Valve Tenders
Valve Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report ? Certifications Combo ? Receiving Report & Invoice ? Material ||tbd|n00104|tbd|tbd|n50286|tbd|||n/a||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Amendment Is Being Issued To Incorporate A New Tdp Version As Paragraph 3.2 Has Been Updated.
all Previous Quotes That Were Submitted Are No Longer Valid.
the Solicitation Closing Date Is Hereby Extended To 18 February 2024.
\
the Closing Date Is Extended To 04 February 2025.
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2.drawings Can Be Accessed Thru: Beta.sam.gov.
3.navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. See Clause 252.213-7000.
4.portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference To N00102 Within This Order Should Be Updated To N50286.
5.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, End 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 Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In.
6.the Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt
final Delivery Of Material (300 Days)
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.3 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
drawing Data=eb-2000 |96169| C|sp |d|0001 | C|49998|0484385
drawing Data=4384678 |80064| C| |d|0001 | C|49998|1136401
drawing Data=4385049 |53711| D| |d|0001 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0002 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0003 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0004 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0005 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0006 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0007 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0008 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0009 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0010 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0011 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0012 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0013 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0014 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0015 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0016 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0017 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0018 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0019 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0020 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0021 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0022 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0023 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0024 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0025 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0026 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0027 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0028 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0029 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0030 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0031 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0032 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0033 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0034 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0035 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0036 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0037 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0038 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0039 | D|00026|0000000
drawing Data=4385049 |53711| D| |d|0040 | D|00026|0000000
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 ;seats For A Size 8-inch Ball Valve To Be In Accordance With Naval Ship Systems Command Drawing 4385049 Piece 3 Along With Naval Ship Systems Command General Notes Drawing 4384678, Except As Amplified Or Modified Herein.;
3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;seats (q3), Piece 3;
material - Mc903 (type 6 Cast Nylon Produced With Polyepsilon Caprolactam By The Direct Polymerization Process) As Manufactured By The Polymer Corporation Or Equal In Accordance With Electric Boat Division Specification 2000. (properties Specified Below Only)
item Property Test Method Value
(a) Melting Point Astm E794 Or Astm D3418 221 Deg C +/- 9
(b) Relative Viscosity Astm D789 (notes 1 And 4) 2000 Minimum
(c) Specific Gravity Astm D792 1.15-1.17 At 23 Deg C
(d) Dimensional Change Notes 2 & 4 0.2% Maximum
(e) Tensile Impact Astm D1822 Type S 80 Ft-lbs/in�2 Specimen (notes 5 & 6) Minimum (note 3)
(f) Tensile Yield Stress Astm D638 (note 6) 9000 Psi Min. (note 3)
(g) Compressive Strength^ Astm D695 (note 6) 9000 Psi Min. (note 3) ^(at 1 Percent Offset)
(h) Water Absorption 24 Hour Astm D570 1.3 Percent Maximum Saturation Astm D570 7.0 Percent Maximum
(i) Rockwell "m" Hardness Astm D785 75 Minimum
note 1: The Test Specimen Must Be Finely Ground Particulates. After Immersion The Material Must Be Checked Daily For Dissolution And Must Dissolve No Longer Than One Hundred Twenty (120) Hours From The Start Of Immersion. Within Twenty-four (24) Hours Of The
test Specimen Determined To Be Fully Dissolved, It Must Be Tested For Viscosity.
note 2: Dimensional Stability Testing Must Be Performed In Accordance With The Dimensional Stability Method Per Astm D5989 Or Equivalent. The Percent Change In Each Dimension, Outside Diameter, Inside Diameter And Thickness Must Not Be Greater Than The Value
specified.
note 3: These Values Are Minimum Averages. Separate Specimens Results May Vary By 25%.
note 4: Any Change To An Already Established Heat Or Annealing Cycle To Achieve Both Relative Viscosity And/or Dimensional Stability Must Be Presented To The Procuring Activity For Approval Along With Justification For The Change.
note 5: Tensile-impact Test Specimens Are To Be Type S In Accordance With Astm D1822, Or Round Cylindrical Specimens In Accordance With Mil-dtl-32286, Paragraph 3.8
note 6: Prior To Test, The Specimens Must Be Dried In Accordance With Federal Specification L-p- 410a, Paragraph 4.4.5.
3.3 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On The
drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be
required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension.
3.4 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/.
3.5 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.5.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.5.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.5.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change.
3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.7 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.8 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.8.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^
3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System
3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved
and Rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Command (dcmc) Office. In The Event That A Local Government Representative Or Dcmc Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must
be Established. Records Of This Effort Must Be Available For Review By The Government.
3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.12.2 Inspection For Completeness And Proper Type.
3.12.3 Verification Of Material Quality Received.
3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.12.6 Identification And Protection From Improper Use Or Disposition.
3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.12.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That Implement The Material
control Requirements Stated Herein, And Elsewhere In This Contract/purchase Order.
3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Batch Of Non-metallic Material, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.14.1 Material Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size
scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats. When Permanent Marking Is Required, It Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And
function Of The Material. ;seats To Be Marked On The Outer Cylindrical Surface.;
seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification.
3.15 See Cdrl Di-misc-80678 (seat Material) - Material Certification - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The
class, Form, Grade, Type, Process, And/or Composition, As Applicable, Of The Material Supplied.
3.16 Material Handling - The Written Material Control Process Must Include The Following:
3.16.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.16.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.16.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Batches Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.16.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Codes That Are Marked On The Material And Identified On The Test Reports. The Certification Data Requirements Herein
must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.16.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.17 Receiving Inspection -
3.17.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.17.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Number Marked On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.18 Discrepancy Reporting -
3.18.1 Nonconforming Products Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To The Responsible Sub-tier
supplier In Accordance With Established Procedures. Nonconforming Material Records Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.19 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.19.1 Sampling For Certification Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch.
3.20 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats
- Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Bureau Of Corrections leyte Regional Prison Abuyog Leyte Tender
Healthcare and Medicine
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 596.4 K (USD 10.2 K)
Details: Description Bids & Awards Committee Invitation For Negotiated Procurement - Two-failed Biddings For The Request For Supply & Delivery Of Medical Supplies 2025 1. The Leyte Regional Prison (lrp) Intends To Procure Medical Supplies 2025 With An Approved Budget For The Contract (abc) Amounting To Five Hundred Ninety-six Thousand Four Hundred Seventy-seven Pesos Only (php 596,477.00). 2. The Lrp Bids And Award Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. The Interested Bidders May Obtain Further Information From The Bac Secretariat At The Address Given Below From 09 January 2025 To 13 January 2025 Before 9:00am. 5. The Lrp Will Hold A Negotiation Meeting On 13 January 2025 At Exactly 9:00am At Conference Room, Admin Building, Lrp, Abuyog, Leyte, Which Shall Be Open To Prospective Bidders. 6. Four (4) Copies Of The Proposals (one Original And Three Copies) Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 5:00 Pm Of 14 January 2025. Late Submission Shall Not Be Accepted. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, And The Contact Details Of The Bidder, Addressed To The Bac. I. Technical Component Envelope Class “a” Documents Legal Documents (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 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 (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, 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 (d) 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 (e) Conformity With The Schedule Of Requirements (annex “a”) & Technical Specifications (annex “b”), Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate 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 ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) 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. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). 8. The Special Conditions Of The Contract (annex “c”) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. Issued This 8th Day Of January 2025. Mr. Tracy B. Soriano, Msca Chairperson, Bids And Awards Committee Company Letterhead Statement Of Ongoing Government & Private Contracts Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 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 & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Twenty-five Percent (25%) 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 End User’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, (attached Copy) Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Leyte Regional Prison 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 Fifteen (15) 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. ________ And His/her Community Tax Certificate 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 _____ Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 1 Acid Fast Stain, Medic (ziel-neelsen Hot Method) 3 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 2 Acepto Bulb Syringe 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 3 Adult Pulse Oximeter Fingertip (durable) 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 4 Alcohol 70% Gallon 100 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 5 Aneroid Sphygmomanometer W/ Stethoscope (durable) 10 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 6 Battery Double Aa (heavy Duty) 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 7 Battery Triple Aaa (heavy Duty) 50 Capsule Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 8 Blood Collection Tube 5ml (lavender) 1 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 9 Blood Collection Tube 5ml (yellow) 1 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 10 Cold Compress Bag 5 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 11 Denatured Alcohol 1l 2 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 12 Disinfectant Solution 10 Litrs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 13 Drug Testing Kit (urine) 1000 Unit Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 14 Dsn 10cc 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 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 Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 15 Dsn 3cc 700 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 16 Dsn 5cc 700 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 17 Dsn 1cc 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 18 Easy Touch Blood Glucose Strips 25's 20 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 19 Easy Touch Blood Cholesterol Strips 25's 30 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 20 Easy Touch Blood Uric Strips 25's 30 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 21 Examination Disposable Latex Gloves Powder Free 100 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 22 Face Mask 50's 100 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 23 Heplock 20 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 24 Hot Water Bag 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 25 Hydrogen Peroxide 10 Volume 20 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 26 Iv Infusion Set Adult 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 27 Kidney Basin Stainless 4 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 28 Lubricating Jelly 80gms 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 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 Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 29 Medical Penlight 5 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 30 Medical Oxygen Regulator 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 31 Muriatic Acid Solution 50 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 32 Na Hypochlorite Solution 30 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 33 Nebulizer 2 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 34 One Touch Select Simple Test Strip 25's 50 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 35 Oxygen Mask Cannula 150 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 36 Oxygen Trolley (5-20 Lbs) 2 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 37 Petroleum Jelly 25gms 100 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 38 Plastic Canister 3 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 39 Plastic Splint Adult 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 40 Rotahaler 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 41 Sphygmomanometer Valve With Bulb 20 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 42 Sterile Latex Surgical Gloves #7, 50pairs/box 5 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 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 Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 43 Soluset Infusion Set 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 44 Urinal (male) 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 45 Urine Container 50ml 1000 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 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 Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 1 3 Pcs Acid Fast Stain, Medic (ziel-neelsen Hot Method) 2 5 Pcs Acepto Bulb Syringe 3 5 Pcs Adult Pulse Oximeter Fingertip (durable) 4 100 Gallon Alcohol 70% Gallon 5 10 Set Aneroid Sphygmomanometer W/ Stethoscope (durable) 6 50 Pieces Battery Double Aa (heavy Duty) 7 50 Capsule Battery Triple Aaa (heavy Duty) 8 1 Box Blood Collection Tube 5ml (lavender) 9 1 Box Blood Collection Tube 5ml (yellow) 10 5 Pieces Cold Compress Bag 11 2 Gallon Denatured Alcohol 1l 12 10 Litrs Disinfectant Solution 13 1000 Unit Drug Testing Kit (urine) 14 500 Pieces Dsn 10cc 15 700 Pieces Dsn 3cc 16 700 Pieces Dsn 5cc 17 500 Pieces Dsn 1cc I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 18 20 Bottle Easy Touch Blood Glucose Strips 25's 19 30 Bottle Easy Touch Blood Cholesterol Strips 25's 20 30 Bottle Easy Touch Blood Uric Strips 25's 21 100 Box Examination Disposable Latex Gloves Powder Free 22 100 Box Face Mask 50's 23 20 Pieces Heplock 24 10 Pieces Hot Water Bag 25 20 Pieces Hydrogen Peroxide 10 Volume 26 500 Pieces Iv Infusion Set Adult 27 4 Pieces Kidney Basin Stainless 28 50 Pieces Lubricating Jelly 80gms 29 5 Pieces Medical Penlight 30 5 Pcs Medical Oxygen Regulator 31 50 Gallon Muriatic Acid Solution 32 30 Gallon Na Hypochlorite Solution 33 2 Set Nebulizer 34 50 Bottle One Touch Select Simple Test Strip 25's I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 35 150 Pieces Oxygen Mask Cannula 36 2 Pieces Oxygen Trolley (5-20 Lbs) 37 100 Pieces Petroleum Jelly 25gms 38 3 Pieces Plastic Canister 39 10 Pieces Plastic Splint Adult 40 50 Pieces Rotahaler 41 20 Set Sphygmomanometer Valve With Bulb 42 5 Box Sterile Latex Surgical Gloves #7, 50pairs/box 43 5 Pcs Soluset Infusion Set 44 10 Pieces Urinal (male) 45 1000 Pieces Urine Container 50ml I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 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: 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 & Delivery Of Medical Supplies 2025 Of The Leyte Regional Prison As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Supply & Delivery Of Medical Supplies 2025 Of The Leyte Regional Prison, 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; 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 & Delivery Of Medical Supplies 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. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ 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 His/her Community Tax Certificate 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 & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 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 & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Bid Form Date: Invitation To Bid No: Bid 2024-08 To: Mr. Tracy B. Soriano, Msca Bac Chairperson Leyte Regional Prison Abuyog, Leyte Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers Bid2024-08, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply & Deliver Of Medical Supplies 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. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your 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 Of The Bidding Documents. I/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 & Delivery Of Medical Supplies 2025. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 3 Pcs Acid Fast Stain, Medic (ziel-neelsen Hot Method) 12,441.00 5 Pcs Acepto Bulb Syringe 350.00 5 Pcs Adult Pulse Oximeter Fingertip (durable) 10,500.00 100 Gallon Alcohol 70% Gallon 42,000.00 10 Set Aneroid Sphygmomanometer W/ Stethoscope (durable) 39,000.00 50 Pieces Battery Double Aa (heavy Duty) 5,400.00 50 Capsule Battery Triple Aaa (heavy Duty) 5,400.00 1 Box Blood Collection Tube 5ml (lavender) 130.00 1 Box Blood Collection Tube 5ml (yellow) 1,200.00 5 Pieces Cold Compress Bag 720.00 2 Gallon Denatured Alcohol 1l 1,200.00 10 Litrs Disinfectant Solution 21,600.00 1000 Unit Drug Testing Kit (urine) 108,000.00 500 Pieces Dsn 10cc 5,000.00 700 Pieces Dsn 3cc 4,900.00 [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 700 Pieces Dsn 5cc 5,600.00 500 Pieces Dsn 1cc 3,500.00 20 Bottle Easy Touch Blood Glucose Strips 25's 20,400.00 30 Bottle Easy Touch Blood Cholesterol Strips 25's 30,600.00 30 Bottle Easy Touch Blood Uric Strips 25's 30,600.00 100 Box Examination Disposable Latex Gloves Powder Free 42,000.00 100 Box Face Mask 50's 9,600.00 20 Pieces Heplock 360.00 10 Pieces Hot Water Bag 1,080.00 20 Pieces Hydrogen Peroxide 10 Volume 2,640.00 500 Pieces Iv Infusion Set Adult 25,000.00 4 Pieces Kidney Basin Stainless 2,976.00 50 Pieces Lubricating Jelly 80gms 4,200.00 5 Pieces Medical Penlight 3,000.00 5 Pcs Medical Oxygen Regulator 12,000.00 [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 50 Gallon Muriatic Acid Solution 15,000.00 30 Gallon Na Hypochlorite Solution 9,000.00 2 Set Nebulizer 3,840.00 50 Bottle One Touch Select Simple Test Strip 25's 51,000.00 150 Pieces Oxygen Mask Cannula 11,700.00 2 Pieces Oxygen Trolley (5-20 Lbs) 8,400.00 100 Pieces Petroleum Jelly 25gms 7,200.00 3 Pieces Plastic Canister 3,600.00 10 Pieces Plastic Splint Adult 10,800.00 50 Pieces Rotahaler 6,000.00 20 Set Sphygmomanometer Valve With Bulb 6,520.00 5 Box Sterile Latex Surgical Gloves #7, 50pairs/box 4,500.00 5 Pcs Soluset Infusion Set 500.00 10 Pieces Urinal (male) 1,020.00 1000 Pieces Urine Container 50ml 6,000.00 Total Bid Price Inclusive Of Vat In Words [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. Upon Delivery Of The Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (iii)certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; For Purposes Of The Contract, “exw (extra Work),” “fob (“free On Board” Shipping Point),” “fca (“free Carrier” Shipping Point),” “cif (cost Insurance And Freight.),” “cip (carriage And Insurance Paid),” “ddp (delivered Duty Paid)” 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 Ddp Delivered To Supply Office, Leyte Regional Prison, Abuyog, Leyte. 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 Lrp Health And Welfare Services Section Chief As The End-user. All Medical Supplies Must Be Delivered On Working Days And Not Later Than 1:00pm, Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 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: 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. 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. Additional Requirements On Box Or Bottle, Blister Packs, Inhaler And Tube. The Following Is Legibly Imprinted Or Stamped In Any Color. Date Of Manufacture __________________ Date Of Expiry ___________________ Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif (cost Insurance And Freight.), Cip (carriage And Insurance Paid), Or Ddp (delivered Duty Paid), 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 (cost Insurance And Freight.), Cip (carriage And Insurance Paid), Or Ddp (delivered Duty Paid), 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. 2.1 Partial Payment Is Not Allowed 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Delivery Of Goods Shall Be Inspected By The Lrp Inspection And Acceptance Committee. Inspection And Acceptance Will Be Conducted By The Lrp Inspection And Acceptance Committee To The Actual Delivery At The Project Site (lrp). Goods With Defect Or Non-compliant With The Required Specifications As Stipulated In The Approved Purchase Order/technical Specifications Shall Be Rejected And Shall Be Replaced By The Supplier Free Of Cost To The Procuring Entity Within Seven (7) Calendar Days The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Lrp Inspection And Acceptance Committee. The Inspections And Tests That Will Be Conducted Are; 1.) Upon Delivery, The Goods Shall Undergo Physical Inspection By The Lrp Inspection And Acceptance Committee Of The Procuring Entity To Ascertain The Physical Condition And Acceptability Of The Goods. 2.) Actual Counting Inspection To Determine The Quantity And Completeness Of The Medical Supplies Delivered In Accordance To The Schedule Of Requirements Set In The Bidding Documents.
