________________₱_________________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 17.1 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2025. [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of __________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Bucor Vehicles 2025 Quantity Units Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 6 Units Prison Van ₱8,700,000.00 2 Units Staff Car ₱3,600,000.00 4 Units Staff Car ₱5,000,000.00 Total: ₱17,300,000.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Sixth Edition July 2020 Bids And Awards Committee 2024
Closing Date20 Jan 2025
Tender AmountPHP 17.3 Million (USD 295.3 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n792.10|t2q|215-697-9948|kimberly.flores12.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving (combo) Type||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| 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|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect.||||| warranty Of Data - Basic (mar 2014)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| first Article Approval--government Testing (sep 1989)|7|||||||| 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|| 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| evaluation Of First Article Testing|3|||| this Solicitation Is For Made New Manufacture Spare Parts. the Government Intends To Make A Single Award To The Eligible, Responsible,technically Acceptable Offeror Whose Offer, Conforming To The Solicitation, Isdetermined Most Advantageous To The Government, Price, Capacity, And Deliveryconsidered. navsup Wss Requests Proposals Submitted In Response To This Solicitation Remain Valid For A Minimum Of 120 Days Following Submission. all Contractual Documents Related To The Instant Procurement Are Considered Tobe "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 Governments acceptance Of The Contractors 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; ) ;510872-2; , Revision ;n; 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=b408573 |80020| F| |a| | | | drawing Data=mpr 1221 |80020| T| |d| | | | drawing Data=mpr 1222 |80020| A| |d| | | | drawing Data=mpr 1223 |80020| C| |d| | | | drawing Data=323195 |80020| E| |a| | | | drawing Data=323196 |80020| E| |a| | | | drawing Data=416328 |80020| G| |a| | | | drawing Data=416330 |80020| C| |d| | | | drawing Data=416332 |80020| C| |a| | | | drawing Data=418772 |80020| D| |a| | | | drawing Data=420340 |80020| D| |d| | | | drawing Data=510875 |80020| F| |c| | | | drawing Data=511224 |80020| J| |d| | | | drawing Data=514822 |80020| M| |d| | | | drawing Data=514823 |80020| G| |d| | | | drawing Data=514824 |80020| G| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance unique Requirements: 1. All Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizanttechnical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. 2. Interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location: a. Pn 514822-1, Hook (csi): i. Witness Of Magnetic Particle Inspection Of Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. ii. Witness Of Dimensional Inspection In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. iii. Witness Of Hardness Testing In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. 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 Shall Be 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/n 514822-1 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 510872-2, Shall Occur At Lakehurst During The Final Inspection. 6. Contractor Assist And Part Marking: a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel, to Support The Nawcadlke Inspector In The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handling Services and Manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will provide, In Writing, A Certification Number Along With Direction For Marking The Critical Safety Item (csi). quality Assurance Requirements 1. The Solicitation/contract Shall Contain The Nawcadlke Inspection Surveillance Clause As Follows: a. N/a b. Due To The Critical Nature Of This Item, It Is Necessary To Conduct In-process Inspections On Critical Component Features, Attributes, Or Manufacturing Processes. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When Material Is Scheduled For The Interim Inspection(s) That Are Identified Herein. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A minimum Of Seven (7) Working Days Is Required To Arrange The Surveillance Visit. Notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature,part Number, Niin, type Of Inspection, And Quantity Of Parts. 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: a. First Article Testing By The Government Is Required For This Item Of Alre/se. b. First Article Samples, All Certifications, Test Reports, And In-process Inspection Documents Needed To Substantiate Product Quality Shall Be Forwarded To The Naval Air Warfare Center Aircraft Division, Code Bl41600 B148, Hwy #547, Lakehurst, Nj 08733-5125 (attention: Drew Flast). c. First Article Samples Will Be Evaluated Within 45 Working Days After The Date Of Receipt For Sample Quantities. d. First Article Sample Quantities Is 1 (one); Delivered In The Uncoated Condition. First Article Results And Disposition Recommendations Will Be Provided To The Pco Via Letter. e. Estimated Test Costs Are $5000. 5. Production Lot Special Tests: N/a 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 ( ;n/a; ) Cadmium Plating ( ;n/a ; ) Engineering Chrome Plating ( ;applies; ) Nickel Chrome Plating ( ;n/a; ) Casting(s) ( ;n/a; ) Forging(s) ( ;applies; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Machine Tolerances.; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;n/a; 4.3.6 Compliance With Drawing ( ;80020; ) ;510872; , Revision ;rev N ; And Specifications Referenced Therein. 4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; 4.7 Disposition Of Fat Samples 4.7.1 ;n/a; Sample(s) May Be Destroyed During Testing. 