Valve Tenders
Valve Tenders
DIVISORIA NATIONAL HIGH SCHOOL BONTOC, SOUTHERN LEYTE Tender
Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
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
Closing Date21 Jan 2025
Tender AmountPHP 504.6 K (USD 8.6 K)
City Of Manila Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Gat. Andres Bonifacio Medical Center Pr Nos.: Obr Nos.: Abc: Charge To: Other Supplies And Materials Expenses 033 100-2501-00038 Php72,682.00 034 100-2501-00039 Php113,332.00 Total Abc: Php186,014.00 Various Construction And Electrical Supplies And Materials Gabmc - P.r. No. 033 Carpentry Supplies 1 4 Pcs Adhesive Bond, 10g Php 400.00 Php Php 2 3 Ltr Epoxy All Purpose (a-b) 1 Liter Php 930.00 Php Php 3 1 Gallon Contact Cement (rugby)/gallon Php 1,358.00 Php Php 4 4 Pcs Angle Valve, Single 1/2 X 1/2 Php 272.00 Php Php 5 2 Packs Cable Tie 200mm X 4.8mm 100's/pack Php 258.00 Php Php 6 4 Pcs Cabinet Handle, Pc. Php 86.00 Php Php 7 2 Pcs Concealed Hinges Php 100.00 Php Php 8 4 Pcs Cutting Disk, Metal 10" Php 258.00 Php Php 9 4 Pcs Cutting Disk, Masonry 4" Php 543.00 Php Php 10 6 Pcs Deadbolt Lock, Ordinary, Heavy Duty Php 530.00 Php Php 11 10 Sets Door Knob, Set Php 543.00 Php Php 12 4 Pcs Faucet 1/2 X 6", Pc. Php 1,072.00 Php Php 13 4 Pcs Faucet, (silver Or Brass) Php 545.00 Php Php 14 1 Roll Flexible Hose, 1/2 Php 500.00 Php Php 15 1 Pcs Floor Drain 4 X 4, Pc. Php 100.00 Php Php 16 4 Pcs Hose, Lavatory 1/2 X 1/2 X 16 Php 286.00 Php Php 17 3 Pcs Lavatory P-trap 1 1/4" Php 173.00 Php Php 18 3 Pcs Lavatory, Faucet, Gooseneck, Long 1/2 Php 643.00 Php Php 19 4 Pcs Lumber 1 X 2" X 10' Php 115.00 Php Php 20 6 Pcs Lumber 1/2 X 2" X 8' S4s Php 115.00 Php Php 21 5 Pcs Lumber 2 X 2" X 12' S4s Php 275.00 Php Php 22 2 Pcs Lumber 2 X 4" X 12' S4s Php 686.00 Php Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Gat. Andres Bonifacio Medical Center Pr Nos.: Obr Nos.: Abc: Charge To: Other Supplies And Materials Expenses 033 100-2501-00038 Php72,682.00 034 100-2501-00039 Php113,332.00 Total Abc: Php186,014.00 23 9 Pcs No More Nails, Tube Php 130.00 Php Php 24 10 Pcs P- Trap 1 1/2" Php 180.00 Php Php 25 5 Pcs P- Trap, Pvc 2" Php 275.00 Php Php 26 3 Pcs Padlock Heavy Duty Size 30 Php 572.00 Php Php 27 3 Pcs Padlock Heavy Duty Size 50 Php 765.00 Php Php 28 2 Pcs Padlock Long Shank (heavy Duty), 40mm Php 930.00 Php Php 29 3 Pcs Plastic Moulding, 1/2 Php 72.00 Php Php 30 2 Pcs Plastic Moulding, 3/4 Php 108.00 Php Php 31 3 Pcs Plywood 1/2 X 4" X 8' Php 715.00 Php Php 32 2 Pcs Plywood 1/4 X 4" X 8' (marine) Php 543.00 Php Php 33 3 Pcs Pvc Coupling 2" Php 36.00 Php Php 34 3 Pcs Pvc Elbow 2" Php 43.00 Php Php 35 1 Pcs Pvc Junction Box W/cover 4" X 4" Php 36.00 Php Php 36 2 Pcs Pvc Pipe, 1/2" Php 358.00 Php Php 37 2 Pcs Pvc Solvent 400cc Php 286.00 Php Php 38 4 Pcs Pvc Tee 2" Php 86.00 Php Php 39 2 Sheets Sand Paper #50 Php 30.00 Php Php 40 2 Tubes Sealant Silicon Clear 300g Tube Php 286.00 Php Php 41 1 Can Sealant, Polychloroprene Rubber Base, Water Proofing 1 Ltr/can Php 1,072.00 Php Php 42 2 Pcs Supply Pipe (hose) 1/2 X 1/2 Php 172.00 Php Php 43 2 Pcs Supply Pipe (hose) 7/8 X 1/2 Php 150.00 Php Php 44 2 Sets Tank Fitting (set) Flush Type Php 786.00 Php Php 45 10 Rolls Tape, Teflon 3/4 Php 22.00 Php Php 46 2 Liters Termite Solution 1l Php 1,072.00 Php Php Painting Supplies 47 6 Pcs Paint Brush 1", Pc. Php 29.00 Php Php 48 4 Pcs Paint Brush 2", Pc. Php 50.00 Php Php 49 4 Pcs Paint Brush 3", Pc. Php 100.00 Php Php 50 5 Pcs Paint Brush 4", Pc. Php 130.00 Php Php 51 2 Pcs Paint Roller, 6" W/handle Php 86.00 Php Php 52 1 Pail Paint, Flatwall Enamel Php 4,286.00 Php Php 53 1 Pail Paint, Gloss Latex, White Php 4,115.00 Php Php 54 1 Pail Paint, Q.d.e. White, Gallon Php 4,600.00 Php Php 55 10 Pcs Plastic Moulding 1/2 Dia. Php 72.00 Php Php 56 5 Pcs Roller Paint 4" W/handle Php 86.00 Php Php 57 3 Pcs Roller Paint 9" W/handle Php 200.00 Php Php Sub-total : Php Gabmc - P.r. No. 034 Electrical Supplies 1 1 Set 100 At, 2p, 220v, 60hz, Bolt-on, Circuit Breaker Php 2,143.00 Php Php 2 1 Set 125at, 2p, 220v, 60hz, Lug Screw, Circuit Breaker Php 21,000.00 Php Php 3 1 Set 30 At, 2p, 220v, 60hz, Bolt-on, Circuit Breaker Php 1,715.00 Php Php 4 1 Set 30 At, 2p, 220v, 60hz, Plug-in, Circuit Breaker Php 1,386.00 Php Php 5 1 Set 40 At, 2p, 220v, 60hz, Plug-in, Circuit Breaker Php 1,972.00 Php Php 6 1 Set 60 At, 2p, 220v, 60hz, Plug-in, Circuit Breaker Php 1,972.00 Php Php 7 1 Set 70 At, 2p, 220v, 60hz, Plug-in, Circuit Breaker Php 2,643.00 Php Php 8 5 Pcs Adaptor Plug Universal 3 Holes Php 72.00 Php Php 9 1 Pc Adjustable Wrench, 12" - 14" Php 1,242.00 Php Php 10 15 Pcs Amco Box Php 72.00 Php Php 11 1 Box Black Screw, 1"25mm, Wood (100's/box) Php 143.00 Php Php 12 1 Box Black Screw, 1"25mm, Metal (100's/box) Php 143.00 Php Php 13 7 Packs Battery Rechargeable, 200mah, Nimh, Aa (2's/pck.) Php 475.00 Php Php 14 20 Pcs Bulb, Incandescent, 100 Watts, 230 Volts Php 36.00 Php Php 15 16 Pcs Bulb, 50 Watts, 220v, 60hz, Incandescent Php 72.00 Php Php 16 98 Pcs Bulb Led, 18 Watts Php 245.00 Php Php 17 10 Pcs Bulb Led, 9 Watts Php 172.00 Php Php 18 1 Pcs Capacitor Acu, 2hp Php 1,750.00 Php Php 19 1 Pcs Charger, Rechargeable Automatic, For Aa And Aaa, 8 Slots Php 1,245.00 Php Php 20 8 Pcs Convenience Outlet W/ Utility Box (1 Gang Flush Type W/ Plate) Php 200.00 Php Php Item Qty. Unit Article And Description Ceiling Unit Price Total Price Office: Gat. Andres Bonifacio Medical Center Pr Nos.: Obr Nos.: Abc: Charge To: Other Supplies And Materials Expenses 033 100-2501-00038 Php72,682.00 034 100-2501-00039 Php113,332.00 Total Abc: Php186,014.00 21 8 Pcs Convenience Outlet W/ Utility Box (2 Gang Flush Type W/ Plate) Php 286.00 Php Php 22 4 Sets Outlet Convenience Duplex Universal W/ Ground 16a 220v W/cover Php 488.00 Php Php 23 2 Pcs Extension Outlet 