Municipality Of Bayambang Pangasinan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.9 K)
Details: Description General Specifications Project : Re-routing Of Secondary Electric Line, Internet Cables, Telephone Cables & Cctv Cables, Including Installation Of Emergency Lights & Manual Fire Alarm Bell (phase Ii) Location : Municipal Compound, Zone Ii, Bayambang, Pangasinan Area : 8,579.28 Sq.m These Specifications Are Intended To Cover The Construction Of The Rehabilitation Of Mdrrmo (retrofitting Of Column, Septic Tank, Comfort Rooms, Ceiling, Wall And Electrical Works) As Shown On The Plans And Described In These Specifications. The Entire Work Is To Be Finished In Every Part With A First-class Job To The Full Extent Of The Meaning Of Plans And Specifications. Intent And Application Of The Provisions Of This Section A. The Scope Of Work Covered Within These Specifications Is The Complete Re-routing Of Secondary Electric Line, Internet Cables, Telephone Cables & Cctv Cables, Including Installation Of Emergency Lights & Manual Fire Alarm Bell (phase Ii) Located In Municipal Compound, Zone Ii, Bayambang, Pangasinan. B. This Section Is Prepared In A Concise Manner, The Intention Of Which Is To Save Time And Effort In Locating Important Contents Within These Specifications. C. Execution Of This Section Shall Be Coordinated And Harmonized To Each Corresponding Elaborated Section Of These Same Specifications. D. In Case Discrepancies Exist Between This Section And Its Corresponding Elaborated Sections, Notify The Procuring Entity Immediately For Clarification; Their Decision Shall Be Final. E. The Contractor Shall Bear The Responsibility Of Checking All The Numbers And Units As Indicated In The Bill Of Quantities. It Is Understood That The Contractor Shall Supply And Install The Required Units In Accordance With The Plans And The Specifications. F. In Their Big Proposal, The Bidders May Propose Materials Or Equipment Or Makes Other Than Those Specified In The Boq And/or Specifications, Provided They Are Of Equivalent Specifications And Functionalities. G. During Project Implementation, The Winning Bidder/contractor May Propose Substitution Of Materials Or Equipment Or Makes Other Than Those Specified In The Contract Documents Shall Be Subject To The Approval Of The Procuring Entity For The Following Reasons Only. 1. That The Materials Or Equipment Proposed Substitution Is Equal Or Superior To The Materials Or Equipment Specified In Construction Efficiency And Utility Provided That Any And All Costs Relative Thereof Shall Be Shouldered By The Contractor. 2. Or That The Materials Or Equipment Specified Cannot Be Delivered To The Job Site On Tome To Complete The Work Of The Contractors Due To Conditions Beyond The Control Of The Contractor. 3. In Case Of A Price Difference, The Procuring Entity Shall Receive All Benefits Of The Difference In Cost Involved In Any Substitution And The Contract Shall Be Altered By Change Order To Credit The Procuring Entity With Any Savings So Obtained. H. To Receive Consideration, Request(s) For Substitution Shall Be Accompanied By Documentary Proof Of Equality Or Difference In Price And Delivery, If Any, In The Form Of Certified Quotations And Guaranteed Date Of Delivery From Suppliers Of Either The Proposed Substituted Materials Or Equipment. General Conditions Of Plans And Specifications The Execution Of This Specification, Plans And Other Related Contract Documents Shall Be Subjected To The Rules And Regulations As Provided In The General Conditions Of The Contract. The Plans And Specifications Shall Be Interpreted By The Procuring Entity And Or His/her Representative. The Contractor Is Enjoined To Confer With The Procuring Entity On Items For Clarification Before Submitting His Bid. No Excuses Shall Be Entertained For Misinterpretation Of The Plans And Specifications After The Award Of Contract. All Work As Deemed Required By The Procuring Entity Shall Be Carried Out Properly By The Contractor. A. The Contractor Shall Consult The Procuring Entity On Portion Of The Work Not Mentioned In The Specifications And Not Illustrated On The Plans. He Shall Not Work Without Proper Instruction Or Detailed Plans Approved By The Procuring Entity, Otherwise He Shall Be Responsible For The In Acceptance Of The Work Done Without Details. In Such Case, The Contractor Shall Make Good The Work At His Own Expense. B. No Alteration Or Addition Shall Be Allowed Without The Consent And Proper Documentation Approved By The Procuring Entity, Even Such Change Is Ordered By The Procuring Entity. The Contractor Shall Bring The Case To The Procuring Entity. Request For Approval Of Such Changes, Alteration, Deviation Of Work Shall Not Be Done Without The Consent Of The Procuring Entity. Changes May Be Presented To The Procuring Entity In The Form Of Shop Drawings. Two (2) Sets Of Clean Plans And Specification Shall Always Be Kept At The Jobsite To Be Available To The Procuring Entity Or Their Representative Upon His Request During The Construction. Part D. Electrical Works Item 1100. Conduits, Boxes And Fittings (conduit Works / Conduit Rough-in) Description This Item Shall Consist Of The Furnishing And Installation Of The Complete Conduit Work Consisting Of Electrical Conduits; Conduit Boxes Such As Junction Boxes, Pull Boxes, Utility Boxes, Octagonal And Square Boxes; Conduit Fittings Such As Couplings, Locknuts And Bushings And Other Electrical Materials Needed To Complete The Conduit Roughing-in Work Of This Project. Material Requirements: All Materials Shall Be Brand New And Shall Be Of The Approved Type Meeting All The Requirements Of The Philippine Electrical Code And Bearing The Philippine Standard Agency (psa) Mark. Conduits Conduits Shall Be Standard Rigid Steel, Zinc Coated Or Galvanized. Intermediate Metal Conduit May Be Used If Shown Or Specified On The Approved Plans. Pvc Conduit If Required Shall Be Schedule 40. Enamel Coated Steel Conduits And Conduits With Rough Inner Surfaces Are Not Acceptable. Conduit Boxes All Conduit Boxes Shall Be Code Gauge Steel And Galvanized. Outlet Boxes Shall Be Galvanized Pressed Steel Of Standard Make. In General, Outlet Boxes Shall Be At Least 100 Mm Square Or Octagonal, 53 Mm Deep And 16 Mm Minimum Gauge. Conduit Fittings All Conduit Fittings Such As Locknuts And Bushings Shall Be Galvanized Of Standard Make. Construction Requirements: All Works Throughout Shall Be Executed In The Best Practice In A Workmanlike Manner By Qualified And Experienced Electricians Under The Immediate Supervision Of A Duly Licensed Electrical Engineer. Conduits Conduits Should Be Cut Square With A Hacksaw And Reamed. Bends Shall Be Made With The Required Radius. In Making Bends Only Conduit Bending Apparatus Will Be Used. The Use Of A Pipe Tee Or Vise For Bending Conduits Shall Not Be Permitted. Conduits Which Have Been Crushed, Deformed Or Flattened Shall Not Be Installed. No Running Thread Shall Be Allowed. Conduit Runs Crossing Construction Joints Of The Building Shall Be Provided With Standard Expansion Fittings Of The Approved Type. No Conduits Shall Be Used In Any System Smaller Than 12 Mm Diameter Electric Trade Size Nor Shall Have More Than Four (4) 9o-degree Bends In Anyone Run And Where Necessary, Pull Boxes Shall Be Provided. All Ends Of Conduits Which Are Left Empty In Cabinets And Conduit Boxes Shall Be Plugged With Lead Or Approved Pipe Caps So As To Prevent The Entrance Of White Ants And Dirt Within The Conduit System. Pull Wires Shall Be Inserted In The Empty Ducts Before They Are Closed With Lead Or Pipe Caps And Shall Be Left Therein For Future Use. On Exposed Work, All Pipes And Outlet Boxes Shall Be Secured By Means Of Galvanized Metal Clamps Which Shall Be Held In Place By Means Of Machine Screws. When Running Over Concrete Surfaces, The Screws Shall Be Held In Place By Means Of Expansion Sleeves For Big Pipes And Rolled Lead Sheet For Small Pipes. All Pipes Shall Be Run At Right Angles To And Parallel With The Surrounding Walls. No Diagonal Run Shall Be Allowed And All Bends And Offsets Shall Be Avoided As Much As Possible. Conduits Shall Be Supported At 1,500 Mm Intervals Maximum. Conduit Boxes & Fittings Provide Conduit Boxes For Pulling And Splicing Wires And Outlet Boxes For Installation Of Wiring Devices. As A Rule, Provide Junction Boxes Or Pull Boxes In All Runs Greater Than 30 Meters In Length, For Horizontal Runs. For Other Lengths, Provide Boxes As Required For Splices Or Pulling. Pull Boxes Shall Be Installed In Inconspicuous But Accessible Locations. Support Boxes Independently Of Conduits Entering By Means Of Bolts, Red Hangers Or Other Suitable Means. Conduit Boxes Shall Be Installed Plumb And Securely Fastened. They Shall Be Set Flush With The Surface Of The Structure In Which They Are Installed Where Conduits Are Run Concealed. All Convenience And Wall Switch Outlet Boxes For Concealed Conduit Work Shall Be Deep, Rectangular Flush Type Boxes. Four-inch Octagonal Flush Type Boxes Shall Be Used For All Ceiling Light Outlets And Shall Be Of The Deep Type Where Three Or More Conduits Connect To A Single Box. Floor Mounted Outlet Boxes Required Shall Be Waterproof Type With Flush Brass Floor Plate And Brass Bell Nozzle. All Boxes Shall Be Painted With Antirust Red Lead Paint After Installation. All Conduits Shall Be Fitted With Approved Standard Galvanized Bushing And Locknuts Where They Enter Cabinets And Conduit Boxes. Junction And Pull Boxes Of Code Gauge Steel Shall Be Provided As Indicated Or As Required To Facilitate The Pulling Of Wires And Cables. General Specifications The Work To Be Done Under This Division Of Specifications Consists Of The Fabrication, Furnishing, Delivery And Installation, Complete In All Details Of The Electrical Work, At The Subject Premises And All Work Material's Incidental To The Proper Completion Of The Installation, Except Those Portions Of The Work Which Are Expressly Stated To Be 90ne By Other Fields. All' Works Shall Be Done In Accordance With The Rules And Regulations And With The Specifications. Specifications On: 1. Lighting Fixtures And Lamp A. All Lighting Fixtures And Lamps Are As Specified And Listed On Lighting Fixture Schedule. B. For Fluorescent Lamp, It Shall Be 40-watt Rapid Start Cool-white. All Fluorescent Ballast Shall Be 230 Volt, High Power Factor, Of Good Quality Materials And Approved By The Bureau Of Product Standards (bps). 2. Material Requirements All Materials To Be Used Shall Conform To The Bps Specification. 3. Construction Requirements A. All Grounding System Installation Shall Be Executed In Accordance With The Approved Plans. B. Grounding System Shall Include Building Perimeter Ground Wires, Ground Rods, Clamps, Connectors, Ground Wells And Ground Wire Taps As Shown In The Approved Design. Auxiliary Systems All Auxiliary Systems Such As Telephone And Intercom System, Time Clock System, Fire Alarm System And Public Address/nurse's Call/paging System Installations Shall Be Done In Accordance With The Approved Design. All Materials To Be Used Shall Conform To The Bureau Of Product Standards (bps) Specifications. Important Requirement Regarding Supervision Of The Work And Submission Of Certificate Of Completion. All Wiring Installation Herein Shall Be Done Under The Direct Supervision Of A Licensed Electrical Engineer At The Expense Of The Contractor. The Contractor Shall Submit The Certificate Of Completion Duly Approved By The Owner's Representative. Test And Guarantee Upon Completion Of The Electrical Construction Work, The Contractor Shall Provide All Test Equipment And Personnel And To Submit Written Copies Of All Test Results. The Contractor Shall Guarantee The Electrical Installation Are Done And In Accordance With The Approved Plans And Specifications. The Contractor Shall Guarantee That The Electrical Systems Are Free From' All Grounds And From All Defective Workmanship And Materials And Will Remain So For A Period Of One Year From Date And Acceptance Of Works. Any Defect Shall Be Remedied By The Contractor At His Own Expense. Method Of Measurement The Work Under This Item Shall Be Measured Either By Lengths, Pieces, Pairs, Lot And Set Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1100 Conduits, Boxes And Fittings (conduit Works / Conduit Rough-in) Lot Item 1101. Wires And Wiring Devices Description This Item Shall Consist Of The Furnishing And Installation Of All Wires And Wiring Devices Consisting Of Electric Wires And Cables, Wall Switches, Convenience Receptacles, Heavy Duty Receptables And Other Devices Shown On The Approved Plans But Not Mentioned In These Specifications. Material Requirements Wires And Cables Shall Be Of The Approved Type Meeting All The Requirements Of The Philippine Electrical Code And Bearing The Psa Mark. Unless Specified Or Indicated Otherwise, All Power And Lighting Conductors Shall Be Insulated For 600 Volts. All Wires Shall Be Copper, Soft Drawn And Annealed, Smooth And Of Cylindrical Form And Shall Be Centrally Located Inside The Insulation. All Wiring Devices Shall Be Standard Products Of Reputable Electrical Manufacturers. Wall Switches Shall Be Rated At Least 1 Oa, 250 Volts And Shall Be Spring Operated, Flush, Tumbler Type. Duplex Convenience Receptacles Shall Be Rated At Least 15a, 250 Volts, Flush, Parallel Slots. Single Heavy Duty Receptacles Shall Be Rated At Least 20a, 250 Volts. 