4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;510872-2; ; , Revision ;rev N; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. (f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _____________ Quantity:_______ After Date Of Contract:_________ 4.11 . 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. 4.12 Special Inspection Requirements ( ;applies; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ; ; ) Penetrant Inspection ( ;n/a; ) Radiographic Inspection ( ;n/a; ) Ultrsonic Inspection ( ;n/a; ) High Shock Test ( ;n/a; ) Mechanical Vibration Test 4.13 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 Critical Safety Item. for Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. for Navicp Reference Only: Procurement Tdr 24-10082 Was Utilized To Build Tdp 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 Been Approved Will Be Eligible For Award Under This Solicition. Any Company not Previously Approved May Submit A Source Approval Request As Outlined Later In This Solicitation. \ date Of First Submission=asreq 16. Remarks: (block 12): Concurrently With Delivery Of Fat Items. inspection/certification Data Needed To Substantiate The Quality Of The First Article Test Unit Shall Be Included In First Article 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. Identification Per Drawings 510872, 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. c. Assembly Per Drawings 510872, 511224. d. Design Requirements Per Note 1 Of Drawing 416328. e. Dimensional Inspection Per Drawings 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. f. Surface Finish (of Bare Metal) Per Drawings 323195, 323196, 418772, 420340, 510875, 511224, 514822, 514823. g. Heat Treatment Per Drawings 416330, 418772, 510875, 514822. h. Magnetic Particle Inspection Per Drawings 416330, 418772, 420340, 510875, 511224, 514822, 514823. i. Material Properties Per Drawings 323195, 323196, B408573, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. j. Thread Dimensions And Designations Per Drawings B408573, 511224. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20. k. Welding Per Note 13 Of Drawing 514823. l. Magnetic Particle Inspection Of Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. m. Dimensional Inspection In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. n. Hardness Testing In Area "x" And Section "d-d" Of Drawing 514822 Prior to Chromium Plating. date Of First Submission=asreq 16. Remarks: (block 12) Concurrently With Final Inspection. data Requirements: a. Copies Of All Approved Requests For Variations. b. Identification Per Drawings 510872, 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. c. Assembly Per Drawings 510872, 511224. d. Design Requirements Per Note 1 Of Drawing 416328. e. Dimensional Inspection Per Drawings 323195, 323196, B408573, 416328, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. f. Surface Finish (of Bare Metal) Per Drawings 323195, 323196, 418772, 420340, 510875, 511224, 514822, 514823. g. Heat Treatment Per Drawings 416330, 418772, 510875, 514822. h. Magnetic Particle Inspection Per Drawings 416330, 418772, 420340, 510875, 511224, 514822, 514823. i. Material Properties Per Drawings 323195, 323196, B408573, 416330, 416332, 418772, 420340, 510875, 511224, 514822, 514823. j. Coating Per Drawings 510875, 514822, 514823. k. Thread Dimensions And Designations Per Drawings B408573, 511224. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20. l. Plating Per Note 8 Of Drawing 514822. m. Welding Per Note 13 Of Drawing 514823. n. Nitride Hardening Per Note 4 Of Drawing 420340. o. Magnetic Particle Inspection Of Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. p. Dimensional Inspection In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. q. Hardness Testing In Area "x" And Section "d-d" Of Drawing 514822 Prior To Chromium Plating. date Of First Submission=090 Dac 16. Remarks: (block 5) Data Requirements: a. Weld Procedure Iaw Navsea S9074-ar-gib-010/278^ Para 4.2 Per Drawing 514823. (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 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 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 514823. (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 514823. (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 Referenc: 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 Navseas9074-aq-gib-010/248 Para 5.2.3.1, Per Drawing 514823. (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 514823. (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 Navseas9074-aq-gib-010/248^ Para 5.2.3.1(d), Per Drawing 514823. (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 514823. (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 Date13 Jan 2025
Tender AmountRefer Documents 

AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender

Others
United States
Details: Solicitation Number: 7200aa25r00016 issuance Date: December 23, 2024 closing Date And Time: January 23, 2025, 1:00 Pm Eastern Standard Time (est) subject: Solicitation For U.s. Personal Service Contractor (uspsc) dear Prospective Offerors: the United States Government (usg), Represented By The U.s. Agency For International Development (usaid), Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services As Deputy Country Representative - Angola (fs-03) Under A Personal Services Contract, As Described In The Attached Solicitation. offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time Specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of All Offer Materials For Their Records. usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All Individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The Solicitation. offerors Interested In Applying For This Position Must Submit The Following Materials: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas Field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. 