3 Gang Php 143.00 Php Php 24 1 Roll Flat Cord, Electrical Wire (#16) 150m/roll Php 4,983.00 Php Php 25 1 Roll Flat Cord, Electrical Wire (#18) 150m/roll Php 3,119.00 Php Php 26 5 Pcs Male Plug Rubber Hd Php 93.00 Php Php 27 36 Pcs T-8 Led Tube 18 Watts Daylight Double Ended Php 430.00 Php Php 28 4 Bottles Oil, Multi-purpose, (1000cc) Php 100.00 Php Php 29 2 Sets Outlet, Acu Tandem, 20 Ampere, 220v, Flush Type, Php 715.00 Php Php With Plate & Cover 30 10 Pcs Plastic Receptacle, 4" Php 72.00 Php Php 31 6 Sets Plastic Moulding 1" Diameter X 8' Php 143.00 Php Php 32 2 Sets Switch, 1 Gang, 10amp, 220v Flush Type, W/led & Plate & Cover Php 100.00 Php Php 33 1 Set Switch, 2 Gang, 10amp, 220v Flush Type, W/led & Plate & Cover Php 176.00 Php Php 34 11 Rolls Tape, Electrical Php 72.00 Php Php 35 1 Box Thhn Cu. Wire #12 Stranded Php 5,000.00 Php Php 36 1 Box Thhn Cu. Wire #14 Stranded Php 3,572.00 Php Php 37 5 Pcs Utility Box Php 58.00 Php Php Sub-total : Php X-x-x-x-x-x Grand Total Php Vvvvvvvvvvvvvv After Having Carefully Read And Accepted Your Terms And Conditions, I/we Hereby Quote On The Items/s At Prices Listed Above Printed Name/signature Tel. No/cellphone No. E-mail Address Date
Closing Date14 Feb 2025
Tender AmountPHP 186 K (USD 3.2 K)
Nueva Ecija University Of Science And Technology - NEUST Tender
Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Entities Registered With The Philippine Government Electronic Procurement System (philgeps) To Bid For The Hereunder Project, Subject To The General Conditions Stated Herein. Name Of Project: Upgrading Of Programmable Logic Controller (plc) System In The Mechatronics Laboratory Location: College Of Industrial Technology, Neust Gen. Tinio (st.) Campus, Cabanatuan City Approved Budget For The Contract: Php6,419,764.00 Contract Duration: 120 Calendar Days Source Of Fund: Income Cost Of Bidding Documents: Php10,000.00 Project Description: 1lot Item No. Description Qty Unit 1 Programmable Logic Controller For Mechatronics Training System Training Device For The A4 Mounting Frame Or As A Desktop Device With Modern, Industrially Used Programmable Logic Controller And System Interfaces For A Mechatronics Station. It Ensures Highest Performance And User-friendliness For Medium And High-end Applications Of Machine And Plant Automation. Benefits • Stable, Powder-coated, Sheet-steel Mounting System • Suitable For One Mechatronics Station And Suitable As A Tabletop Unit • Mounting Rail For 19" Module Is Attached To The Mounting System • Equipped With 4 Mm Safety Sockets • Integrated Power Supply Further Information The Stable Powder-coated Sheet Steel Support System Contains A 19" Module System Plug Syslink (9 Te), With 2x Syslink Plug-in Connection For Mechatronics Station And Control Panel, Each With 8 Digital Inputs And 8 Digital Outputs And 1x D-sub 15-pin Plug-in Connection With 4 Analog Inputs And 2 Analog Outputs, Emergency Stop Bridge For Connecting A Safety Circuit To Switch Off 8 Digital Outputs. Technical Data: - Dimensions (w X H): 305 Mm X 297 Mm (size 1) - Integrated Power Pack: 100 ... 240 V Ac ±10%; Necessary Accessories: Iec Cables 5 Units 2 Programmable Logic Controller For Electro-pneumatics Training Device For Er Recording Frame (pneumatic/hydraulic) For Solutions In Discrete And Stand-alone Automation Applications Of The Lower Power Range. Further Information The Modular Small Controller Can Be Used For Solutions In Discrete And Stand-alone Automation Applications In The Lower Performance Range. Technical Details: • Digital Inputs On 4 Mm Safety Sockets And Switches/buttons For Signal Simulation • Digital Outputs On 4 Mm Safety Sockets • Analog Inputs And Outputs On 4 Mm Safety Sockets • Simulation Module With 2x Syslink Connector For Control Panel With Digital Inputs And Outputs And D-sub 15-pin Connector With Analog Inputs And Outputs; 4 Mm Safety Sockets For Emergency Stop Bridge To Connect A Safety Circuit For Digital Outputs The Carrier System Consists Of A Lightweight Injection-moulded Housing, Suitable For An Er Mounting Frame Size 2, Dimensions (w X H X D): 364 Mm X 170 Mm X Approx. 80 Mm. The Unit Is Delivered Fully Assembled. Special Licensing Rules Apply To Schools And Training Centers In The Commercial Sector. 6 Units 3 Electro-pneumatics Simulator Software Simulation Software For Pneumatics Is An Application For Creating And Simulating Pneumatic And Electropneumatic Circuits. Valuable Technical Skills Are Learned By Designing Circuits And Simulating Them Interactively. Learning Goals • Creation Of Circuit Diagrams • Identifying And Preventing Errors • Optimization Of Solution Circuit Diagrams Through Interactive Simulations • Understanding Solution Development • Observing Effects Through Real-time Simulations Benefits • Convenient Creation Of Circuit Diagrams And Their Interactive Simulation • Content Tailored To Festo Didactic Learning Systems • Can Be Used Online And Offline • Learning The Effects Of Changes In A Technical Setup And Observing Their Immediate Consequences Through Real-time Simulation • Extensive Library Of Pneumatic, Hydraulic, Electrical Engineering, Electronic And Digital Components. • Further Information Simulation Software For Pneumatics Makes It Possible To Create (electro-)pneumatic Circuits And Simulate Them Interactively. State Changes And Switching Processes Are Calculated Realistically, And Interactive Interventions Can Be Made By Actuating Switches Or Switching Valves. Signals Can Also Be Transmitted Via Connected Hardware Or From Other Programs. In Addition To Real Measuring Devices, Fluidsim 6 Offers Virtual Measuring Devices. Circuits Can Be Constructed From A Library Of Various Electropneumatic Components. In Addition, Grafcet Diagrams Can Be Created And Included In The Simulation If Desired. Simulation Software For Pneumatics Covers The Following Topics: • Pneumatics/electropneumatics • Closed-loop Pneumatics • Vacuum Technology • Electrical Controllers • Digital Technology • Grafcet 6 Units Warranty: • One (1) Year Against Factory Defects Must Include: • On-site Installation And Testing • Three (3) Days Rigid Training For Faculty And Laboratory Technicians • Must Provide Official Partner Or Authorization To Bid From Manufacturer • Iso 9001:2015 Quality Management System Certification From The Manufacturer • Iso 14001: 2015 Environmental Management Certificate From The Manufacturer The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. 