3wire, Flush, Polarized Type. Construction Requirements Conductors Or Wires Shall Not Be Drawn In Conduits Until After The Cement Piaster Is Dry And The Conduits Are Thoroughly Cleaned And Free From Dirt And Moisture. In Drawing Wires Into Conduits, Sufficient Slack Shall Be Allowed To Permit Easy Connections For Fixtures, Switches, Receptacles And Other Wiring Devices Without The Use Of Additional Splices. All Conductors Of Convenience Outlets And Lighting Branch Circuit Home Runs Shall Be Wired With A Minimum Of 3.5 Mm In Size. Circuit Home Runs To Panel Boards Shall Not Be Smaller Than 3.5 Mm But All Home Runs To Panel Board More Than 30 Meters Shall Not Be Smaller Than 5.5 Mm. No Conductor Shall Be Less Than 2 Mm In Size. All Wires Of 14mm And Larger In Size Shall Be Connected To Panels And Apparatus By Means Of Approved Type Lugs Or Connectors Of The Solder Less Type, Sufficiently Large Enough To Enclose All Strands Of The Conductors And Securely Fastened. They Shall Not Loosen Under Vibration Or Normal Strain. All Joints, Taps And Splices On Wires Larger Than 14 Mm Shall Be Made Of Suitable Solder Less Connectors Of The Approved Type And Size. They Shall Be Taped With Rubber And Pvc Tapes Providing Insulation Not Less Than That Of The Conductors. No Splices Or Joints Shall Be Permitted In Either Feeder Or Branch Conductors Except Within Outlet Boxes Or Accessible Junction Boxes Or Pull Boxes. All Joints In Branch Circuit Wiring Shall Be Made Mechanically And Electrically Secured By Approved Splicing Devices And Taped With Rubber And Pvc Tapes In A Manner Which Will Make Their Insulation As That Of The Conductor. All Wall Switches And Receptacles Shall Be Fitted With Standard Bakelite Face Plate Covers. Device Plates For Flush Mounting Shall Be Installed With All Four Edges In Continuous Contact With Finished Wall Surfaces Without The Use Of Coiled Wire Or Similar Devices. Plaster Fillings Will Not Be Permitted. Plates Installed In Wet Locations Shall Be Gasketed. When More Than One Switch Or Device Is Indicated In A Single Location, Gang Plate Shall Be Used. Method Of Measurement The Work Under This Item Shall Be Measured Either By Meters, Rolls, Pieces, And Set, Actually Placed And Installed As Shown On The Plans. Basis Of Payment All Work Performed And Measured And As Provided For In This Bid Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1101 Wires And Wiring Devices Lot Item 1102. Power Load Center, Switchgear And Panel Boards, And Other Overcurrent Protection Devices Description This Item Shall Consist Of The Furnishing And Installation Of The Power Load Center Unit Substation Or Low Voltage Switchgear And Distribution Panel Boards At The Location Shown Or The Approved Plans Complete With Transformer, Circuit Breakers, Cabinets And All Accessories, Completely Wired And Ready For Service. Material Requirements All Materials Shall Be Brand New And Shall Be Of The Approved Type. It Shall Conform To The Requirements Of The Philippine Electrical Code And Shall Bear The Philippine Standard Agency (psa) Mark. Power Load Center Unit Substation The Contractor Shall Furnish And Install An Indoor-type Power Load Center Unit Substation At The Location Shown On The Approved Plans If Required. It Shall Be Totally Metal-enclosed, Dead Front And Shall Consist Of The Following Coordinated Component Parts: High Voltage Primary Section: High Voltage Primary Incoming Line Section Consisting Of The Following Parts And Related Accessories: A. One (1) Air-filled Interrupter Switch, 2-position (open-close) Installed In A Suitable Air Filled Metal Enclosure And Shall Have Sufficient Interrupting Capacity To Carry The Electrical Load. It Shall Be Provided With Key Interlock With The Cubicle For The Power Fuses To Prevent Access To The Fuses Unless The Switch Is Open. B. Three (3)-power Fuses Mounted In Separate Compartments Within The Switch Housing And Accessible By A Hinged Door. C. One 1) Set Of High Voltage Potheads Or 3-conductor Cables Or Three Single Conductor Cables. D. Lightning Arresters Shall Be Installed At The High Voltage Cubicle If Required. Items (a) And (b) Above Could Be Substituted With A Power Circuit Breaker With The Correct Rating And Capacity. Transformer Section The Transformer Section Shall Consist Of A Power Transformer With Ratings And Capacities As Shown On The Plans. It Shall Be Oil Liquid-filled Non-flammable Type And Designed In Accordance With The Latest Applicable Standards. The Transformer Shall Be Provided With Four (4 Approximately 2 1/2 % Rated Kva Taps On The Primary Winding In Most Cases One (1) Above And Three (3) Below Rated Primary Voltage And Shall Be Changed By Means Of Externally Gang-operated Manual Tap Changer Only When The Transformer Is De-energized. Tap Changing Under Load Is Acceptable If Transformer Has Been So Designed. The Following Accessories Shall Be Provided With The Transformer, Namely: Drain Valve, Sampling Device, Filling Connection, Oil Liquid Level Gauge, Ground Pad, Top Filter Press Connection, Lifting Lugs, Diagrammatic Nameplate, Relief Valve, Thermometer And Other Necessary Related Accessories. The High-voltage And Low-voltage Bushings And Transition Flange Shall Be Properly Coordinated For Field Connection To The Incoming Line Section And Low Voltage Switchboard Section, Respectively. Low-voltage Switchboard Section The Low-voltage Switchboard Shall Be Standard Modular-unitized Units, Metal-built, Dead Front, And Safety Type Construction And Shall Consist Of The Following: A. Switchboard Housing The Housing Shall Be Heavy Gauge Steel Sheet, Dead Front Type, Gray Enamel Finish Complete With Frame Supports, Steel Bracings, Steel Sheet Panel Boards, Removable Rear Plates, Copper Bus Bars, And All Other Necessary Accessories To Insure Sufficient Mechanical Strength And Safety. It Shall Be Provided With Grounding Bolts And Clamps. B. Secondary Metering Section The Secondary Metering Section Shall Consist Of One (1) Ammeter, Ac, Indicating Type; One (1) Voltmeter, Ac, Indicating Type, One (1) Ammeter Transfer Switch For 3-phase; One (1) Voltmeter Transfer Switch For 3phase; And Current Transformers Of Suitable Rating And Capacity. The Above-mentioned Instruments Shall Be Installed In One Compartment Above The Main Breaker And Shall Be Complete With All Necessary Accessories Completely Wired, Ready For Use. C. Main Circuit Breaker The Main Circuit Breaker Shall Be Draw-out Type, Manually Or Electrically Operated As Required With Ratings And Capacity As Shown On The Approved Plans. The Main Breaker Shall Include Insulated Control Switch If Electrically Operated, Manual Trip Button, Magnetic Tripping Devices, Adjustable Time Over Current Protection And Instantaneous Short Circuit Trip And All Necessary Accessories To Insure Safe And Efficient Operation. D. Feeder Circuit Breakers There Shall Be As Many Feeder Breakers As Are Shown On The Single Line Diagram Or Schematic Riser Diagram And Schedule Of Loads And Computations On The Plans. The Circuit Breakers Shall Be Draw Out Or Molded Case As Required. The Circuit Breakers Shall Each Have Sufficient Interrupting Capacity And Shall Be Manually Operated Complete With Trip Devices And All Necessary Accessories To Insure Safe And Efficient Operation. The Number, Ratings, Capacities Of The Feeder Branch Circuit Breakers Shall Be As Shown On The Approved Plans. Circuit Breakers Shall Each Be Of The Indicating Type, Providing "on" - "off" And "trip" Positions Of The Operating Handles And Shall Each Be Provided With Nameplate For Branch Circuit Designation. The Circuit Breaker Shall Be So Designed That An Overload Or Short On One Pole Automatically Causes All Poles To Open. Low-voltage' Switchgear (for Projects Requiring 'low-voltage Switchgear Only). The Contractor Shall Furnish And Install Low-voltage Switchgear At The Location Shown On The Plans. It Shall Be Metal-clad, Dead Front, Free Standing, Safety Type Construction And Shall Have Copper Bus Bars Of Sufficient Size, Braced To Resist Allowable Root Mean Square (rms) Symmetrical Short Circuit Stresses, And All Necessary Accessories. The Low-voltage Switchgear Shall Consist Of The Switchgear Housing, Secondary Metering, Main Breaker And Feeder Branch Circuit Breakers And All Necessary Accessories, Completely Wired, Ready For Service. Grounding System: All Non-current Carrying Metallic Parts Like Conduits, Cabinets And Equipment Frames Shall Be Properly Grounded In Accordance With The Philippine Electrical Code, Latest Edition. The Size Of The Ground Rods And Ground Wires Shall Be As Shown On The Approved Plans. The Ground Resistance Shall Not Be More Than 5 Ohms. Panel Boards And Cabinets Panel Boards Shall Conform To The Schedule Of Panel Boards As Shown On The Approved Plans With Respect To Supply Characteristics, Rating Of Main Lugs Or Main Circuit Breaker, Number And Ratings And Capacities Of Branch Circuit Breakers. Panel Boards Shall Consist Of A Factory Completed Dead Front Assembly Mounted In An Enclosing Flush Type Cabinet Consisting Of Code Gauge Galvanized Sheet Steel Box With Trim And Door. Each Door Shall Be Provided With Catch Lock And Two-(2) Keys. Panel Boards Shall Be Provided With - Directories And Shall Be Printed To Indicate Load Served By Each Circuit. Panel Board Cabinets And Trims Shall Be Suitable For The Type Of Mounting Shown On The Approved Plans. The Inside And Outside Of Panel Board Cabinets And Trims Shall Be Factory Painted With One Rust Proofing Primer Coat And Two Finish Shop Coats Of Pearl Gray Enamel Paint. Main And Branch Circuit Breakers For Panel Boards Shall Have The Rating, Capacity And Number Of Poles As Shown On The Approved Plans. Breakers Shall Be Thermal Magnetic Type. Multiple Breaker Shall Be Of The Common Trip Type Having A Single Operating Handle. For 50-ampere Breaker Or Less, It May Consist Of Single-pole Breaker Permanently Assembled At The Factory Into A Multi-pole Unit. Construction Requirements The Contractor Shall Install The Power Load Center Unit Substation Or Low-voltage Switchgear And Panel Boards At The Locations Shown On The Approved Plans. Standard Panels And Cabinets Shall Be Used And Assembled On The Job. All Panels Shall Be Of Dead Front Construction Furnished With Trims For Flush Or Surface Mounting As Required. Method Of Measurement The Work Under This Item Shall Be Measured Either By Set And Pieces Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1102 Power Load Center, Switchgear And Panel Boards, And Other Overcurrent Protection Devices Lot Item 1103. Lighting Fixtures And Devices Specifications On: Lighting Fixtures And Lamp A. All Lighting Fixtures And Lamps Are As Specified And Listed On Lighting Fixture Schedule. B. For Fluorescent Lamp, It Shall Be 40-watt Rapid Start Cool-white. All Fluorescent Ballast Shall Be 230 Volt, High Power Factor, Of Good Quality Materials And Approved By The Bureau Of Product Standards (bps). Material Requirements All Materials To Be Used Shall Conform To The Bps Specification. Construction Requirements A. All Grounding System Installation Shall Be Executed In Accordance With The Approved Plans. B. Grounding System Shall Include Building Perimeter Ground Wires, Ground Rods, Clamps, Connectors, Ground Wells And Ground Wire Taps As Shown In The Approved Design. Method Of Measurement The Work Under This Item Shall Be Measured Either By Set, Pieces, Or Lot Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1103 Lighting Fixtures And Devices Lot Item 1208. Fire Alarm System Manual Fire Alarm Bell Fire Alarm Bell Dimensions: 6" Or 150mm X 61mm Height Material: Metal Gong, Plastic Base Operating Voltage: 220v Ac+-5% Operating Current: 95db Break Glass Fire Alarm Switch Dimensions: 3-1/2" X 3-1/2" X 2" Https://drive.google.com/drive/folders/1m_6il4ggq7pv2auiduf0y0nk0b6rz5om?usp=sharing
PUBLIC BUILDINGS SERVICE USA Tender
Machinery and Tools
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: This Is Not A Request For Proposal this Announcement Is Open To All Business Concerns. the General Services Administration (gsa), Public Buildings Service (pbs), Greater Southwest Region (region 7), Acquisition Management Division, Greater West Team Is Conducting A Market Survey Seeking A Qualified Construction Contractor To Provide Construction Services For The Removal Of The Two (2) Existing 750 Ton Chillers And The Installation Of Two (2) 750 Ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers For The Department Of Veteran Affairs, Austin Auto Center, Located At 1615 Woodward Street, Austin, Texas 78741. this Is A Secure Facility And Will Require Badging To Access The Site. The Building Operating Hours Are Typically 5:30 Am To 5:30 Pm. For This Project, The Anticipated Working Hours To Be 30% Normal Operating Hours And 70% Other Than Normal Working Hours. gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025. project Information this Construction Project Involves The Replacement Of Two (2) Existing 750-ton Water-cooled Chillers And Their Associated Pumps, With An Option To Install Each Chiller And Associated Pumps Individually. The Scope Includes The Removal Of Refrigerant From The Current Chillers And The Installation Of Two New 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers, Which Will Come With Factory-supplied Evaporator/condenser Marine Water Boxes And 1.5-inch Insulation. One Pump Will Be Designed To Manage The Required Gallons Per Minute (gpm) On The Condenser Side, While The Other Will Handle The Gpm On The Evaporator Side. The Contractor Is Responsible For Sizing And Selecting Replacement Condenser Water And Chilled Water Pumps That Match The Flow Requirements Of The New Chillers, Utilizing Existing Piping As Much As Possible. Additionally, All Necessary Connections For Water Thermowells Must Be Provided, Including New Thermometers (four (4) Per Chiller) And Liquid-filled Pressure Gauges (four Per Chiller), Along With All Related Hardware. Chiller Access Control Panel Systems Are To Be Non-proprietary On An Open Architecture Platform. the Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000. Estimated Contract Duration Is Approximately 9 Months Or Earlier From The Notice To Proceed. the Contractor Will Be Responsible To Provide All Labor, Materials, Transportation, Supervision, And Management To Perform Design And Construction, As It Relates To The Following: division 1 – General Requirements outlines The Administrative And Procedural Aspects Of A Construction Project, Including Details Like Quality Control Measures, Project Submittals, Contract Administration Procedures, Safety Requirements, And Overall Project Management Guidelines, Setting The Foundation For How The Project Will Be Run And Managed From Start To Finish. division 2 – Existing Conditions details The Current State Of A Site Or Building Before Any Renovation Or Construction Work Begins, Outlining Important Aspects Like Structural Integrity, Layout, Finishes, Utilities, Potential Issues, And Any Other Relevant Details To Inform The Project Planning And Design Process. remove Refrigerant From The Two (2) Existing R123 Trane 750-ton Water Cooled Chillers. division 3 – Concrete all Aspects Of Concrete Placement, Including The Materials, Reinforcement, Forming, Handling, Finishing, And Inspection Of Both Cast-in-place And Precast Concrete Elements Used In A Building Project, Essentially Covering Everything From Foundation Walls To Slabs, Beams, And Columns Made Of Concrete. contractor Will Strip/repaint The Chiller Housekeeping Pad With Epoxy Paint. Approved Paint/epoxy Submittals Are Required. Increase Size Of The Concrete Pads To Accommodate The New Chiller(s) Footprint If The New Chiller(s) Size Is Larger Than The Existing Chiller’s Dimensions If Necessary. Pad Shall Extend 6” Beyond The Chiller Footprint. division 23 – Heating, Ventilation, And Air Conditioning the Design, Installation, And Testing Of All Heating, Cooling, And Ventilation Systems Within A Building, Including Equipment Like Furnaces, Air Handlers, Ductwork, Cooling Towers, Piping, Controls, And Associated Components, Ensuring Proper Temperature And Air Quality Throughout The Space, While Adhering To Relevant Building Codes And Energy Efficiency Standards. chillers: Provide And Install Two (2) Each (with The 2nd Chiller Being An Option) 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser Marine Water Box And Insulation Option 1.5 Inch.chiller Control Panels Are To Be Open Source Non-proprietary Systems With Password Protected Overview Settings water Pumps: Contractor Shall Provide And Install 2 Pumps Per Chiller. One Pump Will Be Sized To Handle The Design Gpm Of The New Chiller Installed On The Condenser Side And The Other Pump Sized To Handle The Design Gpm On The Evaporator Side. Contractor Shall Size And Select Replacement Condenser Water And Chilled Water Pumps. New Pumps Must Be Selected To Provide Water Flow Matched To The New Chillers