1 | Page 2. Uspsc Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. We Are Currently Accepting Electronic And Typed Signatures On The Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Your Complete Resume And The Aid 309-2 Form Must Be Mailed Or Emailed To Otijobs@usaid.gov offerors Can Expect To Receive A Confirmation Email When Offer Materials Have Been Received. Offerors Should Retain For Their Records Copies Of All Enclosures Which Accompany Their Offers. This Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit Usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance. Any Questions On This Solicitation May Be Directed To: oti Recruitment Team e-mail Address: Otijobs@usaid.gov website: Www.otijobs.net sincerely, maria Del Carmen Grizzard contracting Officer m/oaa/cps 2 | Page 7200aa25r00016 attachment I i. General Information 1. Solicitation No.: 7200aa25r00016 2. Issuance Date: December 23, 2024 3. Closing Date And Time For Receipt Of Offers: January 23, 2025, 1:00 Pm Eastern Time 4. Point Of Contact: Oti Recruitment Team, Email At Otijobs@usaid.gov. 5. Position Title: Deputy Country Representative 6. Market Value: This Position Has Been Designated At The Fs-03 Equivalent Level, Overseas Comparability Pay, Ocp, ($98,697 - $144,940 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries Over And Above The Pay Range Will Not Be Entertained Or Negotiated. please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency Onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of Record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel To The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must Have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile Dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process Will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50 Miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal Expense. 7. Period Of Performance: One Year, With Four One-year Option Periods. start Date: Within 45 Days Of Receiving Notification That Required Security And Medical Clearances Have Been Obtained. 8. Place Of Performance: Angola overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location Within The Country Of Performance, In Accordance With Mission Policy. Telework Or Remote Work From Outside The Country Of Performance May Only Be Authorized In Certain Situations In Accordance With The Terms And Conditions Of The Contract. 9. Eligible Offerors: United States Citizens 3 | Page 10. Security Level Required: Secret 11. Statement Of Duties position Description background usaid’s Office Of Transition Initiatives (oti) Is Seeking Highly Motivated, Highly Qualified Individuals Who Want The Opportunity To Help Support Rapid International Transition Programs For Priority Conflict-prone Countries. Created In 1994 As A Distinct Operating Unit Within Usaid, Oti Helps Local Partners Advance Peace And Democracy In Politically-transitioning Countries. In Support Of U.s. Foreign Policy, Oti Seizes Emerging Windows Of Opportunity In The Political Landscape To Promote Stability, Peace, And Democracy By Catalyzing Local Initiatives Through Adaptive And Agile Programming. countries Experiencing A Significant Political Transition In The Midst Of A Disaster Or Emerging From Civil Conflict Have Unique Needs That Cannot Be Fully Addressed By Traditional Disaster Relief. Timely And Effective Assistance To Promote And Consolidate Peaceful, Democratic Advances Can Make The Difference Between A Successful Or A Failed Transition. Oti Assists In Securing Peace By Aiding Indigenous, Mostly Non-governmental, Civil Society And Media Organizations. Oti Uses Such Mechanisms As Support For Re-integration Of Ex-combatants Into Civilian Society; Development Of Initiatives To Promote National Reconciliation; Identification Of Quick-impact Community Self-help Projects To Meet Urgent Economic Needs; And Aid To Independent Media Outlets And Community-based Organizations To Help Promote Informed Debate And Broaden Public Participation. to Respond Quickly And Effectively And Meet Its Program Objectives And Mandate Oti Retains A Group Of High Level Professionals And Experts Under U.s. Personal Services Contracts (uspscs). These Knowledgeable And Skilled Professionals Make Up The Vast Majority Of The Oti Work Force And Are At Its Forefront Implementing And Achieving The Office’s Programmatic Goals And Objectives. There Are Several Benefits That Uspscs May Participate In, Such As Partial Reimbursement For Health And Life Insurance Costs, As Well As Full Coverage Of Workers’ Compensation, Among Other Benefits. For More Complete Information On Uspsc Benefits, Please See Section Vi Of This Solicitation. oti’s Core Values: agility oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And Strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates Timely Positive Change. 4 | Page political oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We Acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power Dynamics And Harness Them For Transformation. accountability oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of Responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance With Our Implementing Partners, And The Taxpayer. curiosity oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder About People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid Uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches. diversity & Inclusion oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective Responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The Diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect. courage oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With Intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle Difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change. oti’s Deia Vision Statement: Oti Is A Collaborative Environment That Represents The Global Community At All Levels Of Our Organization. Uniting Diverse Backgrounds And Experiences, We Value Individual Expertise To Advance Peace And Democracy Around The World. values And Associated Behaviors That Will Enable This Vision Are: trust ● Model Open Communication, Active Listening And Candor. ● Believe Others When They Share Their Experiences. respect ● A Respectful Attitude Should Be Shown To Everyone. ● Allow For Others To Express Complete Opinion/thoughts Without Interruption, While Recognizing That There Are Other Perspectives And Lived Experiences. 