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 Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 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 Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology 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. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 6.4 Million (USD 110.6 K)
Adela Serra Ty Memorial Medical Center Tender
Healthcare and Medicine
Philippines
Details: Description 1 Dermatoscope Machine 2 Unit 150,000.00 300, 000.00 Purpose: Used For Examining Skin Lesions And Structures In Detail, Aiding In The Early Detection Of Skin Camcers (like Melanoma) And Other Dermatological Conditions. It Provides High-quality Imaging With Polarized And Non-polarized Light, Enhancing Visualization Of Vascular Patterns, Pigmentation And Subsurface Features. It’s Valuable For Both Contact And Non-contact Dermoscopy, Making It A Vital Tool For Dermatologists And Skincare Professionals. Features And Benefits 10x Magnication With 30mm Viewing Area. Polirized And Non-polirized Modes With High-powered Leds. Long-lasting Battery Life Includes A Leather Pouch, Silicone Sleeve, And Usb Cable Camera Compatibility Having The Ability To Take A Photo Of A Special Case (prior To Excision), With A Camera, Smartphone Or Ipad, Is Powerful. Carbon Cannot Be Attached To Those Devices. Lens Size Three Lens Sizes: 15, 25 Or 30 Mm. Larger Lenses Provide A Greater Field Of View And Distance From The Patient. Technical Specification Polarization Yes Infection Control Yes Spectrum Control Yes Optics Yes Battery Rechargeable Camera-compatible Yes Phone & Ipad-compatible Yes 10 Mm Markings Yes Ø30 Mm 10x Yes Magnification Ø30 Mm 10x Accessories Usb Cable Leather Pouch Silicone Sleeve Eyepiece Icecap Samples Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 3 Years Warranty Should Be Provided By The Supplier Parts = At Least 5 Years Maintenance And Service = At Least 2 Years Spare Parts Availability Post-warranty 10 Years Software / Hardware Upgrade Availability Routine Software Updates Should Be Provided Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) 2 Auto-clave (steam Sterilizer) 1 Unit 70,000.00 70,000.00 Purpose : Usteam Sterilizers — Also Known As Autoclaves — Are An Essential Piece Of Equipment In Any Laboratory, Research, Or Healthcare Setting, Ensuring Sterility For Important Equipment And Instruments. Autoclaves Are Available In A Wide Array Of Designs, Each Tailored For Specific Applications, Ranging From Small-scale Laboratory Sterilization To Large-volume Industrial Processes. Features And Benefits Automatic Sterilization Controlled By Computer. Temperature Is Max Up To 134 ºc, Suitable For 4-6 Minutes Rapidly Sterilizing. Safety Protection For Water Lacking. Over-temperature, Over-pressure Automatic Protection. Automatically Cuts Off The Power And Then Alarm After Sterilized. Fully Stainless Steel Structure Technical Specification Chamber Volume 24l(φ270×410) Mm / 6.3gallon Working Pressure 0.22mpa Working Temperature 134ºc (273ºf) Temperature Adjust Range 105-134ºc (221-273ºf) Timer Range 0~60min Heat Average ≤±1ºc Power 1.5kw / Ac110v.60hz Sterilizing Plate 340*200*30mm / 13.4*7.9*1.2'', 3 Pieces Overall Dimension 560*350*500mm / 22.0*13.8*19.7'' Packing Dimension 620*410*570mm / 24.4*16.1*22.4'' G.w 20kg / 44lb N.w 18kg / 39lb Accessories 1 Unit 2kva Avr Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 3 Years Warranty Should Be Provided By The Supplier Parts = At Least 5 Years Maintenance And Service = At Least 2 Years Spare Parts Availability Post-warranty 10 Years Software / Hardware Upgrade Availability Routine Software Updates Should Be Provided Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided 3 Cryogenic Handheld Cryosurgery Device (liquid Nitrogen Sprayer System) For Destruction Of Benign Skin Lesions 1 Set 110,000.00 110,000.00 Purpose: Used To Treat Benign Skin Lesions Such As Warts, Skin Tags, And Certain Keratoses. It Applies Extreme Cold To Targeted Areas, Causing Controlled Destruction Of Abnormal Tissue. Features And Benefits The Minimally Invasive Procedure That Uses An Extremely Cold Liquid Or Instrument To Freeze And Destroy Abnormal Tissue That Requires Elimination. It Requires About 1/3 Time Required By Co2 Snow Or N20 To Achieve The Appropriate Degree Of Freezing Because Of The Relative Temperatures(-196°c Compared With -79°c) It Can Be Applied Directly By Spraying The Gun. No Form Of Anaesthesia Is Required For Freezing`; It Can Be Carried Out Single-handed And With No Scarring Results. It Starts Freezing Instantly Because Liquid Nitrogen Is Released Directly On The Internal Metal Probe Wall Which Contacts The Lesion. Portable And Can Be Used In Any Consulting Room. Complete Haemostasis And High Patient Acceptance. A Good Number Of Lesions Can Be Treated At A Time. Carcinoma And Skin Tumours Can Be Treated. Easy To Operate And No Sterilization Is Required To The Tool Or Tips. Technical Specification Durable Stainless Steel And Brass. Capacity: 16 Oz Fingertips Trigger Control, Safely Autovent For Gradual Pressure Release, And A Streamlined Relief Valve For Consistent Freezing. Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 2 Years Warranty Should Be Provided By The Supplier Spare Parts Availability Post-warranty 10 Years Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided 4 Portable Electrosurgical Unit With Trolley 1 Unit 200,000.00 200,000.00 Purpose: A Multi-function Electrosurgical Generator With Both Monopolar And Bipolar Modes, Self-diagnostics, And Recall Of Stored Power Settings High Output Terminal For Heavy Desiccation And Fulguration Procedures Requiring High Intensity. Low Output Terminal For Light Desiccation And Fulguration Procedures Requiring Low Intensity And Increased Precision. Features And Benefits High Output Terminal For Heavy Desiccation And Fulguration Procedures Requiring High Intensity. Low Output Terminal For Light Desiccation And Fulguration Procedures Requiring Low Intensity And Increased Precision. Dual Microprocessors: One Microprocessor Controls The Output And Functionality Of The System While The Second Monitors The System And Terminates Activation If A Safety Hazard Is Detected. This Results In Regulated Delivery Of Current While Simultaneously Ensuring Safe Operation. Technical Specification Depth: 4 Inches (102mm) Width: 8.75 Inches (222mm) Height: 7.5 Inches (190mm) Weight: 6 Pounds (2.7kg) Output Power: Low 0-20 Watts (1/10 Watt Increments Up To 10 Watts) High: 0-35 Watts Bipolar: 0-35 Watts Bipolar Forceps Bipolar Forceps Are Designed To Grasp, Manipulate, And Coagulate Selected Tissue. The Electric Current Alternates Between The Two Tips, Reducing The Length Of The Current’s Path And Producing A Precise, Controlled Therapeutic Effect. Foot Control Pencil Autoclavable Pencils Autoclavable, Reusable Hand Control Pencil Reusable 7-900-5 Steam Autoclavable Hand Control Pencil With Power Adjustment Buttons Directly On The Pencil. Hand Control Pencil Autoclavable, Reusable Foot Control Pencil Consumables Pencil Sheaths – Non-sterile 100/box Pencil Sheaths – Sterile 25/box Accessories Sharp Tip Pencil Sheath Fine Needle Electrode Ball Electrode Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 2 Years Warranty Should Be Provided By The Supplier Spare Parts Availability Post-warranty 10 Years Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided 5 Medical Surgical Smoke Evacuator Evacuation System For Laser And Electrocautery 1 Unit 200,000.00 200,000.00 Purpose: A Medical Surgical Smoke Evacuator Is A Device That Captures And Filters Smoke Generated During Laser And Electrocautery Procedures. These Devices Are Designed To Protect Patients And Surgical Staff From The Harmful Particles And Toxins In The Smoke: Features And Benefits Automated Alert System When Ulpa Filter Is Not Capturing Plume At 100% And Needs To Be Changed. Wide Range Of Accessories To Configure Based On Procedural Needs And Personal Preferences Can Be Placed On A Mobile Cart Or Accessory Shelf On A Surgical Boom. Laser Sensor Utilizes A Convenient Foot Pedal To Activate The Smoke Evacuator. Rf Sensor Is The First Automatic Sensor System For Surgical Smoke Detection And Evacuation. The Rf Sensor Is Capable Of Detecting Any Cutting Device And Simultaneously Activating The Smoke Evacuator. Technical Specification Power Requirements: 100-240 Vac, Single Phase, And 4.0 A, 47-63 Hz Flow Rate: Open Range: At Least 90 Lpm Lap Range: At Least 18 Lpm Display Indicators: Visual, Visual & Audio, Led Meter, Led Display Lcd Display: With Lcd Display Working Noise: 55db Rotating Speed: 2750/min Output Volume: 3.5-4.2cbm3/hr Power Supply: 220/110v,50/60hz Working Mode: Operate Continuously Consumables Smoke Evacuator Filters Hydrophobic Ulpa Filter W/ Fluid Trap Large Charcoal Filter Accessories Esu Pencils With Integrated Smoke Evacuation Smoke Evacuator Tubing Training, Installation And Utilisation Pre-installation Requirements Requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation Training End Users & Biomedical/engineer On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. *** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance Warranty 2 Years Warranty Should Be Provided By The Supplier Spare Parts Availability Post-warranty 10 Years Documentation Documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided Total Amount 880,000.00
Closing Date24 Jan 2025
Tender AmountPHP 880 K (USD 15 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: 5. Project Number (if Applicable)
code
7. Administered By
2. Amendment/modification Number
code
6. Issued By
8. Name And Address Of Contractor
4. Requisition/purchase Req. Number
3. Effective Date
9a. Amendment Of Solicitation Number
9b. Dated
page Of Pages
10a. Modification Of Contract/order Number
10b. Dated
bpa No.
1. Contract Id Code
facility Code
code
offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods:
the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers
e. Important:
is Extended,
(a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The
offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your
acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May
is Not Extended.
12. Accounting And Appropriation Data
(rev. 11/2016)
is Required To Sign This Document And Return ___________ Copies To The Issuing Office.
is Not,
a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a.
15c. Date Signed
b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes
set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b).
result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter
or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To
the Opening Hour And Date Specified.
c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
d. Other
contractor
16c. Date Signed
14. Description Of Amendment/modification
16b. United States Of America
except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect.