Utilizing Existing Piping To The Maximum Extent Possible. Contractor Must Submit Pump Curves Validating Pump Selections As Part Of The Shop Drawing Level Design Submittal. thermometers / Gauges/ Meters: Chillers-provide And Install All Necessary Water Thermowell Connections And Include New Thermometers And Liquid Filled Pressure Gauges (four (4) Thermometers Per Chiller / Four (4) Each Liquid Filled Gauges Per Chiller) Including All Associated Hardware (shut Off Ball Valve) To Provide Shut Off And Removal During Gauge Removal. division 25 – Integrated Automation covers The Design, Installation, And Integration Of All Building Systems' Control And Monitoring Components. contractor Shall Abide And Adhere To All Gsa Bas Requirements. division 27 – Communications the Design, Installation, And Termination Of All Telecommunication Systems Within A Building, Including Voice, Data, Video, Security, And Other Low-voltage Systems. equipment Under This Section That Will Connect To A Gsa Network Is Subject To: Cio 09-48, It Security Procedural Guide: Security And Privacy It Acquisition Requirements And Cio 12-2018, It Policy Requirements Guide. potential Naics Is 333415 With An Sba Size Standard Of 1,250 Employees. The Psc/fsc Is Z2aa (repair And Alteration Of Office Buildings). procurement Information this Announcement Is Open To All Business Concerns, However If You Are A Small Business, Please Clearly State This And Any Applicable Small Business Designation (small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business, Etc.). the Government Is Not Obligated To And Will Not Pay For Any Information Received From The Potential Sources Because Of This Market Survey. gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025. Award Of Any Resulting Procurement Will Be Based On Employing A “best Value Concept” Methodology. The Anticipated Contract Will Be Awarded On A Firm-fixed Price Basis. gsa Anticipates The Solicitation Will Require Proposals To Include Epds To Support The Proposed Materials. submission Instructions For Interested Firms construction Firms Interested In This Effort Must Be Able To Demonstrate Experience With At Least Two (2) Similar Projects. Similar Project Is Defined As A Project That Is Similar In Size, Type And Complexity. To Qualify As A Similar Project, The Project Must Meet All Three Elements Of Size, Complexity, And Type As Further Defined Here. to Be Considered Similar In Size, Each Project Must Have Exceeded $1,000,000 In Cost/price And Be Completed In The Last Eight Years. To Be Considered Similar In Complexity, Projects Must Include Replacement Of 2 Or More Chillers Between 150 Ton – 1,000 Ton Capacity For An Occupied Space. The Project Cost Should Include Any Removal Of Old Chillers, Demolition, And Rebuild To Gain Access To The Mechanical Space Where The Chillers Were Installed. interested Firms Are Invited To Respond To This Notice By Providing The Following Information: provide Firm Name, Address, Point Of Contact, Phone Number, Email Address, And Unique Entity Identification (uei) Number. Identify All Business Categories And Naics Codes Applicable To Your Firm, I.e., Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business. provide Project Experience Of Two (2) Projects Of Similar Size, Complexity, And Type. Include Project Dates, Price, And Role As Either Prime Contractor Or Subcontractor. Include Points Of Contact And All Information Necessary To Contact The Owner Of The Project Who Can Substantiate Similar Project Characteristics. provide The Name Of The Surety, Maximum Bonding Capacity Per Project And Aggregate Maximum Bonding Capacity. provide A Realistic Period Of Performance Using The Information Provided At The End Of This Notice. As Well As The Typical Lead Time For The Chiller You May Provide Under The Resultant Solicitation. provide Confirmation That The Chillers And Subsequent Equipment Are Either Buy American Act (baa) Compliant Or Trade Agreement Act (taa) Compliant Where Baa Compliant Is Not Possible. construction Firms: Any Interested Construction Firm Should Provide A Written Letter Of Interest With The Aforementioned Information (no More Than 3 Pages) By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “letter Of Interest For Va Chiller #1 And #2 Replacement Project - 2nd Notice”. suppliers And Manufacturers: In Addition To The Construction Opportunity Reflected Herein, Gsa Is Seeking Suppliers And Manufacturers That Are Interested In Supplying Two (2) Each 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser, (optional Marine Water Box And Optional Double Think Insulation (1.5 Inch)). It Is Expected That Any Product Offered Is Buy American Act (baa) Compliant, If A Baa Compliant Product Is Not Available, Then Please Make Sure Any Offered Product Is Taa Compliant. If You Are A Supplier Or Manufacturer, You May Submit An Expression Of Interest By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “expression In Manufacturing Va Chillers #1 And #2 - 2nd Notice.” expressions Of Interest Should Indicate Materials Available And Global Warming Potential Values Reflected In Materials’ Environmental Product Declarations. Submission Of An Expression Of Interest Grants Gsa Your Permission To Publish Your Firm’s Contact Information And Offerings For Use By Potential Offerors On The Construction Requirement. Supplier And Manufacturer Contact Information Will Be Published In An Informational Amendment Issued By Gsa. by Participating In The Competition, Offerors Consent To Gsa Sharing Their Suppliers’ Names And The Global Warming Potential Values Associated With Suppliers’ Materials With The Successful Offeror. Technical Solutions, Supplier Pricing, And Supplier-offeror Terms And Conditions Will Not Be Shared, In Accordance With The Procurement Integrity Act. all Information Submitted Is Subject To Verification. Additional Information May Be Requested To Substantiate Responses. Reimbursement Costs For Information Received Are Not Authorized. note: Questions Submitted May Or May Not Be Answered. This Is A Market Survey To Identify Interested And Qualified Firms To Determine Lead Times On The Chillers, Typical Period Of Performance For This Type Of Work (see Below), And If Adequate Competition Exists To Set Aside Any Potential Procurements. period Of Performance (pop): 9 Months (at The Latest), And Includes The Following Estimated Timeframes - (including Security Clearances (45 Days), Submittals / Ordering Of Units (6-7 Months) And Installation (2 Weeks)). If You Can Provide This Solution In A Shorter Timeframe, Please Identify It With One Of The Below (pops). 1-3 Months 4-6 Months 7-8 Months please Clearly Identify The Lead Time For Each Chiller As Well. location Of Current Chillers: On The First Floor Of An Office Building With Alleyway Access To The Room Where The Existing Units Are Installed. Cherry Picker Will Be Required To Install Both Units. A Non-louvered Filter Wall (12x9 Foot) Must Be Removed To Access Mechanical Space.
Caraga Regional Hospital Tender
Automobiles and Auto Parts
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 1.6 Million (USD 28.8 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-22 (119) Supply And Delivery Of Service Vehicle Van (negotiated – Two-failed Biddings) Abc: Php 1,676,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through Internal Generated Fund (igf) 2024 And As Per Authority To Purchase Motor Vehicle (apvm) No. Dbm-roxiii-2024-004 Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of One Million Six Hundred Seventy Six Thousand Pesos Only ( Php 1,676,000.00) As To Payment Under The Contract For Supply And Delivery Of Service Van Vehicle (negotiated – Two-failed Biddings). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. This Project Shall Be Completed Within 60 Calendar Days Upon Receipt Of The Notice To Proceed And To Be Picked Up By This Procuring Entity At Its Location And To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Service Vehicle Van 1 Lot 1,676,000.00 1,676,000.00 Technical Specifications Description Van Type, A Large Four-wheel Enclosed Vehicle For Conveying Passengers And/or Hauling Cargo, Traditionally Having Four (4) Doors (two Side Doors For The Driver And Front Passengers, One (1) Or Two (2) Passenger Side Sliding Doors, And A Tailgate. It Has Several Rows Of Folding Or Removable Seats Behind The Front Passenger Seat With At Least 12 Seating Capacity Including Front Passenger. It Has No Luggage Compartment But An Expandable Area At The Rear Which Can Be Used For Luggage, Cargoes, Etc. It Must Be Brand New. Engine Type 4 Cylinder, In-line Dohc 16 Valve Turbocharge With Intercooler Displacement (l) 2.4 - 3.0 L Compression Ratio 15:1 Or Higher Fuel Diesel, Euro 4 Fuel System Common Rail, Direct Injection / Electronic Fuel Injection Or Equivalent Transmission Manual Transmission ( Minimum 5 Speed) Steering Power Assist, Steering Rack Suspension, Front Wishbone & Coil Spring With Stabilizer (manufacturer Standard) Or Torsion Bar With Stabilizer Suspension, Rear Leaf Spring With Telescopic Shock Absorbers (manufacturer Standard) Brakes Ventilated Disk Front And Drum Type On Rear Or All Disk Brakes With Abs Wheels 15 Or 16 Inches Steel Or Alloy Wheels. Safety Driver And Front Passenger Is Equipped With Emergency Locking Retractor 3 Point Seatbelt And Airbag. Rear Passenger Equipped With 3 Pt Emergency Locking Retractor Seatbelts. Accessories 1. Dual Air-conditioned. 2. Power Window. 3. 12 Volts Power Outlet. 4. Early Warning Devices. 5. Front And Rear Camera With Recording. 6. Reserve Tire, Same Size With The Other Four 7. Hydraulic Jack (alligator Type) And Tire Wrench. 8. Operation Manual Body Paint Color White Other Requirements 1. Supplier Must Have Service Center Located In Mindanao Area. 2. Free Lto Registration And Comprehensive Insurance. Compliance To Denr Emission Standard. 3. Supplier Must Be An Authorized Motor Vehicle Dealer / Distributor With Service Center Availability Within Mindanao Area. 4. Installation Of Decals Like Crh Logo, And The Work “for Official Use Only” Warranty 1 Year Warranty On Parts And Labor Delivery Terms 60 Calendar Days Upon Receipt Of The Notice To Proceed And To Be Picked Up By This Procuring Entity At Its Location. Terms Of Payment. Payment Shall Be Made Upon Complete Delivery. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Post Qualification: A Site Visit Will Be Conducted Or A Thorough Verification Of The Submitted Bidding Documents Of The Bidder Like Their Technical Specification, Brochure, Contract Performance And Other Related And Significant Documents For This Project. Validity Of The Contract : Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted And Commissioned; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Other Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Above-entitled Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi (schedule Of Requirements) Of The Bidding Documents. Bidders Should Have Completed Within The Period Of Five (5) Years From The Opening Of Bids. 3. Section 23.4.2.4 Of Irr Of Ra 9184. The Bidder Must Have Completed An Slcc That Is “similar” To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc. Moreover, A Contract Shall Be Considered “similar” To The Contract To Be Bid If It Has The Same Major Categories Of Work On Provision Of Motor Vehicles Or Service Vehicle Van. The Procuring Entity May Clarify In The Bidding Documents What Is Regarded As Major Categories Of Work. (23.5.2.5a) For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 5. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 To January 22, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 07, 2025 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83489755748?pwd=hzz46mwgn5hpmqcmrssttohzxy6ve0.1 Meeting Id: 834 8975 5748 Passcode: 766556 Deadline Of Submission Of Bids January 22, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 22, 2025 At 2:00 P.m. Via Zoom Platform. Link: Join Zoom Meeting Https://us06web.zoom.us/j/82443783945?pwd=rbrilgn9em70shclcpe96rgz7iagep.1 Meeting Id: 824 4378 3945 Passcode: 750393 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1hugqmfundc8omkq6fmbgqdwmjelpgxz7?usp=sharing Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 7. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 8. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 22, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 22, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend In An Online Bidding. Late Bids Shall Not Be Accepted. 9. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 10. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 12. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 13. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 14. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 15. Please Fill Up The Caraga Regional Hospital Supplier’s Registry To This Link: Https://bit.ly/crh_suppliersregistry 16. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Description: Commercial Product Procurement Notice|5||||||
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
inspection System Program Plans, Or Premanufacturing Or Test Procedures|1|45|
contract Definitization (may 2023)|5|a Firm Fixed Price Purchase Order|firm Fixed Price|repair T&e Proposal: Not To Exceed 90 Days After Award Of Purchase Order Definitization Not To Exceed 180 Days After Award Of Purchase Order|firm Fixed Price|tbd|
limitation Of Government Liability (apr 1984)|2|tbd|tbd|
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (nov 2024))|83||||||||x|||||||||||||||||||||||||||||x|x|x|||||||||x|||||x||||x||||||||||x||||x||||x||||x|||||
continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (nov 2024))|15||||||||||||||||
offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||x|
small Business Program Representations (feb 2024)|4|||x||
annual Representations And Certifications (may 2024)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
evaluation--commercial Products And Commercial Services (nov 2021)|4|||||
updateing Solicitation To Commercial Clauses.
if You Have Questions Concerning This Rfq, Please Contact The P.o.c. Carly Gassert, Ph 717-605-5693, Fax 717-605-1569, Email:carly.a.gassert.civ@us.navy.mil
note: This Request For Quotation (rfq) Is Being Issued Only To Open, Inspectand Evaluate The Subject Item(s) Required To Be Repaired. After Receipt Of Your Quotation, A Contract Will Be Issued, And The Item(s) Needing Repairedwill Be Shipped To Your Company For
opening, Inspection And Evaluation.
unless Otherwise Specified, Your Quotation Is Valid For 60 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders) And Modifications Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To 'issue' Contractual Documents Asdetailed Herein.
with Your Quote For Teardown And Evaluation Pricing, Please Provide The Following Additional Information:
repair Turn Around Time (rtat) Defined As Induction Start Date To End/final Delivery Date (in Days).
throughput Constraint Defined As Total Assets To Be Repaired Monthly After Initial Delivery Commences. A Throughput Of 0000/month Reflects No Throughput Constraint.