5 | Page belonging (accessibility) ● Serve As An Ally To Those Who Feel Excluded (professionally, Socially, Personally, Etc.). ● Promote Togetherness And Acceptance Through Equitable Behavior. empathy ● Listen To Understand, Create Space To Be Real/feel. ● Remind Yourself To Be Conscious Of How Others May Feel Or Receive Your Words self-awareness/accountability ● Supervisors Hold Their Peers To Account On Their Expectations And Behaviors. ● Seek Regular, Constructive Feedback To Understand How Your Words And Actions Affect And Influence Others, And How They Are Being Perceived And Interpreted. ● Acknowledge Unconscious Bias And Be Willing To Learn And Change Behavior When Confronted/corrected. for More Information About Oti And Its Country Programs Please See: https://www.usaid.gov/stabilization-and-transitions introduction the Oti Deputy Country Representative – Angola Is A Member Of The Bureau For Conflict Prevention And Stabilization (cps)/oti Southern And East Africa (sea) Regional Team, And Reports To The Oti Country Representative In Angola. The Deputy Country Representative’s Principal Responsibility Will Be Development, Oversight And Management Of Usaid/oti's Angola Country Program. The Incumbent Will Be Called On To Support The Oti Country Representative With Managing An Implementing Partner And May Be Called Upon To Represent Oti’s Program To Local Partners, Senior-level U.s. Government Officials, In-country Visitors, Senior Officials From Other International Organizations, Bilateral Donors And Local Government Officials. core Functional Areas Of Responsibility duties And Responsibilities the Work Of The Deputy Country Representative Requires Teamwork, The Exercise Of Discretion, Judgment, And Personal Responsibility. As A Member Of A Highly Operational Office, You Are Willing And Able To Perform A Wide Range Of Administrative Functions To Help Ensure Programmatic Success. You Have A High Level Of Integrity And Attention To Detail To Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And Evaluation. You Are Highly Flexible And Willing To Work Under Conditions Of Ongoing Changes, And Remain Professional And Respectful Of Colleagues And Authority In A Diverse Workforce. You Place A Premium On The Building Of Positive Relationships With Your Respective Team In Washington, D.c., Colleagues In The Field, And With Key Stakeholders 6 | Page both In And Outside Of Usaid. You Are Able To Prioritize And Complete Tasks Without Follow-up By The Supervisor, While Also Filling In Gaps As Needed To Ensure The Responsiveness Of The Team. You Are A Strategic Thinker, Articulate Innovative Ideas, Present Solutions, And Are A Positive Role Model For Colleagues Both In And Outside Of Oti. You Are Also Committed To Upholding Usaid/oti’s Diversity, Equity, Inclusion, And Accessibility’s (deia) Vision And Values As Outlined In The Background. under The Direct Supervision Of The Angola-based Cps/oti Country Representative For Angola Or Their Designee, The Deputy Country Representative Will Perform The Following Duties: ● Represent Oti Interests During Meetings With Usaid/angola Personnel, U.s. Embassy Staff, Host-country Government Officials, International Organizations, Indigenous And International Non-governmental Organizations (ngos), And International Donors Interested in Cps/oti Activities; ● Provide Guidance On The Identification And Development Of Projects That Meet Oti Funding Criteria, Further Oti Programmatic Objectives, And Complement Other Projects And Programs Implemented By Other Usaid Offices, U.s. Government Agencies And Donor Organizations; ● Provide Support For The Design And Execution Of Programs That Follow Oti’s Quick Impact Programming Model In Us Embassies Or Usaid Missions. Support To Us Embassies And Usaid Missions May Include Attendance And/or Facilitation Of Program Management Processes For Follow-on Programming, Including Rolling Assessments, Strategy Review Sessions, Program Performance Reviews And Management Reviews; ● Review Proposals And Grant Concepts And Work With Diverse Groups, Many Of Which Have Not Previously Had International Funding; ● Collaborate With The Country Representative In Monitoring The Performance Of Oti Implementing Partners In The Implementation Of Oti-financed Activities Designed To Achieve Strategic Objectives; ● Travel To Monitor And Assess Political Conditions, Implementing Partner Operational Platforms, Meet With Potential Grantees, Host-country Government And Other Program Counterparts, And Develop Activity Ideas; ● Mentor And Train Other Oti And Implementing Partner Field Staff; ● Assume The Lead On Collecting Information And Drafting/editing Regular Reporting Products; ● Assume Higher Representational Responsibilities, Potentially Serving As Acting Oti Country Representative In Their Absence; 7 | Page ● Perform A Wide Range Of Administrative Functions Including Budget Preparation, Financial Management, Records Management, And Travel Assistance To Help Ensure Programmatic Success; ● Coordinate With The Oti Country Representative To Develop An Exit Strategy That Ensures Reasonable Time To Transition From Oti Programs To Follow-on Usaid Or Other Donor Programs; ● Communicate Regularly And Share Program Information With Other Usaid Project Managers, The Us Embassy, Bilateral Donors, Un Organizations, International Organizations, And Indigenous And International Ngos To Ensure Visibility And Synergy Of Usaid/oti Activities; ● Support The Country Representative To Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And Evaluation; ● Report To The Oti Country Representative And Oti/washington On The Status Of: 1) Grant Development And Implementation, 2) Oti Contractor Performance, 3) Foreign Service National (fsn) Staff Support Needs And Morale, 4) Communication And Coordination