15a. Name And Title Of Signer
16a. Name And Title Of Contracting Officer
15b. Contractor/offeror
standard Form 30
previous Edition Not Usable
prescribed By Gsa - Far (48 Cfr) 53.243
(type Or Print)
(type Or Print)
(organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.)
(number, Street, County, State And Zip Code)
(if Other Than Item 6)
(specify Type Of Modification And Authority)
(such As Changes In Paying Office, Appropriation Date, Etc.)
(if Required)
(see Item 11)
(see Item 13)
(x)
check
one
13. This Item Applies Only To Modifications Of Contracts/orders,
it Modifies The Contract/order No. As Described In Item 14.
11. This Item Only Applies To Amendments Of Solicitations
amendment Of Solicitation/modification Of Contract
(signature Of Person Authorized To Sign)
(signature Of Contracting Officer)
1
6
0001
02-13-2025
36c259
department Of Veterans Affairs
network Contracting Office
nco 19
6162 South Willow Drive, Suite 300
greenwood Village Co 80111
36c259
department Of Veterans Affairs
network Contracting Office
nco 19
6162 South Willow Drive, Suite 300
greenwood Village Co 80111
to All Offerors/bidders
36c25925q0189
02-05-2025
x
x
x
1
** Hour & Date For Receipt Of Offers Is Extended To: 02-19-2025 2:00pm Mst
solicitation 36c25925q0189 Is Amended As Follows:
1. Sf 1449, Block 10, Is Corrected From "unrestricted" To "set Aside" For Sdvosb Offerors.
2. Response Date For Offers Is Extended To 2:00pm Mst, 2/19/2025.
3. Vaar 852.219-75, Va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And
construction, Is Added To This Solicitation. Offerors Must Complete And Return A Copy Of This Certification With The
offer Package.
4. Far 52.212-2, Sp2 (contractor Certification), Is Updated To Remove Redundant Requirements (see Attached).
5. Responses To Vendor Questions Are Provided (see Attached).
6. All Other Terms And Conditions Remain Unchanged.
heather Clemons
contracting Officer
Continuation Page
vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation)
(a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That
(1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows:
(i) [] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6.
(ii) [] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(iii) [] Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted.
(2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution.
(3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following:
(i) Referral To The Va Suspension And Debarment Committee;
(ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And
(iii) Prosecution For Violating 18 U.s.c. 1001.
(b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed.
(c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate.
(d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award.
certification
i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror].
printed Name Of Signee: ___________
printed Title Of Signee: _____________
signature: ____________
date: ______________
company Name And Address: _______________
(end Of Clause)
52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021)
(a) Basis Of Award. This Procurement Is Being Conducted Pursuant To Far Part 12.301(c) Procedures. The Government Intends To Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers Quote, Conforming To The Solicitation, Whose Quoted Price Does Not Exceed The Amount Of Funding Available For The Procurement, And Whose Quoted Price Is Found To Be Reasonable. Price Alone Is Not The Sole Evaluation Factor. In Addition To The General Standards Of Responsibility Found At Far 9.104-1, In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standard Of Responsibility Will Not Be Eligible To Receive Contract Award.
general Standards Of Responsibility To Assist The Contracting Officer In Determining If The General Standards Of Responsibility Applicable To This Procurement Are Met, Offerors Shall Provide A Narrative With Their Quotes Confirming That They Understand/ If The Offeror S Proposal Intends To Utilize Subcontractor(s), Then The Narrative Must Include A Breakdown Of What Portions Will Be Completed By The Offeror And Their Proposed Subcontractor(s). Failure To Include This Information Could Result In A Contracting Officer S Determination That An Otherwise Successful Offeror Is Not Eligible For Contract Award.
special Standards Of Responsibility (ssr) To Assist The Contracting Officer In Determining If The Special Standards Of Responsibility Applicable To This Procurement Are Met, Offerors Are Asked To Provide The Following Information With Their Quotes. Failure To Include This Information Could Result In A Contracting Officer S Determination That An Otherwise Successful Offeror Is Not Eligible For Contract Award.
sp1 Contractor S Specialized Experience. Offeror Shall Provide Copies Of Three (3) Different Past Performance Evaluations (preferably Federal Government Evaluations) With Points Of Contacts As Reference For Similar Online Digital Subscription Services Performed Within The Past 2 Years Within The Range Of 2020 Present.
sp2 Contractor Certification. Offeror Shall Provide Documentation From Schneider Electric Which Verifies That Contractor Is An Authorized Service Provider For Schneider Electric Brands. And That Contractor S Technicians Have Received Factory Training From Schneider Electric.
(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
(c) Evaluation Process. Quotes Will Be Evaluated In The Following Manner. The Lowest-priced Quote Will Be Identified. The Lowest-priced Quote Will Be Evaluated To Determine If The Quoted Price Exceeds The Amount Of Funding Available For The Procurement. If The Quoted Price Does Not Exceed The Amount Of Funding Available For The Procurement, The Quoted Price Will Be Evaluated To Determine If It Is Reasonable. If The Quoted Price Is Found To Be Reasonable, The Contracting Officer Will Then Determine If The Offeror Is Responsible Using The General Standards Of Responsibility And The Special Standards Of Responsibilities (ssrs) Applicable To This Procurement. If Contract Award Cannot Be Made To The Offeror, The Contracting Officer Will Evaluate The Next Lowest-priced Quote Following The Procedures Described Above. This Process Will Continue Until A Contract Award Can Be Made, Or The Contracting Officer Determines That No Contract Award Can Be Made. The Contracting Officer May Likewise Find All Quotes, Not Acceptable And Cancel The Solicitation If The Quotes Under Evaluation Exceeds The Amount Of Funding Available And/or Technical Documents Do Not Meet The Sow And Ssrs For The Procurement. Technical Documents And Past Performance, When Combined, Are More Important Than Price, In Accordance With Far 15.304, The Relative Importance Of All Other Evaluation Factors. The Government Intends To Evaluate Quotes And Technical Documents To Award A Contract Without Discussions With Offerors. However, The Government Reserves The Right To Conduct Discussions At Any Time If Determined By The Contracting Officer To Be In The Government S Interest.