\
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
1.2 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Valve,safety Relief .
2. Applicable Documents
2.1 Applicable Documents; The Individual Repair Parts Ordering Data, (irpod) Is Located In Section "k" Of The Contract/purchase Order As An Attachment.
2.2 Applicable Documents;
technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At
(https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To
the Award.
this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator.
3. Requirements
3.1 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod) As An Attachment To The Contract/purchase Order.
the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order.
block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. date Of First Submission=eoc
submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock
number And Item Nomenclature Specified In The Schedule Of Supply/services.
di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control
number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev). date Of First Submission=045 Dac
submit For Approval One Package (iaw Di-qcic-8871) Of All Applicable Procedure, Drawing And Other Pre-manufacturing Submittals, Listed On The Individual Repair Part Ordering Data (irpod) Document(s) And Detailed In The Cited Specification, Within 45 Days After
contract Award To The Contracting Officer (navsup-wss Code N9433). See Irpod For Individual Documents Required.
a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services.
di-qcic-a8871 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Procedure Package To Be Iaw Did Di-qcic-8871(latest Rev).
Municipality Of Mercedes, Camarines Norte Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.9 K)
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Trust Fund Intends To Apply The Sum Of Two Million Seven Hundred Twenty-five Thousand Two Hundred Sixty-six Pesos Only (php2,725,266.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte - Identification Number 401-24-11-1495/1496/1497/1498/1499. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Lot 1 - Hardware Tools 1 1 Unit Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 47kg; Inflation Time: 53min; Air Displacement: 208l/min 2 1 Unit Air Spray Gun, Standard Nozzle:1.4mm, Pattern Width:180-250mm, Paint Capacity:600cc, Suitable For Finishing Coat, Optional Nozzle:1.3-2.5mm, Operating Pressure:2-3.5bar Air Cons:4.2-7.1cfm(119-200l/min)" 3 11 Set Angle Grinder Cutting Disk, 10 Pcs.per Set; Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8") 4 11 Unit Angle Grinder, Rated Input Power: 730w; Wheel Diameter: 4"; Rated Voltage: 220v; Frequency: 60hz; No Load Speed: 12,000 Rpm; Weight: Approximately 1.6kg; Grinding Spindle Thread: M10; Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h) 5 7 Pc Chipping Hammer, Item Weight: atleast 13.8 Ounces; Product Dimensions: 11" (l) X 1" (w) X 7.5" (h); Material:, Genuine Leather Grip And Forged Steel 6 3 Set Circular Saw With Diamond Blade, 1400w, 185 Mm Blade, Spindle Lock With 24t Diamond Blade 7 3 Pc Claw Hammer, Head Weight: 16oz; Overall Weight: 17oz-23oz; Forged Steel Head; Smooth Face; Fiberglass Handle With Rubber Cushion; Overall Length: 12-14" 8 3 Pc Concrete Chisel, 10'' Forged Steel Chisel 9 3 Pc Crow Bar, 36" Long; Length Tolerance: +- 1/8; Forged Steel Carbon 10 1 Pc Electric Planer; Voltage: 220-240v; Input Power: 1050w; No Load Speed: 1600rpm; Planing Width And Depth: 82x3mm; Heavy Duty Aluminum Base; 11 1 Pc Framing Hammer, Handle Material: Alloy Steel; Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h); Item Weight: Atleast 1.4 Pounds 12 1 Unit Gasoline Marine 7hp Speed Type, Single Cylinder; 4 Stroke, Forced Air Cooling; Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption;395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magento Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 13 10 Pc Hacksaw With Blade, Adjustable Aluminun Alloy Frame With Soft-grip Handle, 90" Adjustable Bladec Angle, 12 Inches (+/- 1/4") Bi-metal Hacksaw Blade, 24 Tpi 14 10 Unit Heavy Duty Corded Drill, Rated Input Power: 750w; Chuck Capacity: Upto 13mm; Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm); Dimension: 268mm (l) X 69mm (w) X 192mm (h); Weight W/out Cable: Approximately 1.6-1.8 Kg; Spindle Collar Diameter Of 43 Mm 15 1 Pc Level, Box Beam Style, Material: Alluminum; Dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h); Weight: Atleast 0.8 Pounds 16 3 Pc Mashing Hammer, 3 Lb With Fiberglass Handle, Forged Steel Head 17 3 Pc Masonry Hammer, 800g Solid Rubber Head, Fiberglass Core And Bi-material Slip-resistant Handle, 18 3 Pc Masonry Hand Saw, 15" 380mm Carbon Steel 19 3 Pc Masonry Square, 24"x 16"aluminum, 1/8 '' Thick 20 3 Pc Mason's Level, 60cm Aluminum Reinforced Frame 21 3 Tube Mason's Line, #18 Braided Nylon, 500 Ft, 170 Lb Test 22 10 Set Metal Drill Bit Set, Material: High Speed Steel; 19pcs Per Set (1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm); Point Angle:118degree C; Standards: Din 338; Bit Geometry: Standard Twist Bit 23 8 Pc Meter Tape With Magnetic Hook, Blade Material: Nylon Coated Blade; Dimensions: 16ft (l) X 25mm (w) 24 7 Pc Mig Welding Pliers, Overall Length: Atleast 210mm; Material: High Carbon Steel; Handle Material: Thermoplastic Rubber 25 1 Unit Portable Hand Drill, Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h); Material: plastic, Rubber, Metal; Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h); Item Weight: Atleast 2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 26 7 Unit Portable Welding Machine, Input Voltage: 220-240; Frequency: 50-60hz; Output Current: 10-220a; Led Display; No-load Voltage: 85v; Max. Output Current: 220a; Diameter Of Electrode: 1.6-3.2mm; Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable, 27 3 Pc Pull-push Rule, Blade Length 8m/26ft, Blade Width 1", High Impact Abs Case With Durable Rubber, Corrosion Resistant Tru-zero End 28 3 Pc Putty Knife, 3" Stainless Steel With Rubber Handle 29 1 Pc Roofing Hammer: Item Weight: 1.25 Pounds; Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h) 30 1 Unit Sander, Item Dimensions: Approx 11.63" (l) X 5.63" (w) X 6.19" (h); Voltage: 110 Volts; Power Source: Corded Electric; Amperage Capacity: 8.8 Amps; Variable Speed Control Dial (690 -1,440 Ft./min.); Grit Number: 80; Item Weight: Atleast 9.5 Pounds; Included Components: belt Sander, 1 Belt, Dust Bag 31 3 Pc Shovel, Rectangular End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 32 3 Pc Shovel, Round End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 33 1 Pc Speed Square, Material: Cast Aluminum; Size: About 18x18x2cm/7.09x7.09x0.79"; Weight: About 130g; Triangle-shaped 34 3 Pc Spirit Level Bar, Aluminum Frame With Magnet, Size 12" (+-1/8"), With 3 Vials (horizontal, Vertical And 45 Degrees) 35 3 Pc Steel Float/plastering Trowel, Thickness 0.7 Mm, Surface Measurement 280mm X 125 Mm(+/- 1mm), High Carbon Steel, Soliod Forged Steel With Plastic Handle 36 1 Pc Trim Hammer, Handle Material: Wood; Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h); Item Weight: Atleast 594 Grams 37 3 Pc Trowel, 280x120mm Stainless Plastering Trowel With Plastic Handle 38 1 Pc Utility Knife, Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g/pcs; Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 39 7 Pc Welding Helmet, Auto Darkening Helmet, Power Supply: Battery And Solar Powered; Light Shade: Din9-1;, Dark Shade: Din4; Switching Time: 1/25000s; Delay Time: 0.1-0.8s; Sensitivity Adjustment: Stepless Control; Operation Temperature: -5 Degrees- 55 Degrees; Active Viewing Area: 93mmx43mm; Active Viewing Area Size: (+/- 10mm); Item Weight: Atleast 1.85 Pounds; Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h) 40 7 Set Welding Magnets, 6 Pcs/set, Overall Length: Atleast (3"); Hold Capacity: Up To 25lbs; Arrow Design Supports Angle: 45°, 90°, And 135°; Item Weight: 295g; Package Dimensions: 4.88 X 4.72 X 3.98 Inches; material: Steel; Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm) 41 1 Set Wood Chisel; 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 42 3 Pc Wooden Float, 18"x 32", Multi-layered Lot 2 - Food Preparation 1 1 Unit 3 In 1 Burger Griller With Deep Fryer And Steamer, Gas Type; Made Of Stainless Steel And Polished Metal Griddle Plate; Dimensions: Burger Griddle - 18" (l) X 12" (w); Deep Fryer - 8" (l) X 12" (w), Capacity: 2.5 L; Steamer: 11" (l) X 12" (w) 2 6 Unit Barbeque Grill With Sauce Holder And Top Grill, Material: Stainless Steel, Dimension(lwh): 24 In X 12 In X 30 In (3.5 In Grill Pan's Depth) 3 33 Pc Basin; Stainless; Diameter: 22"; Base: 16"; Depth: 7"; Thickness: 1cm 4 47 Pc Beach Umbrella; Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome" 5 6 Pc Boiler Caldero; Big Size & Heavy Duty; Size: Diameter 48cm; Height: 42cm; Makapal, Material: Aluminum 6 6 Pc Boning Knife, 27.3cm, Blade Length:14.6cm, Blade Thickness: 4mm, Wood Handle 7 32 Pc Butcher's Knife; Materials: Stainless; Wood Handle; Size: About 10" 8 29 Pc Caldero With Double Handle; Aluminum Material; Diameter: 46cm; Height: 37cm; With Double Handle; Capacity 5kilos/20l(volume Capacity) 9 48 Set Casserole Set, Stainless Steel, 28, 30 And 32cm Diameter; 16, 18, 20cm Height 10 50 Pc Chef's Knife; About 10 3/4" Long; Material: Stainless Steel; Blade: Full Tang; Riveted Handle 11 56 Pc Chest Cooler, Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l, Color: Any Color 12 51 Pc Chopping Board; Thick Wood; 12"x12" 13 6 Pc Cleaver Knife, 11" Stainless Steel, Weight: 310-340g, Blade Size: 6.5 Inches 14 48 Pc Colander; Stainless Steel; 11"diameter; With Stainless Base And Handle 15 6 Unit Digital Weighing Scale ,30kg Capacity,stainless Tray Size: 35x23cm For 30kg Capacity Weighing Scale, Dual - Display : Weight, Unit Price, Amount, High Light Led Display, Rechargeable Battery, Power Supply: Ac/dc Charger (included) 16 47 Unit Double Burner Gas Stove; Stainless Top And Front; Automatic Ignition; Reversible Trivet; Double Detachable Top Burner; Removable Drip Pan; Dimension: 700mm(l) X 390mm(w) X 140mm(h) 17 7 Unit Double Ring Burner; Heavy-duty Cast Iron; Includes Pol Regulator And 1-metre Hose 16750 Btu Brass Valve With Individual Gas Control Minimal Assembly Required Weight; 3.9kg, Material;cast Iron, Dimensions: (lwh) 36cm X 20cm X 9cm, Fuel Type: Lpg Tank Cylinder With Content And Accessories 18 2 Pc Egg Ring, Stainless Steel, 8.5cm Diameter, 1.5cm Height 19 4 Box Face Masks; 3 Ply Non-woven Disposable Earloop Mask; Quantity: 50pcs/box 20 30 Pc Fish Drying Rack, 4-layer, 45x45x66cm, Foldable 21 6 Pc Fish Scaler, 20cm Stainless Steel 22 6 Pc Fish Scraping Tool, 20cm Stainless Steel 23 54 Unit Food Shelve, 2 Layers: Glass Thickness: 3/16 And 1/4, (w-14" X H-17" X L-30"); Adjustable Layer, Material: Glass & Aluminum With Sliding Door, Offer: Screen Sliding Door To Prevent Moisture 24 204 Pc Food Tray With Glass And Stainless Lid/cover, Stainless Body, Rubberized Stand 32x28x10cm 25 12 Pc Food Tray, Flat, Stainless, 60x40x2cm, Depth: 2cm 26 2 Unit Freezer Chest Type, Gross / Net Volume 10.6 Cu.ft. (10 Liters) / 10.1 Cu.ft. (286 Liters), Functionality 3-in-1 Function – Chilling | Freezing | Fast Freezing, Defrosting System: Manual Defrost, Evaporator:aluminum Defrost,led: 6 Led’s, P:2w, Lamp Life: Min. 50,000 Hours, Weight 40 Kg, Dimensions L 63 X W 111.4 X H 84.7 (cm), Key Features: Inverter Compressor, Sliding Glass Door, Embossed Door & Cabinet, Recessed Side Handle (left & Right), Led Light, Removable Gasket , 1x Basket Wire Shelf, 4x Roller Wheel 27 5 Pc Fruit Crate Plastic 21 X 15 X 12 Inches, Heavy Duty Plastic Material, Color : Black 28 37 Pc Frying Pan 14" In Diameter, Cast Iron 29 4 Unit Gas Range, Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h); 4-gas Burner; 62l Gas Oven; Button Ignition; Top Glass Lid; Net Weight: Maximum Of 28kg; Pan Support: Light Cast Iron Pan Support 30 1 Box Gloves; 100pcs; Food Grade; Size: Medium(7.5cm); Thermoplastic Elastomer(tpe) Material 31 23 Pc Hairnet With Cap; White; Nylon; Washable 32 1 Unit Industrial Oven Stainless Steel, With Wall Insulator To Minimize Penetration Of Heat To The Walls, With Temperature Gauge, Approx. Outer Dimension: 46.5 X 23.5 X 30 Inches; Oven Stand/rack Is Made Of Metal With Rollers And Braking Systems; Stainless Steel Front Panel, With See Thru Glass; About 4 Inch Thickness Of Walls With 2 Trays Per Deck - 4 Trays Capacity; Gas Type 33 35 Pc Kawa 62 Cm Diameter 18 Cm Height, Aluminum With 2 Aluminum Handles 34 12 Pc Kitchen Apron, Waterproof; Stain Resistant Leather Apron 35 6 Pc Kitchen Scissors, Material: Stainless Steel And Plastic Silicone, Size: 22.5x7.3x1.2cm 36 3 Pc Long Handle Stainless Steel Soup Spoon; Color: Silver; Caliber Length; Approx. 