Issues Among Oti Offices With Other U.s. Government Entities, 5) Security Concerns, 6) Relations With Local Partners Including Local, State And National Government Representatives, And 7) Other Pertinent Information Required To Achieve Oti’s Program Objectives; ● Manage And/or Supervise The Fsn Staff, Including Program Officers, Administrative Assistants And Drivers Alongside Of The Country Representative; ● Supervise Staff As Delegated By The Country Representative (e.g. Program Managers, Program Assistants, Administrative Program Assistants, Etc.). Provide Orientation, Training And Mentoring For Usaid Staff Supervised; Assign Work, Explain How Duties Are To Be Performed To Meet Expectations, And Communicate How The Successful Performance Of Those Duties Will Be Measured; Evaluate Staff Performance; Recognize Good Performance; Communicate Where Performance Needs To Be Improved; Resolve Complaints; And Approve Leave Requests And Timesheets As Well As Training, Travel And Program And Operations Requests; ● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s. Government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6) Months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work, But May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co) Approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months Requires Co Approval. 8 | Page supervisory Relationship: the Deputy Country Representative Will Be Supervised By The Oti Country Representative Or His/her Designee In Angola. The Incumbent Is Expected To Take Initiative, Act Independently, And Manage His/her Tasks With Minimal Supervision. Though This Is A Senior Field-based Position, The Incumbent Is Expected To Actively And Proactively Collaborate With Oti/washington Leadership, And To Fully Utilize, Embrace, And Become An Expert On Oti Systems And Processes. Failure To Adequately Perform The Scope Of Work Above And/or Failure To Take Direction From The Supervisor May Result In Corrective Actions, Including Denial Of Step Or Grade Increases, Extension Of Contract Probationary Periods, Performance Improvement Plans, And/or Termination For The Convenience Of Usaid/oti. supervisory Controls: at The Fs-03 Level, The Incumbent’s Supervisor Sets Overall Objectives. The Incumbent And Supervisor Together Develop Deadlines, Projects, And Work To Be Done. The Incumbent Independently Plans, Designs, And Carries Out Projects, Studies, And Programs. Completed Work Is Reviewed Only From An Overall Standpoint In Terms Of Feasibility, Compatibility With Other Work, Or Effectiveness In Meeting Requirements, Or Expected Results. Technical Problems Are Generally Resolved Without Reference To Supervisors. 12. Physical Demands while In Angola, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands. However, The Position May Require Travel Throughout The Country Of Assignment, Which May Involve Some Additional Physical Exertion, Including Long Periods Of Standing, Walking Over Rough Terrain, Or Carrying Of Moderately Heavy Items (less Than 50 Pounds). 13. Work Environment: while At Post, The Work Is Generally Performed In An Office Environment. However, The Position Also Requires Travel Throughout The Region, Which May Additionally Involve Special Safety And/or Security Precautions, Wearing Of Protective Equipment, And Exposure To Severe Weather Conditions. ii. Minimum Qualifications Required For This Position (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And Experience Factors Are Considered Not Qualified For The Position. See Detailed Instructions For Demonstrating Education/experience Under “submitting An Offer”) at A Minimum, The Offeror Must Have: (1) A Master’s Degree With Five (5) Years Of Work Experience; or a Bachelor’s Degree With Seven (7) Years Of Work Experience; or 9 | Page an Associate’s Degree With Eight (8) Years Of Work Experience; or a High School Diploma With Nine (9) Years Of Work Experience; and (2) Five (5) Years Of Project Management Experience With A U.s. Government Foreign Affairs Agency, Domestic Or International Assistance Organization, Or Non-governmental Organization In Community Development, Economic Development, Mediation/arbitration, Conflict Resolution, Democracy And Governance, International Law, Political Analysis, And/or Human Rights Activities; (3) One (1) Year Of Overseas Field Experience (in Person Or Virtual). A Virtual Temporary Duty (tdy) Is Defined As Work That Would Have Been Conducted In An Overseas Location If Not For The Covid Pandemic; (4) One (1) Year Of Supervisory Experience (including But Not Limited To Mentoring, Training, And Guiding Staff); (5) Demonstrated Experience Using Portuguese In A Professional Setting Is Preferred. iii. Evaluation And Selection Factors (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And Experience Factors Are Considered Not Qualified For The Position. the Government May Award A Contract Without Discussions With Offerors In Accordance With Far 52.215-1. The Co Reserves The Right At Any Point In The Evaluation Process To Establish A Competitive Range Of Offerors With Whom Negotiations Will Be Conducted Pursuant To Far 15.306(c). In Accordance With Far 52.215-1, If The Co Determines That The Number Of Offers That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient Competition Can Be Conducted, The Co May Limit The Number Of Offerors In The Competitive Range To The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated Offers. Far Provisions Of This Solicitation Are Available At https://www.acquisition.gov/browse/index/far. selection Factors: (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Selection Factors Are Considered Not Qualified For The Position.) ● Offeror Is A U.s. Citizen; ● Complete Resume Submitted. See Cover Page For Resume Requirements. Experience That Cannot Be Quantified Will Not Be Counted Towards Meeting The Solicitation Requirements; 10 | Page ● Ability To Obtain A Secret Level Security Clearance (note: Dual Citizens May Be Asked To Renounce Second-country