(end Of Provision)
vendor Questions
note: Some Vendor Questions Are Similar That Are Slightly Rephrased Differently Than Other Vendor Questions, But The Questions And The Answers Are The Same.
who Is The Incumbent?
answer: There Is Currently No Incumbent As This Is A New Requirement.
what Was The Previous/current Contract# For This Requirement?
answer: Currently There Is No Active Or Recent Service Contract For This Requirement.
what Is The Budget For This Requirement?
answer: The Va Does Not Disclose The Funding/budgeted Amount For The Requirement Since This Is An Open Market Competitive Solicitation. Therefore, We Highly Recommend For Vendors To Provide Their Best Offer That They Believe Is Competitive.
regarding The Apc Symmetra Px 40.0 Kva, Serial #edo437001086 And The Toshiba 4200 Fa Ct 20kva, Serial #4000914ue09400, What Is The Battery Count / Battery Type / Brand?
answer:
apc Symmetra - There Are 128 Batteries (apc Replacement Battery Cartridge, Valve Regulated Lead Acid Battery, 7ah, 12vdc). All 128 Batteries, And 4 Fans Were Replaced In March 2024. There Are Currently No Known Alarms.
toshiba There Are 30 Batteries (50505en, 12vdc, 506w).
it States In The Solicitation That The Vendor Must Be An Authorized Service Provider (asp) Of Schneider Electric. We Are Not Aware Of Schneider Authorizing Third Parties To Perform These Services. Can You Confirm?
answer: Documentation Provided To This Office By Schneider Electric States That They Do Utilize Asps. Several Of The Battery Units Have Recently Been Replaced, Therefore It Is Important That The Vendor Is Fully Authorized So That Any Remaining Factory Warranty Remains Intact.
in Relation To This However, It Has Been Determined That The Requirement For The Technicians To Have Received Schneider Factory Training To Be Redundant To The Requirement To Be An Asp, Therefore The Factory Training Requirement Is Removed From The Special Standards Of Responsibility Listed In Far 52.212-2.
Closing Date19 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: The Corps Of Engineers Omaha District Is Soliciting Comments From The Construction Community Addressing The Potential Use Of Project Labor Agreements (pla) For Large Scale Construction Projects (exceeding $35 Million) Within The United States Air Force Academy (colorado Springs), Colorado Area
provide Your Responses Nlt 2pm, Central Time, 07 February 2025 To Scott.dwyer@usace.army.mil. Ensure Your Response Is Limited To 5 Pages And The Subject Line Of Your Response Includes “pla Survey – Renovate Sijan Hall Phase One” And The Pla Id Number: W9128f25sm010. Please Provide Your Contact Information In The Body Of The Email.
a Pla Is Defined As A Pre-hire Collective Bargaining Agreement Between A Prime Contractor And One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s. C. 158(f). Federal Acquisition Regulation (far 22.503) Policy Provides That:
(a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects.
(b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor, Or Certain Subcontractors, Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will
(i) Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards And Other Matters; And
(ii) Be Consistent With Law. Reference: Far 52.222-33 Notice Of Requirement For Project Labor Agreement; Far 52.222-34 Project Labor Agreement.
request Responses To The Following Questions:
(1) Do You Have Knowledge That A Pla Has Been Used In The Local Area On Projects Of This Kind? If So, Please Provide Supporting Documentation.
(2) Are You Aware Of Skilled Labor Shortages In The Area For Those Crafts That Will Be Needed To Complete The Reference Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
(3) Are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
(4) Identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement.
(5) Identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement.
(6) Identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project.
(7) Identify Any Additional Information You Believe Should Be Considered On The Non-use Of A Pla On The Referenced Project.
the Information Gathered In This Survey Should Include The Following Information On Projects Completed In The Last 2 – 5 Years:
project Name And Location
detailed Project Description
initial Cost Estimate Vs. Actual Final Cost
was The Project Completed On Time?
number Of Craft Trades Present On The Project
was A Pla Used?
were There Any Challenges Experienced During The Project?
project Description:
this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp).
the Project Will Be Located At The United States Air Force Academy In Colorado Springs Colorado. The Project Will Include Various Types Of Horizontal And Vertical Scope, Including Architectural, Interior Design, Mechanical, Electrical, Exterior Envelope, Structure, Fire Protection, And Site Improvements. Sijan Hall (building 2348) Is The Second Of The Two Cadet Dormitory Buildings At The United States Air Force Academy, Located In Colorado Springs, Colorado, And Construction Was Completed In 1968. The Primary Function Of Sijan Hall Is A Dormitory For Cadets And Was Designed To House 2,520 Students In 1968; Currently There Are 1,926 Cadets That Occupy Sijan.
several Other Ancillary Functions Are Also Housed In Sijan Hall. This Six-story Building Is Located On The South Side Of The Cadet Area. The Facility With Approximately 625,300 Square Feet Is Listed As A Part Of The Air Force Academy’s National Historic District.
the Renovation Of Sijan Hall Will Be Broken Up Into Five (5) Stand-alone Phases, With Each Phase To Be Constructed Independently, To Accommodate The Relocation Of Displaced Cadets And Thus Allow The Remainder Of The Building To Be Open And Operational As Each Phase Is Being Renovated. No Disruptions To Functions Will Be Permitted To The Phases And Portions Of The Building That Are Not Being Renovated. The Focus Of This Pla Survey Is Limited To Phase 1 Which Includes The Renovation Of Approximately 135,000 Sf Of The Building Representing Phase 1. Phase 1 Will Be Solicited As A 100% Design And Will Include, But Not Be Limited To: Interior Renovations, Exterior Curtain Wall Replacement, Mechanical, Electrical, Plumbing, Fire Protection, Life Safety, Energy Management, Any Associated Exterior And Utility Work, And Communication Systems. Other Portions Of The Building Will Be Occupied During Performance Of Work Under Phase 1. Sijan Hall Currently Does Not Meet The Latest Usafa Design Standards, So The Design To Be Constructed Under Phase 1 Will Ensure That Items Replaced Or Upgraded Comply With The Current Usafa Design Standards. Most Of The Existing Building Systems Have Exceeded Their Useful Life And Will Be Removed And Replaced As Part Of This Project. Repairs To The Facility Are Required To Address Repetitive System Maintenance, Prevent Further Deterioration Of The Building’s Systems, Components, And Infrastructure, And Facilitate Future Maintenance Of All New Building Systems And Infrastructure. The Building’s Exterior Envelope And Systems Will Need To Be Modernized To Meet The Requirements Of Unified Facilities Criteria (ufc) 1-200-02, High Performance And Sustainable Building Requirements.