12cm.14cm.16cm.18cm, Handle Length; Approx.45cm(17.72inches) 37 6 Pc Long Wooden Ladle; 14" Stainless Steel 38 58 Set Lpg Tank, 11kg Cylinder With Gas Regulator, 1.8m Hose & Steel Hose Clamp 39 9 Set Measuring Cup (set For Liquid), 1 Measuring Cup With Red Graphics; Made Of Nonporous Glass That Won't Warp, Stain, Or Absorb Odors; Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe; Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h); Measuring Capacity: 500ml 40 9 Set Measuring Cups (set For Dry), Smithcraft Stainless Steel Measuring Cups Set Have 8 Cups.the Sizes Are: 1 Cup (240ml), 3/4 Cup (180ml), 2/3 Cup (160ml), 1/2 Cup (120ml), 1/3 Cup (80ml), 1/4 Cup (60ml), 1/8 Cup (30ml), 1/16 Cup (15ml),1 Locking Ring. 41 6 Unit Mini Electric Fan 7.5" - With Base 10'' 69hz 20w (for Bbq), Non-adjustable Height; Any Color; Electric Powered Fan; 3 Blade 42 21 Pc Mixing Bowl Medium, Approx. Diameter: 28cm, Height:11.2cm; Material: Stainless; Capacity: Atleast 4l 43 200 Pc Monoblock Chair Front:monoblock Chair, Front Legs Distance: 355mm Width Seat, With Backrest, Color: Beige, Seat Width :375 Mm, Deapth: 330 Mm, Side Legs Distance Left: 378 Mm, Side Legs Distance Right 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height:779 Mm, Set Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs 44 54 Pc Monoblock Table, 36x36 Inches, H- 28 Inches, Color: Beige, Atleast 3mm Thick 45 2 Pc Non-slip Rectangular Chopping Board; Materials:polypropylene Plastic; Approx Length: 40cm; Width: 25cm; Thickness: 0.5cm; Color : White 46 45 Pc Palamigan Container W/ Gripo 15l, Dimension: 31.8x23.8x48.5cm, Material: High Quality Durable Plastic 47 1 Unit Pressure Cooker 50 Liters Capacity, Aluminum Alloy Material, Pressure: 90kpa, Dimension: 44cm Diameter X 47cm Height 48 40 Pc Round Glass Jars With Lid, 220ml 49 41 Pc Sandok, Stainless Steel, 24.7" Length, With Wooden Handle 50 33 Pc Sandok, Stainless Steel, Length: 14" 51 39 Pc Shansi, Stainless Steel, Length: 14" 52 9 Pc Stainless Steel Dough Cutter Scraper Baking Smoother Cake , Approx. Size: 14-15cm (l) X 11.5-12cm (w) And 22cm (h); Material: Stainless Steel 53 41 Pc Stainless Steel Food Tong 14" Length 54 5 Unit Steamer; Aluminum; About 16"/42cm Diameter; 3 Layers With Cover; With Handle Per Layer 55 3 Unit Vacuum Sealer Machine, 220v, 90w, Sealing Width: 270mm, Power Supply: Ac100-240v/50-60hz, Temperature Control Range: 170-210 Celsius, Abs Material, Size: 370*75*50 (mm) 56 15 Pack Vacuum Sealer Storage Pouches | Bpa Free, Commercial Grade For Food Storage & Sous Vides, Size: 17 X 25cm Material: Plastic, 100pcs/pack 57 27 Pc Water Jug/dispenser With Faucet, 5 Gallons, 20 Liters, Color: Blue, Durable And High Quality Plastic Material 58 7 Unit Weighing Scale; Analog; 20kg Capacity; Approx. Dimensions: 6-7" (l); 8-9" (w); 10-11" (h); Dual Unit (kg And Pounds) 59 2 Pc Wide Mouth Funnel, Stainless Steel, Top Opening: At Least 17 X 5.5 X 6cm, Bottom Opening: At Least 13 X 3.7 X 4cm 60 8 Pc Wire Whisk, Large, Stainless, Approx. 14-15" (l) Lot 3 - Fabrication Of Food Cart 1 7 Unit Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Provision Of Umbrella And 2 Chest Coolers (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo, Note: With Dole, Dilp Logo Fully Painted In A Galvanized Sheet Iron Attached On The Front Of The Sidecar With Approx. 15.7 Inches(h)x15.7 Inches(l) Fully Painted Color: Any Color 2 1 Unit Motorcycle Sidecar (for Fruits And Vegetable Vending): Metal Body, Dimensions L-4ft W-2ft H-2ft, With 17inch Side Wheel 3 11 Unit Negocart With Bicycle Roofing Materials: Bolt & Nut W/ Washer 3/16 X 1 Polycarbonate 6mm X 1.2 X 1.70 Welding Rod Body Materials:tubular 1 X 1 X 1.5;flat Bar 1/8 X 1;flat Bar 2' X 3/8 X 1;plain G.i.;sheet 4' X 8' #26;cylindrical Hinge 1/2" ᴓ;blind Rivets 1/8 X 1/2;cylindrical 1/2;cabinet Handle;cabinet Lock;round Bar 8mm ᴓ;transparents Barrier 1/4 X 4' X 8';welding Rod;stainless Sheet 4' X 8';plain Round Bar 16mm ᴓ: Bicycle Specs: Bmx Type Bike Frame, Front And Rear Free Wheel Hub For Rim Set Single Speed (wheel Set), Tire Size (20"x2.125 Jumbo), Interior Tube (20"x2.125), Bmx Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip), Chain (single Speed), Pedal (bearing Type), Seat Clamp, Saddle With Spring, Foot Brake (clamp W/ Spring), Crank Pedals (175mm-180mm Cranks) Note: With Dole, Dilp Logo And Tourism Spot At The Front And Side Of Cart, Logo Material: Weather Proof Sticker, Sizes Of Sticker: H-60cm X W-130cm (for Front Of Cart) And H-60cm X W:75cm (for Side Of Cart) Or H-23.6" X W-51" And H-23.6" X W-29.5" Fully Painted Color: Light Blue Lot 4 - Grooming Tools 1 1 Pc All Purpose Comb, 7inch, Plastic Material 2 3 Pc Barber Apron, With Two Pockets, Waterproof, Material: Fiber Size: Approximately 89x69cm - 35x27.2 Inches 3 1 Pc Barber Cape, 140cmx100cm Silk, Waterproof 4 1 Unit Barber Chair, Reclining, Modern Style, Chair Back Height: High-back; Upholstery: Faux Leather; Material: Stainless Steel; Dimension: 21"x22.5"x38" 5 1 Unit Clipper, Cordless, Includes 3 Metal Clip Attachment Comb Cutting Guides, 1/16", 1/8",3/16, 6.25 Inches And Weighs 13 Oz, Equipped With A 2191 Adjustable 0000 Blade 6 2 Unit Curling Iron, 38.5cm, Tourmaline Ceramic, 25-39w, 360 Degree Rotatable 7 2 Set Eyebrow Grooming Kit, 6pcs (2 Eyebrow Razor, 1 Facial Razor, 1 Brush, 1 Scissors, 1 Tweezer) 8 1 Pc Fade Brush, Material: Plastic & Nylon, (hxw) 12.3 X 2.3 Cm, Weight: 0.015 Kg 9 2 Unit Flat Iron, Ceramic Wide Plate, 100-240v Dual Votage, 40-59w, 27.8cm Long 10 2 Unit Hair Blower, 2 Speed - 3 Heat Settings, 2400w, Removable Filter Cover, Cool Shut Function, Dimension: 21.5x8.5x26.5cm 11 1 Set Hair Clips, Plastic, Size: Approximately 7.8cm 12 2 Set Hair Dying Tool Set, (5-pc) Small Brush - 19.5cmx4.5cm, Big Brush - 20.5x6cm, Secondary Comb - 19x5.5cm, Small Bowl - 13x4.5cm, 1 Pair Of Earmuffs 8x4.5cm 13 3 Pc Hair Shear, 6.9 Inch Stainless 14 10 Pc Hair Towel Turban, 49x18cm Microfiber 15 2 Set Make Up Brush Kit, 12 Pcs With Box 16 2 Set Make Up Kit, 35pcs (1 Eyeshadow, 1 Concealer, 4 Osmetic Brush, 3 Lipgloss, 1 Eyebrow Pencil, 1 Pressed Powder, 4 Lipstick, 4 Face Makeup, 1 Lip Balm, 1 12.5cmx19cm Makeup Bag, 1 Eyebrow Cream, 1 Primer, 1 Powder Puff, 1 Mascara) 17 2 Pc Makeup Kit Organizer, 50cmx39.5cmx21.5cm, Black,046 Glittery, Checkered 18 1 Pc Mirror, Double Sided Folding Mirror, (wxh) 24x 37cm, Weight: 0.532 Kg 19 1 Pc Neck Duster, Weight : 100g , Size : 18x7x7cm 20 1 Roll Neck Strips, (28cmx6.5cm) Self Adhesive, Material: Paper 21 4 Set Plastic Hair Roller, 25mm Assorted, 10-pc Large 22 3 Pc Pomade, 80g, Water-based 23 1 Pack Razor Blades, Durable, Stainless, 100 Pcs, (lxwxh) 14x10x1 24 1 Set Shaver, Abs Material,110-220v, Power: 3w, Size: 16.6x5.8cm, Battery Capacity: 600mah 25 2 Pc Shaving Gel, 195g With Aloe 26 2 Pc Talc Powder, 500g 27 1 Set Trimmer, Rechargable, 2 Blades, Power: 50-60 Hz, Voltage:100-240v, Dimension: 11.5x6.5x3cm 28 4 Pc Wide-tooth Comb, 16cm Plastic, Durable 29 1 Pc Wide-tooth Comb, Size: Approximately 21.5x5 Cm, Plastic Material Lot 5 - Sewing 1 7 Set Ball Point Pins, 250 Pcs Per Box With 8 Colors; Durable 2 8 Unit Bobbin Case, Diameter: 20.3mm Width: 11.7mm 3 8 Pc Bobbin, Diameter: 20.3mm Width: 11.7mm 4 4 Set Dressmaker's Shears, Material: Stainless Steel; Item Dimensions: Approximately 0.8" (l) X 3.9" (w) X 10" (h); Blade Length: 8"; Item Weight: Approximately 8.8 Ounces 5 1 Pc Edging/ Overlock Sewing Machine, Metal Material; Overlocker; 1 Stitch; Dimension(lxwxh) 12x13x14 6 3 Pc Electric High Speed Sewing Machine, Power: 90w; Rated Voltage: 220v; Gross Weight: About 7kg; Max Sewing Speed: 1,100 Stiches/min; Materials: Stainless Steel Needle Plate, Metal Frame; Dimensions: Approximately 44cm (l) X 16cm (w) X 28cm (h); Voltage: 220v, Secondary Lifting Height Or Presser Foot: 14mm; Needle Pitch: From 0-4.5mm, Needle Width: From 0-7.0mm 7 4 Pc Flat Iron, 1200w; Stainless Steel Sole Plate; Power Light Indicator; With Steaming/spray Function 8 4 Set French Curve, Dimension(21.65x0.39x7.09); 4.6 Ounce; Made Of Aluminum Or Plastic 9 4 Pc L-square, Material: Stainless; Item Weight: 0.32oz; Product Dimensions: Approx. 14" (l) X 24" (w) 10 1 Pc Manual Sewing Machine With Motor And Foot Controller, Metal Material, Heavy Duty, 9kg Weight, 1 Stitch Dimensions, (lxwxh) 12x13x14 11 4 Unit Meter Stick, Yellow Color; Wood Type 12 4 Pc Needle Threader, Metal Material; Oval Shape; 1 Inch Size 13 31 Pack Sewing Machine Needle, Flat Needles 10pcs/pack 14 11 Pc Sewing Threads 12pcs/box, Material: Cotton; Package Dimensions: Approx. 5.71" (l) X 3.74" (w) X 2.36" (h); Thread Size: Approx. 56mm (h) X 22mm (w); 550 Yards Each Roll 15 25 Pc Tailor’s Chalk, Square Shape; Orange Color;fades Or Brushes Away Easily 16 4 Pc Tape Measure, Material: Durable Soft Plastic; Color: Blue; Measurements: Inches (can Measure Upto 60") And Centimetres (can Measure Upto 150cm) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Ninety (90) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 Until 8:30 Am Of January 6, 2025 From The Address 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 Five Thousand Pesos Only Php5,000.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On December 23, 2024 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am January 6, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 9:00 Am Of January 6, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, 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. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph December 13, 2024 ________________________________ Macario B. Totanes Bac Chairman
Offizielle Bezeichnung Gemeindevorstand Der Gemeinde Haina Kloster Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Date21 Feb 2025
Tender AmountRefer Documents
Description: Restricted invitation to tender with public participation competition Vob/a heating-ventilation-sanitary 1. The construction project involves the new extension of the fire station with 4 vehicle parking spaces and the necessary social rooms. The existing building will be partially demolished and rebuilt. The base to be added to the vehicle hall, including the foundation and upstands, will be built using solid construction. The social wing on the ground floor and the building dividing wall to the hall will be newly built using solid construction. The upper floor of the social wing and the roof and walls of the vehicle hall will be made of wood. The "sports center" part of the existing building will be retained and in use during the construction period. Fire service access roads, the access to the building yard (fire service location during construction) and escape and rescue routes must be kept clear throughout the entire construction phase, see appendix. Everything else must be agreed with the construction management, particularly exceptions. 2. During the project, some work may be carried out by building yard employees and fire service members on their own. This may result in various items being omitted altogether or quantities in parts of various items being reduced. The omission or reduction in quantities of these items does not entitle the contractor to make claims for lost profits or claims for an increase in unit prices. The price inquiry or requirement items must be filled in without fail, as it is possible that these items will also be implemented. The bidder acknowledges these preliminary remarks by signing the list of services. 3. The material costs and wage cost shares requested in the individual items must be filled in without fail. Reference is made to the Vob/a (§25 ff). Here, if certain items are no longer required, the order may be for just the delivery of materials. 4. Each contractor must provide their own construction site toilets and break rooms. Energy, water and electricity are provided free of charge. 5. A weekly construction meeting is held with all contractors in the community center/construction site. Company representatives who are currently working on the construction site and who will begin work in the next three weeks are required to attend and coordinate construction progress. Any costs must be included in the EPs. 6. Upon acceptance of the order, the contractor acknowledges the dates stated in the preliminary remarks and the construction schedule as binding and will, if necessary, carry out any work required outside of working hours at no extra cost so as not to jeopardize the dates for subsequent work. He undertakes to provide the number of workers according to the amount of work and the working days. 7. the contractually binding partial deadlines are set out in the construction schedule. 8. the work advertised must be carried out in partial deliveries in accordance with the construction progress. This does not give the contractor any right to assert additional claims. 9. waste and rubble disposal must be carried out every two days at most, analogous to the work steps. Each contractor is responsible for this himself. 10. all further details can be found in the list of services. 11. contrary to DIN 1961 Vob Part B § 13 (4), the limitation period for claims for defects is set at five years. 12. services that exceed the contract value require prior written approval, otherwise no payment will be made! Accordingly, supplementary offers must be approved in good time (at least three weeks) before execution. 13. daily construction reports must be kept. The forms from "Zweckform - Construction Daily Reports No. 177" or similar are to be used as templates. These are to be presented to the construction supervisor every 2-3 days for signature and countersignature. The work carried out, the number of workers and the hours worked are to be entered here. 14.Depending on the trade, all inventory and audit documents are to be enclosed with the final invoice in duplicate in paper form and digitally (copied onto a CD or data carrier): Final payment will only be approved once the Vg documents have been submitted. 15.The bidder acknowledges these preliminary remarks by signing the list of services. PRELIMINARY REMARKS The basis of the contract is - Vob, Part B (DIN 1961) - Vob, Part C (DIN 18 299) - Vob, Part C (DIN 18 380) - Vob, Part C (DIN 18 421) in the version valid at the time of the tender. When carrying out the services, the following standard sheets and guidelines in particular must be observed: - Second Ordinance Amending the Drinking Water Ordinance of December 5, 2012 - Drinking water dimensioning according to DIN 1988-300 - DIN 1986 and DIN 1988 - Energy Saving Ordinance (ENEV) - Water Management Act (WHG) - Here: Section 19 - Safety equipment for heating systems DIN 4751 and VDI 2715 - House chimneys DIN 181 60 - Calculation of chimney dimensions DIN 4705 - Masonry standard DIN 1053, Part 3 - Model guideline on fire protection requirements for pipe systems (model pipe system guideline MLAR) - Electrical equipment for combustion systems DIN VDE 0116 - Technical rules for hazardous substances TRGS 905 and 952 - Technical rules for gas installation TRGI Ï68 - 1996 - DVGW worksheet G 459 - Gas house connections for operating pressures up to 4 bar; installation - Technical rules for liquefied petroleum gas (TRF) 1996 - Guidelines for the use of liquefied petroleum gas Zh 1/455 (GUV 19.9) - Technical connection conditions of the local electricity and gas supply company - Contract template for maintenance (servicing, inspection, repair) of technical systems and facilities in public buildings (Maintenance 90) - as well as all relevant standard sheets and guidelines. The electrical connection and electrical installation of the items advertised must be carried out by the contractor in accordance with the VDI regulations (DIN VDE 0100) and the technical connection regulations of the electricity supply company and must be included in the unit prices. The supply lines are laid on site, and the contractor is responsible for laying and connecting them. Official rules and regulations, rules of the statutory accident insurance provider remain unaffected. The bidder is free to inspect the construction site in order to be able to take all the work that determines the price into account. Additional demands due to insufficient knowledge of the assembly conditions and the scope of work cannot be granted. All travel costs, parking fees, construction site facilities, construction meetings and the like are to be included in the unit prices and are not reimbursed separately. Participation in weekly construction meetings is to be included in the calculation. The use of subcontractors is only permitted with the express consent of the client. Particular care/caution is required when securing the construction site and when arriving and leaving the construction site. In deviation from DIN 18 379 and DIN 18 380, the following are agreed: 1.)Special measures for sound insulation in accordance with DIN 4109 and vibration dampening of system components against the building structure are to be included in the corresponding items. 