Citizenship); ● Ability To Obtain A Department Of State Medical Clearance; ● Satisfactory Verification Of Academic Credentials. a Usaid Secret Level Security Clearance And Department Of State Medical Clearance Are Required Prior To Issuance Of The Contract For This Position. note: If A Full Security Investigation Package Is Not Submitted By The Selected Within 30 Days After It Is Requested, The Offer May Be Rescinded. If A Security Clearance Is Not Able To Be Obtained Within Four Months After The Selected Submits The Initial Security Clearance Documentation, The Offer May Be Rescinded. note: The Selected Must Obtain Department Of State Medical Clearance Within Four Months After Offer Acceptance. If Medical Clearance Is Not Obtained Within This Period, The Offer May Be Rescinded. due To Anticipated Program Needs, Individuals Should Be Able To Travel To Post Within 60 Days After A Contract Is Awarded. offeror Rating System the Offeror Rating System Factors Are Used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To The Technical Evaluation Criteria. Offerors Must Demonstrate The Rating Factors Outlined Below Within Their Resume, As They Are Evaluated Strictly By The Information Provided. note: Supplemental Documentation With Written Responses Is Not Required And Will Not Be Reviewed For This Solicitation. note: Offerors Are Required To Address Each Factor Of The Offeror Rating System In Their Resume, Describing Specifically And Accurately What Experience, Training, Education, And/or Awards They Have Received As It Pertains To Each Factor. Failure To Address The Selection Factors And/or Offeror Rating System Evaluation Factors May Result In Not Receiving Credit For All Pertinent Experience, Education, Training And/or Awards. the Evaluation Factors Are As Follows: industry Experience (20 Points): ● Demonstrated Experience In The Design, Management, And Implementation Of Post-conflict, Political Transition, And/or Political Reform Programs. ● Demonstrated Experience Independently Managing Projects In High-visibility And High-pressure Environments, Including Transitional, Crisis, Or Conflict Zones. program Operations And Management (30 Points): 11 | Page ● Demonstrated Experience In Contract And Grant Management Of A Non-federal Organization Implementing An Assistance Or Acquisition Activity Under A Federal Contract, Grant, Or Cooperative Agreement. ● Demonstrated Experience Monitoring The Performance Of Implementing Partners. ● Demonstrated Experience Mentoring, Guiding, Training, And Evaluating Staff, Including Local Staff. representation (20 Points): ● Demonstrated Experience Interacting With And Representing An Organization To U.s. Government Agencies, Host-country Government Counterparts, Civil Society, And Other Stakeholders. ● Demonstrated Experience Building And Managing Relationships With Local Counterparts Including Beneficiaries. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements And Selection Factors Will Be Further Evaluated In Accordance With The Offeror Rating System. Those Offerors Determined To Be Competitively Ranked May Also Be Evaluated On Interview Performance And Satisfactory Professional Reference Checks. In The Event That A Offeror Has Fully Demonstrated Their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forego The Interview Process. the Offeror Rating System Is As Follows: evaluation Factors – 70 Points interview Performance - 30 Points satisfactory Professional Reference Checks - Pass/fail (no Points Assigned) Total Possible Points: 100 the Most Qualified Offerors May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Oti Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Offers (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Offerors Writing, Presentation, And Communication Skills. In The Event That An Offeror Has Fully Demonstrated Their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forego The Interview Process. Professional References And Academic Credentials Will Be Evaluated For Offerors Being Considered For Selection. Offerors Must Submit At Least Three (3) Professional References, One (1) Of Which Must Be A Current Or Former Supervisor. Oti Reserves The Right To Contact Previous Employers To Verify Employment History. If The Offeror Had A Previous Position With Usaid, The Tec And/or Co Are Encouraged To Obtain Reference Checks From The Previous Supervisor(s) Or Co(s). See Ads 309.3.1.11.a.4 iv. Submitting An Offer offers Must Be Received By The Closing Date And Time At The Address Specified In Section I, Item 3, And Submitted To The Point Of Contact In Section I, Item 4. 12 | Page qualified Offerors Are Required To Submit: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas Field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Minimum Qualification Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. note: The Offeror Rating System Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Factor Of The Offeror Rating System In Their Resume, Describing Specifically And Accurately What Experience, Training, Education, And/or Awards they Have Received As It Pertains To Each Factor. Failure To Address The Selection Factors And/or Offeror Rating System Factors May Result In Not Receiving Credit For All Pertinent Experience, Education, Training And/or Awards. 2. Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. The Form Can Be Found At Https://www.usaid.gov/forms. We Are Currently Accepting Electronic Signatures On The Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. to Ensure Consideration Of Offers For The Intended Position, Offers Must Prominently Reference The Solicitation Number In The Offer Submission. offeror Resources Are Available At https://otijobs.net/uspsc-application-guidance. Document Submittals Via Email: Otijobs@usaid.gov please Note In Your Document Submittal Where You Heard About This Position. 