phase 1 Renovation Will Address Interior Renovations, New Architectural Finishes And Interior Upgrades, Interior Work Brought Down To The Structure And Rebuilt Per Usafa Standards, The Removal And Abatement Of Asbestos Containing Materials And Lead Based Paint. Phase 1 Will Also Include Removal And Replacement Of All Exterior Curtain Wall Systems Within The Boundary Of Phase 1, And Will Provide All Mechanical, Electrical, Plumbing, And Fire Protection Work Back To The Mechanical Room(s) That Serve The Areas Within Phase 1. Phase 1 Will Also Involve Installing Building Systems To Include Mechanical, Plumbing, Low Voltage, Electrical And Communication Systems; For Example, Isolation Valves And Bypass Capability On The High Temperature Hot Water (hthw) System So Each Mechanical And Plumbing Zone Will Be Independently Isolated. In Addition, Phase 1 Will Include The Replacement Of Three (3) Substations. A Ground Source Heat Pump System Will Be Used For All Phases Of The Sijan Hall Renovation, With Phase 1 Providing The Entire Well Field, Including 160 6” Wells Drilled To Approx. 400+’. This Well Field Will Be Located South Of Sijan Hall And Placed In The Sloped Hillside North Of The Cadet Parking Lot. The Roof Of Sijan Hall Has Been Completely Replaced And Therefore Is Excluded From The Scope Of Work; However, Isolated Repairs May Be Required For Roof Penetrations Associated With Phase 1 Work.
the Overall Intent Of This Project Is To Bring The Facility Up To Code. Where Non-code Compliant Building Construction, Components, And Features Are Identified By The Life Safety And Building Code Analysis, They Will Be Corrected As Part Of The Project Construction. As Part Of The Life Safety And Building Code Analysis, The Construction Type Of The Facility Shall Be Identified. The Current Construction Type Will Comply With The International Building Code (ibc) 2018 And Applicable Ufc, Nfpa And Ada. Sijan Hall Will Be Used Primarily As A Dormitory And Will Be Classified As A Residential Group R-2. The Building Will Also Consist Of Small Accessory Assembly And Office Spaces (i.e., Individual Offices And Barber Shop). These Assembly And Office Spaces Will Be Individually Classified Per Sections 302.1 And 508.2 Of The Ibc. All Current Codes, Ufc’s And Usafa Standards Will Be Incorporated Into The Final Product. The Existing Facility Does Not Comply With Ufc 3-600-01, Fire Protection Engineering For Facilities, But Shall Be Brought To Compliance With This Ufc As Part Of This Project. This Ufc Requires Complete Sprinkler Protection Regardless Of Floor Area Or Construction Type. Also, Temporary Fire Rated Barriers Will Be Necessary To Protect Occupied Spaces From Construction Areas.
dfars 236.204, Disclosure Of The Magnitude Of Construction Projects: The Estimated Construction Cost Of This Project Is Between $100,000,000 And $250,000,000.
the Estimated Period Of Performance Is 730 Calendar Days. Construction Award Is Anticipated In The First Quarter Of Fiscal Year 2026.
contractors Responding To This Market Survey Must Submit Their Responses Via E-mail To Scott Dwyer At Scott.dwyer@usace.army.mil No Later Than 2:00 Pm (cst), Friday, 07 February 2025.
Closing Date7 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Details: Work Item 1: Ship Service Diesel Generator, Load Testing, Perform
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Perform Load Testing Of Designated Ship Service Diesel Generator (i.e., Ssdg) Listed In Table 1.
table 1 – List Of Ship Service Generator
caterpillar Model No.
description
location
3512b
no.2 Ship Service Diesel Generator,1360 Kw, 450 Volt Ac, 3 Phase, 60 Hz
forward Main Machinery Room (5-44-01-e)
1.2 Government-furnished Property.
none.
2. References
coast Guard Drawings
coast Guard Drawing 750-wmsl-501-002, Rev E, Machinery Arrangements (asc501001)
coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
coast Guard Technical Publication (tp) 7119, Ship Service Diesel Generator - Model 3512b
coast Guard Technical Publication (tp) 7165b, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 1
coast Guard Technical Publication (tp) 7166b, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 2 & 4
coast Guard Technical Publication (tp) 7167, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 3
other References
comdtinst 9077.1 (series) Equipment Lockout-tags-plus Instruction
mil-std-1310, Sep 2009, Shipboard Bonding, Grounding, And Other Techniques For Electromagnetic Compatibility And Safety
3. Requirements
3.1 General. Contractor To Provide Load Bank And Oem Technical Representative Services To Oversee Overall Break-in And Run-up Procedures For Reassembled Caterpillar 3512b Engine, To Include All Steps Required From Initial Startup To Satisfactory Completion Of 100% Load Operation For Oem Prescribe Timeframe.
3.1.1 Cir.
none.
3.1.2 Tech Rep.
none.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
piping
electrical Cables
switchboard Enclosure
vent Ducting
motor Operated Valves
3.1.5 Background Information. Ssdg Listed In Table 1 Will Be Modified By The Coast Guard For The Following Task:
generator Bearing Replacement
shaft Alignment
pinning And Machine Work
diesel Engine Top-end Overhaul
3.1.5.1 After Completion Of Above Listed Tasks, This Work Item Is To Be Used For The Contractor To Perform Load Testing Of Designated Ssdg Listed In Table 1.
3.2 Work Location. The Concerned Work Area Is Listed In Table 1. See The Applicable Drawings In References In Paragraph 2 For Guidance, Locations, And Details.
3.2.1 Proposed Temporary Cable Routing Must Be Developed Using Uscg Dwg 418a-wmsl-801-001. Submit A Cfr.
3.2.1.1 Temporary Load Bank Cables Must Be Routed From The Switchboard To The Load Bank Via A Single Route, And Must Not Be Routed Separately By Any Method Which Would Lead To Unbalanced Phase Cables To Transit Through Hull Or Bulkhead Openings.
3.3 Grounding. The Contractor Must Ensure Conductive Surfaces Of The Load Bank Enclosure Are Appropriately Bonded And Grounded For Protection Of Personnel.
3.4 Contractor Furnished Materials (cfm). The Contractor Must Furnish Materials Listed In The Table 2 For Load Testing Of The Ssdg Listed In Table 1.
table 2 – Contractor Furnish Materials
materials
description
source Of Supply
load Bank
1500 Kw, 450 Volt Ac, 3 Phase, 60 Hz, Resistive
electrical Equipment’s Rental Company
load Bank Cables
approximate Length Of 300 Feet Cables With Ring Tongue Compression Lugs, 6 Paralleled #4/0 Copper (single Conductor) Per Phase (18 Total X 300 Feet) And One Additional Length For The Equipment Grounding Conductor Or Six Lstsgu-400
tony Santiago
murray Benjamin Electric
397 West Ave.
stamford Ct 06902
(203-705-2100) Or Any Electrical Cable Supplier
3.4.1 The Contractor Must Provide Miscellaneous Hardware Required For Electrical Installation (i.e. Nylon Stuffing Tubes, Chafing Gear, Box Connectors, Lugs, Fasteners, Wire Nuts, Tapes, Cable Ties & Cable Mounting Brackets, Etc) Of The Electrical Equipment.