2.)Delivery and assembly of pipe sleeves are to be included in the unit prices. 3.)Services in accordance with DIN 18 380, points 4.2.11 and 4.2.13 are to be included. 4.)Adapting system components to services not carried out to size by other contractors is not remunerated separately and is to be included in the unit prices. 5.)Checking the electrical cabling and the control and regulation system that is not carried out by the contractor is to be included in the unit prices. 6.) Chiselling and drilling for inserting brackets must be included in the unit prices. 7.) Erection and dismantling as well as provision of scaffolding whose working platforms are more than 2 m above the ground or floor must be included. 8.) Preparation of inventory and inspection plans must be included in the unit prices (unless shown as a separate item). EXECUTION - GENERAL: Fire protection: All soldering and welding work must be carried out with particular caution; additional fire protection measures, such as providing filled water buckets or fire extinguishers, must be taken. Before leaving the construction site, all work areas must be carefully checked for possible fire nests - this applies in particular to the ceiling and floor cavities. Accident prevention: Please note that the respective contractor is responsible for keeping the construction site tidy. In particular, the contractor is obliged to clean the construction site at regular intervals to remove any leftover materials, waste, etc. If the contractor does not comply with the construction management's request to clean, another company will be commissioned to carry out the work. The contractor must bear the resulting costs or the costs will be passed on to the companies involved in the construction. EXECUTION: Checking equivalence: The items in the tender are advertised in a completely product-neutral manner. Product details are only given where existing components are to be reused or need to be expanded, such as control systems. If equivalent types are offered that do not comply with the manufacturing and type designations for materials, valves, etc. specified in the tender, then in order to obtain clear price comparison options, brochures must be enclosed with the tender showing the equivalence of the items offered. Accessories such as controls, mixer motors, exhaust systems, etc. must be offered by the same manufacturer as the heating system in order to guarantee the system warranty. Sound insulation: The contractor must observe and take all measures in accordance with DIN 4109 "Sound insulation in building construction" and VDI 2715 "Noise reduction in warm and hot water heating systems" to avoid noise transmission. Thermal insulation: The Vob, Part C, DIN 18 421 and the Energy Saving Ordinance (enev) apply to the execution of the work. For the "direct handling" (i.e. placing on the market, processing, removal, etc.) of products made of artificial or natural, inorganic mineral fibers, TRGS 905 and TRGS 952 apply, in the version valid at the time of the tender. Attention! Only insulation materials that meet the acquittal criteria of TRGS 905 or that have the rating "free from suspected cancer" may be offered and processed! Proof of the classification of the insulation material must be included in the offer! Technical room - heating-water: Thermal insulation made of mineral fiber shells, aluminum-laminated with PVC foil sheathing. Cold water with rubber insulation. The sheathing must be processed correctly so that an increased release of fiber dust does not pose a health risk! DESCRIPTION OF THE SYSTEM General: The measure involves the conversion and extension of an existing fire station, Goethestrasse 32, 35114 Haina (kloster). A conversion and extension of the existing fire station is being carried out. The conversion includes the renewal of the sanitary facilities and the sanitary installation. The fire station will receive new underfloor heating and new radiators. The heating remains in the house connection room. The extension will be equipped with underfloor heating on the ground floor and first floor. Hot water is prepared for the ground floor using the existing hot water preparation centrally in the boiler room. On the first floor, hot water is prepared using instantaneous water heaters. Sanitary installation: Waste water pipes will be re-laid and connected to the new toilets and washbasins. Hot water is prepared decentrally using instantaneous water heaters. Cold and hot water is supplied to the individual taps using copper pipes and metal composite pipes. Prefabricated wall installations will be installed in the washrooms. The prefabricated wall installations must be integrated using drywall. The pipes are laid from above in clad installation shafts or in the suspended ceiling and in the prefabricated walls to be created. A hygienic drinking water installation is planned with flushing stations at the end of the installation or in ring mains. Drinking water samples taken before the system is handed over are to be included in the unit price of the contract unless specifically advertised. Careful and clean work must be carried out on the construction site. All components of the drinking water system must be transported and stored in such a way that internal contamination is avoided. To keep the system components in perfect condition, their protective devices must not be removed until immediately before assembly. The system must first be leak-tested dry using oil-free compressed air or inert gas in accordance with the Zvshk information sheet. All pipes, cold and hot water pipes are 100% insulated. Cold water is to be laid separately from hot water pipes. Heating installation: A new heating circuit distributor is to be installed in the building's technical room. Circuit regulating valves are provided, which are regulated using a measuring computer. All circuits are hydraulically balanced. The pipes are laid in copper pipe. This must be factored into the unit prices. Careful and clean work must be carried out on the construction site. All pipes, supply and return lines are to be 100% insulated. Heating lines are to be laid separately from cold water pipes. The utmost care and consultation with all companies involved in the construction and the construction management is required. The construction site must always be staffed with enough specialist personnel in order to adhere to the construction schedule. Measurements must be numbered and carried out room by room. Timesheets must be submitted to the construction management by the end of the week at the latest. Hourly work must always be announced to the construction management before execution and only carried out after approval. Timesheets submitted without prior consultation with the construction management will not be accepted. Timesheets must also be numbered. A measurement summary must be prepared for each invoice. This must be taken into account in the calculation. ACCEPTANCE Acceptance must be formal. The contractor will be given the opportunity to put the system into operation before acceptance. During this time, the operating personnel should be instructed if possible. Acceptance will only take place if the system is already running safely, all of the instructions listed below have been provided and appropriate labels have been put up on the system components. In addition, the system must meet the required conditions in terms of function and performance. The following must be submitted in duplicate for acceptance: inventory and inspection documents for the entire heating and sanitary system must be submitted in duplicate, 1 set in color and digitally (copied onto a CD or data carrier). Divided into the following chapters: 1. System description 2. Calculations/design data 3. Certificates/proof 4. Measurement reports 5. Manufacturer list/hotline 6. Component documents 7. Maintenance information 8. Spare parts list/consumable parts list 9. Diagrams 10. Drawings with the following contents: - System description - System log for filling and make-up water - Setting report for flushing stations - Reports on leak tests and pressure tests carried out - Certificates for flushing pipes - Commissioning reports - Instruction of operating personnel - Measurement reports for air volumes - Proof of hydraulic balancing - Technical data sheets - Operating and maintenance instructions - Manufacturer's assembly and service documents - Table of contents and dividers - Specialist contractor declaration in accordance with Enev - Contractor declaration for technical building equipment - Acceptance reports for chimney sweeps - Heating + ventilation circuit diagrams - Declarations of conformity for fire protection - Spare parts lists/consumable parts lists - Inspection drawings (inventory plans) - Diagrams (existing plans) in A4 folders and 1 copy in digital form (USB stick/CD). Additional contract terms § 1 The latest version of the procurement and contract regulations (parts B and C) apply. § 2 Before submitting a tender, the construction site and access roads must be inspected and the drawings viewed so that the tenderer is familiar with the local conditions. A lack of information about the location, the scope of work or any other opinion does not entitle the tenderer to make subsequent demands. § 3 Tender prices are fixed prices. Wage increases cannot be taken into account until 12 months after the tender has been submitted. After this date, collectively agreed wage increases can only be taken into account if they were not previously announced. § 4 Each contractor must ensure that the preconditions for his work are met before starting work; otherwise the construction management must be informed in writing. Hourly wage work may only be carried out on the basis of a prior order from the construction management. The required daily wage reports must be submitted to the construction management in writing for signature no later than 3 days after completion. Daily wage reports that are not recognized will not be taken into account in the billing. § 5 The client reserves the right to delete individual items from the list of services in whole or in part. If this occurs, the contractor has no claim to lost profits. Changes in quantity do not entitle the contractor to a price change. § 6 The contractor's special delivery and payment terms will not be recognized. § 7 The client is entitled to retain a security amount of 5% of the final sum for the duration of the liability for claims for defects after defect-free acceptance and invoice verification (not for scaffolding work). This amount can be replaced by a bank guarantee. 10% of the interim invoices submitted will be retained as security for contract fulfillment. § 8 The contractor expressly confirms that the expertise and performance capability of his company and his specialists is given to accept this order. § 9 The contractor must pay a contractual penalty of 0.2% of the gross order amount for each calendar day of delay. The contractual penalty is limited to a maximum of 5% of the gross order amount. § 10 Warranty period: in accordance with Vob, but the duration is extended to 5 years! § 11 Acceptance takes place formally with an acceptance protocol; fictitious acceptance is excluded. § 12 The award period ends on March 18, 2020. The bidder remains bound to his offer until the end of this period. § 13 The contractor is obliged to verify the location and route of underground cables and channels. § 14 The client reserves the right to request daily construction reports from the contractor every working day. § 15 Notices of disability must also be in writing if the disability is obvious. End of the preliminary remarks
Balicuatro College Of Arts And Trades Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 975.1 K (USD 16.6 K)