13 | Page note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit Usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. all Qualified Offerors Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Non-disqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. v. List Of Required Forms Prior To Award once The Contracting Officer (co) Informs The Successful Offeror About Being Selected For A Contract Award, The Co Will Provide The Successful Offeror Instructions About How To Complete And Submit The Following Forms. Forms Outlined Below Can Found At Http://www.usaid.gov/forms/ 1. Declaration For Federal Employment (of-306). 2. Medical History And Examination Form (ds-1843). 3. Questionnaire For Sensitive Positions (for National Security) (sf-86), Or Questionnaire For Non-sensitive Positions (sf-85). 4. Finger Print Card (fd-258). vi. Benefits And Allowances as A Matter Of Policy, And As Appropriate, A Uspsc Is Normally Authorized The Following Benefits And Allowances: 1. Benefits: a) Employer's Fica Contribution b) Contribution Toward Health & Life Insurance c) Pay Comparability Adjustment d) Annual Increase (pending A Satisfactory Performance Evaluation) e) Eligibility For Worker's Compensation f) Annual And Sick Leave g) Paid Parental Leave h) Relocation Expense Benefit 2. Allowances: section Numbers Refer To Rules From The Department Of State Standardized Regulations (government Civilians Foreign Areas), Available At https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential Chapter 500 And Tables In Chapter 900. 14 | Page (b) Living Quarters Allowance Section 130. (c) Temporary Lodging Allowance Section 120. (d) Post Allowance Section 220. (e) Supplemental Post Allowance Section 230. (f) Payments During Evacuation Section 600. (g) Education Allowance Section 270. (h) Separate Maintenance Allowance Section 260. (i) Danger Pay Allowance Section 650. (j) Education Travel Section 280. vii. Taxes uspscs Are Required To Pay Federal Income Taxes, Fica, Medicare And Applicable State Income Taxes. viii. Usaid Regulations, Policies And Contract Clauses Pertaining To Pscs usaid Regulations And Policies Governing Uspsc Awards Are Available At These Sources: 1. Usaid Acquisition Regulation (aidar), Appendix D, “direct Usaid Contracts With A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad,” Including Contract Clause “general Provisions,” Available At https://www.usaid.gov/ads/policy/300/aidar. 2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms. One Base Year Table – Deputy Country Representative item no (a) services (description) qty unit unit Price (b) (c) (d) (e) amo unt (f) 0001 Base Year 1 - Compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] fringe Benefits/other Direct Costs (odcs) Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 15 | Page 1 Lot $____ $____ total Estimated Cost $____ four Option Years Table- Deputy Country Representative ite m no (a) services (description) qty unit unit Price (b) (c) (d) (e) amount (f) 100 1 200 1 option Period (op) 1 - 1 compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 lot $____ Lot $____ $____ $____ op 1 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 2 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 2 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 300 1 option Period (op) 3 - 1 Lot $____ compensation Award Type:cost product Service Code: R497 accounting Info: [insert From Phoenix] op 3 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 400 1 16 | Page option Period (op) 4 - compensation Award Type: Cost 1 Lot $____ $____ product Service Code: R497 accounting Info: [insert From Phoenix] op 4 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] total Estimated Cost [base + Options] $____ 3. Acquisition And Assistance Policy Directives/contract Information Bulletins (aapds/cibs) For Personal Services Contracts With Individuals Available At Http://www.usaid.gov/work-usaid/aapds-cibs. 4. Ethical Conduct. By The Acceptance Of A Usaid Personal Services Contract As An Individual, The Contractor Will Be Acknowledging Receipt Of The “standards Of Ethical Conduct For Employees Of The Executive Branch,” Available From The U.s. Office Of government Ethics, In Accordance With General Provision 2 And 5 Cfr 2635. See Https://www.oge.gov/web/oge.nsf/oge%20regulations aapds And Cibs Contain Changes To Usaid Policy And General Provisions In Usaid Regulations And Contracts. Please Refer To Http://www.usaid.gov/work-usaid/aapds-cibs#psc To Determine Which Aapds And Cibs Apply To This Contract. 5. Psc Ombudsman The Psc Ombudsman Serves As A Resource For Any Personal Services Contractor Who Has Entered Into A Contract With The United States Agency For International Development And Is Available To Provide Clarity On Their Specific Contract With The Agency. Please Visit Our Page For Additional Information: https://www.usaid.gov/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman The Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov. 6. Far Provisions Incorporated By Reference 52.204-27 prohibition On The Bytedance covered Application (date) aapd 06-10 – Psc Medical Expense Payment Responsibility General Provision 28, Medical Expense Payment Responsibility 17 | Page (october 2006) (a) Definitions. Terms Used In This General Provision Are Defined In 16 Fam 116 Available At Http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal Services Contractors Are Not Eligible To Participate In The Federal Employees Health Programs. (b) Medical Evacuation (medevac) Services – Please See Attachment 2 To This Solicitation For Information On Aapd No. 18-02. (c) When The Contractor Or Eligible Family Member Is Covered By Health Insurance, That Insurance Is The Primary Payer For Medical Services Provided To That Contractor Or Eligible Family Member(s) Both In The United States And Abroad. The Primary Insurer’s Liability Is Determined By The Terms, Conditions, Limitations, And Exclusions Of The Insurance Policy. When The Contractor Or Eligible Family Member Is Not Covered By Health Insurance, The Contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred And The U.s. Government Has No Payment Obligation (see Paragraph (f) Of This Provision). (d) Usaid Serves As A Secondary Payer For Medical Expenses Of The Contractor And Eligible Family Members Who Are Covered By Health Insurance, Where The Following Conditions Are Met: (1) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Is Incurred, Caused, Or Materially Aggravated While The Eligible Individual Is Stationed Or Assigned Abroad; (2) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Required Or Requires Hospitalization And The Expense Is Directly Related To The Treatment Of Such Illness, Injury, Or Medical Condition, Including Obstetrical Care; And (3) The Office Of Medical Services (m/med) Or A Foreign Service Medical Provider (fsmp) Determines That The Treatment Is Appropriate For, And Directly Related To, The Illness, Injury, Or Medical Condition. (e) The Mission Director May, On The Advice Of M/med Or An Fsmp At Post, Authorize Medical Travel For The Contractor Or An Eligible Family Member In Accordance With The General Provision 10, Travel And Transportation Expenses (july 1993), Section (i) Entitled “emergency And Irregular Travel And Transportation.” In The Event Of A Medical Emergency, When Time Does Not Permit Consultation, The Mission Director May Issue A Travel Authorization Form Or Medical Services Authorization Form Ds-3067, Provided That The Fsmp Or Post Medical Advisor (pma) Is Notified As Soon As Possible Following Such An Issuance. The Contractor Must Promptly File A Claim With His Or Her Medevac Insurance Provider And Repay To Usaid Any Amount The Medevac Insurer Pays For Medical Travel, Up To The Amount Usaid Paid Under This Section. The Contractor Must Repay Usaid For Medical Costs Paid By The Medevac Insurer In Accordance With Sections (f) And (g) Below. In Order For Medical Travel To Be An Allowable Cost Under General Provision 10, The Contractor Must Provide Usaid Written Evidence That Medevac Insurance Does Not Cover These Medical Travel Costs. (f) If The Contractor Or Eligible Family Member Is Not Covered By Primary Health Insurance, The Contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred. In The Event Of A Medical Emergency, The Medical And Health Program May Authorize Issuance Of Form Ds-3067, 18 | Page authorization For Medical Services For Employees And/or Dependents, To Secure Admission To A Hospital Located Abroad For The Uninsured Contractor Or Eligible Family Member. In That Case, The Contractor Will Be Required To Reimburse Usaid In Full For Funds Advanced By Usaid Pursuant To The Issuance Of The Authorization. The Contractor May Reimburse Usaid Directly Or Usaid May Offset The Cost From The Contractor’s Invoice Payments Under This Contract, Any Other Contract The Individual Has With The U.s. Government, Or Through Any Other Available Debt Collection Mechanism. (g) When Usaid Pays Medical Expenses (e.g., Pursuant To Form Ds-3067, Authorization For Medical Services For Employees And/or Dependents), Repayment Must Be Made To Usaid Either By Insurance Payment Or Directly By The Contractor, Except For The Amount Of Such Expenses Usaid Is Obligated To Pay Under This Provision. The Contracting Officer Will Determine The Repayment Amount In Accordance With The Terms Of This Provision And The Policies And Procedures For Employees Contained In 16 Fam 521. When Usaid Pays The Medical Expenses, Including Medical Travel Costs (see Section (e) Above), Of An Individual (either The Contractor Or An Eligible Family Member) Who Is Covered By Insurance, That Individual Promptly Must Claim His Or Her Benefits Under Any Applicable Insurance Policy Or Policies. As Soon As The Individual Receives The Insurance Payment, The Contractor Must Reimburse Usaid For The Full Amount That Usaid Paid On The Individual’s Behalf Or The Repayment Amount Determined By The Contracting Officer In Accordance With This Paragraph, Whichever Is Less. If An Individual Is Not Covered By Insurance, The Contractor Must Reimburse Usaid For The Entire Amount Of All Medical Expenses And Any Travel Costs The Contractor Receives From His/her Medevac Provider. (h) In The Event That The Contractor Or Eligible Family Member Fails To Recover Insurance Payments Or Transfer The Amount Of Such Payments To Usaid Within 90 Days, Usaid Will Take Appropriate Action To Collect The Payments Due, Unless Such Failure Is For Reasons Beyond The Control Of The uspsc/dependent. (i) Before Departing Post Or Terminating The Contract, The Contractor Must Settle All Medical Expense And Medical Travel Costs. If The Contractor Is Insured, He Or She Must Provide Proof To The Contracting Officer That Those Insurance Claims Have Been Submitted To The Insurance Carrier(s) And Sign A Repayment Agreement To Repay To Usaid Any Amounts Paid By The Insurance Carrier(s). 19 | Page attachment Ii title 48 Of The Code Of Federal Regulations (cfr) Chapter 7. usaid Acquisition Regulation (aidar) appendix D – Direct Usaid Contracts With A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad gp 25. Medical Evacuation (medevac) Services (dec 2019) a Contractor Who Is Required To Relocate Abroad And Accompanying Eligible Family Members; Or A Contractor On Official Travel Status Abroad On Temporary Duty Or Training, Will Be Provided Medevac Services Through The Department Of State, Bureau Of Medical Services, Similar To That Provided To U.s. Government Employees In 16 Fam 300 Medical Travel. Medevac Costs That Will Be Covered By Usaid Include Travel And Per Diem, But Do Not Include Medical Care Costs. to Be Eligible For Medevac Services Covered By The Department Of State Medevac Program, The Contractor And Accompanying Eligible Family Members Must Obtain And Maintain International Health Insurance Coverage In Accordance With The Clause Of The Contract Entitled, “insurance.” gp 29. Incentive Awards (dec 2019) the Contractor Is Eligible To Receive Certain Monetary And Non-monetary Usaid Incentive Awards In Accordance With The Aidar And Usaid Internal Policy. 20 | Page
Closing Date23 Jan 2025
Tender AmountRefer Documents 
4761-4770 of 4823 archived Tenders