Details: Description Tesda Viii-tti-op-06-f02 Rev. No. 00 – 03/18/2024 Request For Quotation Date: Rfq No.: 2025 – 01 – 0018 Pr No: 2025 – 01 - 0018 Name Of Business/ Company: Address: Tax Identification No.: Philgeps Registration No.: The Balicuatro College Of Arts And Trades, Through Its Procurement Unit, Intends To Procure Materials, Tools And Equipment For Registration Of Mechatronics Servicing Nc-iii, Which Will Be Undertaken In Accordance With Section 53.9 (small Value Of Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Subject To The Terms And Conditions Provided In The Last Page Of This Rfq. Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than __________, 2025 At 2:00pm Through Email At Tesdabcatsupply17@gmail.com. Interested Suppliers Are Required To Submit Copies Of The Following As Per Annex “h” Of The 2016 Revised Irr Of Republic Act No. 9184 Along With Your Quotation/proposal: A) Philgeps Registration Number B) Mayor’s/business Permit C) Income/business Tax Return (for Abc Above P500k) D) Omnibus Sworn Statement (for Abc Above P50k) Open Quotations May Be Submitted Manually At The Tesda-bcat Campus, Magallanes St., Sabang Ll, Allen Northern Samar Or Email At Tesdabcatsuppy17@gmail.com In Pdf Format. For Further Queries, You May Contact Us At Telephone No. 09275821039 Or Email Address At Bcat2016@tesda.gov.ph Daryl P. Lim Administrative Officer Iv Head, Finance And Administrative Unit Tesda Viii-tti-op-06-f03 Rev. No. 00 – 03/18/2024 Price Quotation Form Date: __________________ Balicuatro College Of Arts And Trades Magallanes St. Sabang Zone 2 Allen Northern Samar Bcat2016@tesda.gov.ph Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: No. Item/technical Specifications Qty. Unit Approved Budget For The Contract (in Peso) Offer Compliance With The Technical Specifications (please Check) Price Offer Remarks Yes No 1. 1 Long-nosed Pliers 6" 10 ₱931.00 ₱9,310.00 [ ] [ ] 2. 2 Diagonal Cutters 6" 10 ₱931.00 ₱9,310.00 [ ] [ ] 3. 3 Standard Screw Driver 6" 10 ₱517.00 ₱5,170.00 [ ] [ ] 4. 4 Phillip Screw Driver Set 6" 10 ₱517.00 ₱5,170.00 [ ] [ ] 5. 5 Electrical Pliers 6" 10 ₱931.00 ₱9,310.00 [ ] [ ] 6. Soldering Iron Set 10 ₱931.00 ₱9,310.00 [ ] [ ] 7. Adjustable Wrench 6" 10 ₱931.00 ₱9,310.00 [ ] [ ] 8. Wire Stripper 5 ₱1,035.00 ₱5,175.00 [ ] [ ] 9. Crimping Tool 5 ₱1,759.00 ₱8,795.00 [ ] [ ] 10. Allen Wrench 7pcs, 2.5-10mm 5 ₱1,035.00 ₱5,175.00 [ ] [ ] 11. Precision Screwdrivers 5 ₱724.00 ₱3,620.00 [ ] [ ] 12. Multimeters (auto-range High Precision True Rms Digital Multimeter) 10 ₱3,105.00 ₱31,050.00 [ ] [ ] 13. Air Compressor (silent) Working Pressure: Up To 160 Psi 1 ₱20,700.00 ₱20,700.00 [ ] [ ] 14. Transmitter Or Transducer 3 ₱5,175.00 ₱15,525.00 [ ] [ ] 15. Regulated Dc Power Supplies 5 ₱6,555.00 ₱32,775.00 [ ] [ ] 16. Cylinder Actuator (single-acting) 5 ₱6,325.00 ₱31,625.00 [ ] [ ] 17. Cylinder Actuator (double-acting) 5 ₱6,990.00 ₱34,950.00 [ ] [ ] 18. Buzzers 10 ₱414.00 ₱4,140.00 [ ] [ ] 19. Industrial Panel Switch 25 ₱414.00 ₱10,350.00 [ ] [ ] 20. Indicating Lamps 10 ₱172.00 ₱1,720.00 [ ] [ ] 21. Directional Solenoid Valves (fittings:6mm) (3/2 Way , 4/2 Way Or 5/2 Way) 10 ₱1,984.00 ₱19,840.00 [ ] [ ] 22. Pressure Guage 5 ₱1,035.00 ₱5,175.00 [ ] [ ] 23. Filter-regulated-lubricator Set 5 ₱9,315.00 ₱46,575.00 [ ] [ ] 24. Limit Switches 5 ₱431.00 ₱2,155.00 [ ] [ ] 25. Photoelelectic Switches 10 ₱2,070.00 ₱20,700.00 [ ] [ ] 26. Proximity Switches 10 ₱1,035.00 ₱10,350.00 [ ] [ ] 27. Relays 25 ₱1,035.00 ₱25,875.00 [ ] [ ] 28. Magnetic Contactors 10 ₱2,070.00 ₱20,700.00 [ ] [ ] 29. Timers 10 ₱5,175.00 ₱51,750.00 [ ] [ ] 30. Counters 10 ₱6,210.00 ₱62,100.00 [ ] [ ] 31. Laptop (w/ Graphics Card Gtx Or Rtx, 512gb Ssd And 16gb Ram) (w/ Ethernet Port) 10 ₱35,707.00 ₱357,070.00 [ ] [ ] 32. Safety Helmet 5 ₱724.00 ₱3,620.00 [ ] [ ] 33. Safety Harness 5 ₱1,035.00 ₱5,175.00 [ ] [ ] 34. Safety Glasses/googles 5 ₱1,035.00 ₱5,175.00 [ ] [ ] 35. Earplugs/earmuffs 5 ₱517.00 ₱2,585.00 [ ] [ ] 36. Gas Mask 5 ₱724.00 ₱3,620.00 [ ] [ ] 37. Face Shield 5 ₱724.00 ₱3,620.00 [ ] [ ] 38. 20 I/o`s Plc 2 ₱19,142.00 ₱38,284.00 [ ] [ ] 39. Solder Lead (core Flux) 1 ₱1,035.00 ₱1,035.00 [ ] [ ] 40. Shielded Cable 1 ₱2,070.00 ₱2,070.00 [ ] [ ] 41. Terminal Lugs 1 ₱2,070.00 ₱2,070.00 [ ] [ ] 42. Terminal Strips/blocks 1 ₱2,070.00 ₱2,070.00 [ ] [ ] 43. Cotton Gloves 25 ₱207.00 ₱5,175.00 [ ] [ ] 44. Plastic Tubing 1 ₱6,210.00 ₱6,210.00 [ ] [ ] 45. Quick-connect Fittings 1 ₱4,140.00 ₱4,140.00 [ ] [ ] 46. Electric Tape 10 ₱103.00 ₱1,030.00 [ ] [ ] 47. Wire Markers 1 ₱4,140.00 ₱4,140.00 [ ] [ ] 48. Cable Ties (3x 100mm) 1 ₱310.00 ₱310.00 [ ] [ ] Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All Of The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated By Philippine Peso Shall Include All Taxes, Duties, And Or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements In The Technical Specifications. 9. Tesda Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 10. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Tesda Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Name Of Business/company Signature Over Printed Name Office Telephone/fax No. Mobile No. Email Address
DIVISORIA NATIONAL HIGH SCHOOL BONTOC, SOUTHERN LEYTE Tender
Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 504.6 K (USD 8.6 K)
Details: Description Select Item No Product/service Name Description Quantity Uom Budget 1 Construction Of Temporary Wash Facility Mobilization/temporary Structures 3 Lot 4947.27 2 Construction Of Temporary Wash Facility Safety And Health 3 Lot 4947.27 3 Construction Of Temporary Wash Facility Earthworks 56 Square Meter 1112.72 4 Construction Of Temporary Wash Facility Earthworks 27 Cubic Meter 5082.78 5 Construction Of Temporary Wash Facility Concreting Works-wall Footing-portland Cement 24 Bag 6469.68 6 Construction Of Temporary Wash Facility Wall Footing-crushed Gravel 3/4" 3 Cubic Meter 4914.69 7 Construction Of Temporary Wash Facility Wall Footing-washed Sand 2 Cubic Meter 2741.25 8 Construction Of Temporary Wash Facility Column-portland Cement 21 Bag 5660.97 9 Construction Of Temporary Wash Facility Column-crushed Gravel 1" 2 Cubic Meter 3739.50 10 Construction Of Temporary Wash Facility Column-washed Sand 2 Cubic Meter 2741.25 11 Construction Of Temporary Wash Facility Beam-portland Cement 12 Bag 3234.84 12 Construction Of Temporary Wash Facility Beam-crushed Sand 3/4" 2 Cubic Meter 2493 13 Construction Of Temporary Wash Facility Beam-washed Sand 1 Cubic Meter 1370.63 14 Construction Of Temporary Wash Facility Slab On Grade-portland Cement 27 Bag 7278.39 15 Construction Of Temporary Wash Facility Slab On Grade-crushed Gravel 3/4" 3 Cubic Meter 4914 16 Construction Of Temporary Wash Facility Slab On Grade-washed Sand 2 Cubic Meter 2741.25 17 Construction Of Temporary Wash Facility Handwashing-portland Cement 6 Bag 1617.42 18 Construction Of Temporary Wash Facility Handwashing-crushed Gravel 3/4" 1 Cubic Meter 1246.50 19 Construction Of Temporary Wash Facility Handwashing-washed Sand 1 Cubic Meter 1370.63 20 Construction Of Temporary Wash Facility Rebar Works-deformed Round Bars, 12mmx6m, Grade 40 690 Kilo 31473.58 21 Construction Of Temporary Wash Facility Rebar Works-deformed Round Bars, 10mmx6m, Grade 40 129 Kilo 5866.98 22 Construction Of Temporary Wash Facility Rebar Works-g.i. Tie Wire 18 Kilo 1489.50 23 Construction Of Temporary Wash Facility Rebar Works-coco Lumber, 2"x3"x12" 216 Board Feet 4903.20 24 Construction Of Temporary Wash Facility Rebar Works-plywood Ordinary, 1/4", 4'x8' 6 Piece 2922 25 Construction Of Temporary Wash Facility Rebar Works-cwn, Assorted 3 Kilo 240 26 Construction Of Temporary Wash Facility Beams-coco Lumber, 2"x2"x12" 60 Board Feet 1362 27 Construction Of Temporary Wash Facility Beams-plywood Ordinary 1/4", 4'x8' 3 Piece 1462.50 28 Construction Of Temporary Wash Facility Beams-cwn, Assorted 3 Kilo 240 29 Construction Of Temporary Wash Facility Handwashing-coco Lumber, 2"x2"x12" 24 Board Feet 544.80 30 Construction Of Temporary Wash Facility Handwashing-plywood Ordinary 1/4", 4'x8' 3 Piece 1462.50 31 Construction Of Temporary Wash Facility Handwashing-cwn, Assorted 3 Kilo 240 32 Construction Of Temporary Wash Facility Masonry Works-masonry Wall-chb 6" Thk 906 Piece 27352.14 33 Construction Of Temporary Wash Facility Masonry Wall-portland Cement 24 Bag 6480 34 Construction Of Temporary Wash Facility Masonry Wall-washed Sand 3 Cubic Meter 5754 35 Construction Of Temporary Wash Facility Masonry Wall-10mm X 6m Rsb 96 Kilo 4587.84 36 Construction Of Temporary Wash Facility Masonry Wall-g.i. Tie Wire 3 Kilo 255 37 Construction Of Temporary Wash Facility Plastering-portland Cement 30 Bag 8100 38 Construction Of Temporary Wash Facility Plastering-washed Sand 3 Cubic Meter 5754 39 Construction Of Temporary Wash Facility Doors And Windows-d-3 Flush Door O 70m X 2.10m On 150mm Wooden Jamb Complete With Accessories 6 Set 24507 40 Construction Of Temporary Wash Facility Steel Works-lc 75x38x15x2.0mm 272 Kilo 13837.81 41 Construction Of Temporary Wash Facility Steel Works-l 50 X 50 X 6mm 55 Kilo 5556.98 42 Construction Of Temporary Wash Facility Steel Works-g I Pipe 75mm Sch 40 6 Piece 12432 43 Construction Of Temporary Wash Facility Steel Works-tubular 50mm X 100mm X 1.5mm 6 Piece 8227.50 44 Construction Of Temporary Wash Facility Steel Works-50mm X 75mm X 1.2mm Tubular Pipe 15 Piece 9375 45 Construction Of Temporary Wash Facility Steel Works-welding Rod 9 Kilo 1012.50 46 Construction Of Temporary Wash Facility Roofing Works-long Span Roofing, Corrugated, Pre-painted, 1220mm X 0.4mm Thick 26 Meter 10313.22 47 Construction Of Temporary Wash Facility Roofing Works-flashing Ga 26, 24"x8" 6 Piece 2988 48 Construction Of Temporary Wash Facility Roofing Works-teckscrew 2-1/2" 207 Piece 517.50 49 Construction Of Temporary Wash Facility Roofing Works-roof Sealant 6 Liter 1800 50 Construction Of Temporary Wash Facility Roofing Works-polycarbonated Sheets Twin Wall 6mm Thick Including Accessories 20 Square Meter 35006.40 51 Construction Of Temporary Wash Facility Carpentry Works-ceiling-rough Lumber, Sun Dried, Tanguile, 2"x2"x12" 84 Board Feet 4121.88 52 Construction Of Temporary Wash Facility Ceiling-plywood Marine 1/4" X 4'x8' 9 Piece 5435.10 53 Construction Of Temporary Wash Facility Ceiling-finishing Nails 3 Kilo 256.20 54 Construction Of Temporary Wash Facility Ceiling-common Wire Nails 3 Kilo 292.80 55 Construction Of Temporary Wash Facility Ceiling-fascia Board, Fiber Cement 10" X 12' 12 Piece 5160.60 56 Construction Of Temporary Wash Facility Ceiling-ceiling Vent 1" X 12" X 4' With Screen 3 Piece 896.70 57 Construction Of Temporary Wash Facility Electrical Works-roughing-ins-electrical Conduit Upvc, 15mm 15 Piece 2085 58 Construction Of Temporary Wash Facility Junction Box, 4"x4" G.i. 3 Piece 120 59 Construction Of Temporary Wash Facility Utility Box, 2"x4" G.i. Wires & Fixtures 6 Piece 201.60 60 Construction Of Temporary Wash Facility 3.5 Mm2 Thw Wire, Stranded 144 Meter 6422.40 61 Construction Of Temporary Wash Facility Single Switch With Plate 9 Piece 1620 62 Construction Of Temporary Wash Facility Ceiling Receptacle 3-1/2" 9 Piece 342 63 Construction Of Temporary Wash Facility Incandescent Bulb 50w 9 Set 1847.25 64 Construction Of Temporary Wash Facility Electrical Tape 3 Piece 162.39 65 Construction Of Temporary Wash Facility Plumbing Works-water Closet 1.6gpf With Accessories 6 Set 26,220.00 66 Construction Of Temporary Wash Facility Plumbing Works-water Closet Flange 6 Set 1,809.00 67 Construction Of Temporary Wash Facility Plumbing Works-faucet, Plain Bibb, Brass 1/2" 9 Piece 1,591.20 68 Construction Of Temporary Wash Facility Plumbing Works-s S Floor Drain 4'x4" 15 Piece 1,681.95 69 Construction Of Temporary Wash Facility Plumbing Works-gate Valve, 1/2" 3 Piece 975.00 70 Construction Of Temporary Wash Facility Plumbing Works-pp-r Pipe 1/2" 15 Piece 4,350.00 71 Construction Of Temporary Wash Facility Plumbing Works-pp-r Elbow 90o X 1/2" 15 Piece 235.50 72 Construction Of Temporary Wash Facility Plumbing Works-pp-r Tee, 1/2" 9 Piece 171.90 73 Construction Of Temporary Wash Facility Plumbing Works-pp-r Coupling Reducer, 1/2" X 3/4" 3 Piece 45.90 74 Construction Of Temporary Wash Facility Plumbing Works-pp-r Adapter Female Thread 1/2" 15 Piece 1,702.35 75 Construction Of Temporary Wash Facility Plumbing Works-teflon Tape 3 Roll 86.40 76 Construction Of Temporary Wash Facility Sanitary Works-upvc Sanitary Pipe 4" 6 Piece 6,034.80 77 Construction Of Temporary Wash Facility Upvc Sanitary Pipe 2" 15 Piece 7,186.50 78 Construction Of Temporary Wash Facility Upvc Elbow 90o X 2" 9 Piece 499.50 79 Construction Of Temporary Wash Facility Upvc Tee 2"x2" 9 Piece 502.20 80 Construction Of Temporary Wash Facility Upvc Elbow 90o X 4" 9 Piece 1,114.20 81 Construction Of Temporary Wash Facility Upvc P-trap 2" 15 Piece 1,872.00 82 Construction Of Temporary Wash Facility Brass Cleanout 4"x4" 3 Piece 1,365.00 83 Construction Of Temporary Wash Facility Pvc Cement 3 Can 630.00 84 Construction Of Temporary Wash Facility Chb, 4"x8"x16", Standard 600 Piece 16974 85 Construction Of Temporary Wash Facility Deformed Round Bars, 10mmx6m, Grade 40 534 Kilo 25519.86 86 Construction Of Temporary Wash Facility Portland Cement 30 Bag 8100 87 Construction Of Temporary Wash Facility Washed Sand 6 Cubic Meter 11509.98 88 Construction Of Temporary Wash Facility G.i. Tie Wire 9 Kilo 738 89 Construction Of Temporary Wash Facility Painting Works-concrete Surface-neutralizer 1 Gallon 348.30 90 Construction Of Temporary Wash Facility Concrete Surface-latex, Flat 3 Gallon 2926.11 91 Construction Of Temporary Wash Facility Concrete Surface-latex, Semi Gloss 3 Gallon 3279 92 Construction Of Temporary Wash Facility Concrete Surface-acri Color 3 Quart 343.20 93 Construction Of Temporary Wash Facility Wood Surface-enamel Flatwall 1 Gallon 1708.50 94 Construction Of Temporary Wash Facility Wood Surface-enamel Semi Gloss 1 Gallon 1738.50 95 Construction Of Temporary Wash Facility Wood Surface-paint Thinner 1 Gallon 753 96 Construction Of Temporary Wash Facility Tile Works-wall-glazed Wall Tiles 20cm X 20cm 1092 Piece 21294 97 Construction Of Temporary Wash Facility Wall-tile Adhesive 25kg/bag 9 Bag 2621.97 98 Construction Of Temporary Wash Facility Wall-tile Trim 6mm 12 Piece 1476 99 Construction Of Temporary Wash Facility Wall-tile Grout 5 Kg/bag 6 Bag 1170 100 Construction Of Temporary Wash Facility Flooring-unglazed Floor Tiles 20cm X 20cm 291 Piece 5674.50 101 Construction Of Temporary Wash Facility Flooring-tile Adhesive 25kg/bag 3 Bag 873.60 102 Construction Of Temporary Wash Facility Flooring-tile Grout 5kg/bag 3 Bag 585 103 Construction Of Temporary Wash Facility Handwashing-unglazed Floor Tiles 20cm X 20cm 195 Piece 3802.50 104 Construction Of Temporary Wash Facility Handwashing-tile Adhesive 25kg/bag 3 Bag 872.99 105 Construction Of Temporary Wash Facility Handwashing-tile Grout 5kg/bag 3 Bag 585
9771-9780 of 9823 archived Tenders