3.5 Load Testing. The Contractor Must Provide Labor And Crane Services As Necessary For Placing Load Bank At Suitable Location (i.e., On The Pier Or The Ship). After Completion Of Load Bank Testing Of Ssdg, The Contractor Must Remove All Installed Equipment And Cables Used During Testing.
3.5.1 Testing Plan. The Contractor Must Submit A Plan For Load Testing Of The Ssdg In Accordance With Tp 7119.
3.5.1.1 The Plan Must Cover The Following Topics At A Minimum:
steady Increase Of Load In Multiple Steps Up To 100% Real Power Load
no Less Than 2 Hours Of Continuous Testing At 100% Load
simulated Start Of 450 Hp Load (assume No More Than 200% Fla)
emergency Shutdown Procedures
load Bank Specification And Location
cable Locations For Load Bank
no-load Tests
data To Be Collected During Tests
all Proposed Connections, Cable And Load Bank Configurations
3.5.1.2 The Contractor Must Start Testing Of The Ssdg After Cor Approval Of Submitted Test Plan And Official Acceptance By The Contract Officer (ko).
3.5.2 After Placing Load Bank At Suitable Location (i.e., On The Pier Or The Ship) The Contractor Must Install The Cables From The Load Bank To Associated Ss Switchboard Bus Bars (i.e. Back Side Of Ss Switchboard No.2s), According To The Agreed Upon Cable Routing.
caution
the Back Side Of The Switchboard Should Be Roped Off As A Personnel Exclusion Area (approximately 10 Foot Radius From Any Visible Live Bus
3.5.2.1 The Contractor Must Route The Cables From Designated Ssdg To Load Bank Through Hatches And Passageway. The Contractor Must Run Cables In Overheads As Much As Possible To Avoid Trip Hazards.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
safety
at Any Point In The Load Test Or Operational Testing Period If The Need Presents Itself The Engine – Prime Mover May Be Shut Down By The Tech Rep With Communication To The Uscg Operational Engineer Utilizing The Local Eos, E Stop Or Shut Down From The Switch Gear. Any Of The Three Options Will Automatically Open The Ssdg Buss Breaker
3.5.3 After Warmup Of Ssdg Until Coolant Temperature Reaching 140 Degree F, The Contractor Must Perform The Load Testing Of Designated Ssdg Listed In Table 1 At Following Load Condition.
table 3 – Load Testing
load
hours
*no Load
0.5 Hrs
25 % Load
0.5 Hrs
50 % Load
0.5 Hrs
75 % Load
0.5 Hrs
100 % Load
2.0 Hrs
no Load
0.5 Hrs
running No Load Testing. No Load Testing Will Consist Of Running The Engine At Idle Rpm Until The Engine Coolant Temperature Reaches 140 Deg. F During That Warmup Time Safety Testing Will Be Performed For Oil Pressure, Temp Warning, Emergency Shut Down Conditions, And Coolant Temp. Warning And Shutdown. Shipboard Alarm Verification Will Be Observed At That Time As Well.
3.5.3.1 Engine Parameter Readings During The Load Bank Test Must Be Taken Every 15 Minutes Including, But Not Limited To The Bullet Points In This Paragraph. Submit A Cfr.
engine Temp, Coolant Temp, Oil Pressure, Boost Pressure, Intake Air Temp After The Aftercooler, Exhaust Stack Temp, Left And Right Bank Exhaust Temperatures.
in Addition To The Generator Load Test Form, A Caterpillar Steady State Engine Performance File Shall Be Recorded On The Engine Ecm All Related Available Information.
generator Information, Voltage Reading Per Phase, Amperage Readings Per Phase, Hz, Bearing And Winding Temps.
pre And Post-test Pssrp Shall Be Saved On The Ecm To Provide Verification Of All Available Diagnostic Codes And Events.
all Electronic Files And Reports Must Be Submitted Via Cfr.
3.6 Load Test Documentation. After Completion Of Testing, The Contractor Must Provide All Collected Data Sheets To The Contracting Officer.
4. Notes
this Section Is Not Applicable To This Work Item.
Closing Date10 Feb 2025
Tender AmountRefer Documents
Municipality Of Pintuyan, Southern Leyte Tender
Automobiles and Auto Parts
Philippines
Details: Description Item No. Item And Descriptions Quantity Unit 1 Lot Of Mobile Command And Control Vehicle (moccov) With Triage Technology Specifications: Trailer; 1 Set Trailer Dimension: L 16’ft X 6’8” Ft Trailer 40 Sq.m. Covered Area, Command Center Tent Maximum Capacity: 18 Persons Capacity: 10,000 Lbs. Multi-use Compartment For Rescue Equipment Swing Out Sink Rear/kitchen Top Tailgate Water Tank Gauge Indicator Automatic Water Pump For Faucet Reflectorized Trailer Side Markers Full Color Decal Suspension And Under Chassis Details: Round Axle With Hubs And Heavy-duty Bearings Rear Stabilizer Swivel Legs Front Stabilizer Swivel Legs Tandem Wheel And Fender With Spare Tires Front Swing/swivel Hand Jack With Tire Electromagnetic Brake System Swing Out Rear Tail Gate Dust And Waterproof Pvc Travel Cover Tent System; 1 Set Material: Wax Poly Cotton Canvas Fabric Annex 1: Mission Room Convertible To Bedroom Annex 2: Kitchen And Pantry Room Annex 3: Mission Room Annex Walls, With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All Made With Heavy Duty Materials Maximum Capacity: 18 Persons Annex Walls With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All In Heavy Duty Material Tent Material Is Water Repellent 3-season Tent That Can Withstand A Wind Force Of 7.5 Mph Baseline With Approximately 38 Mph Winds And Gusts Trailer Utilities; 1 Set Trailer Built-ins 150 Liters Water Tank Pump And Plumbing System Ac And Dc Power Inlet Mounted And Wash Basin Dust And Waterproof Pvc Travel Cover Portable Air-conditioning Unit Horsepower: 1 Hp Weight: 29 Kg Dimensions: 36.5 × 44.5 × 71.5 Cm Cooling Capacity: 12,600 Kj/h Power Consumption: 1100 W Applicable Area: 18-28 M 3 Units Independent Portable Toilet Material: Pp, Abs Dimension:35x42x43cm / 13.8×16.5×17" Capacity: 24l Flush Method: Press Compact Size And Lightweight Design Also Fit For Outdoor 1 Unit Toilet/shower Tent Material: Waterproof Cloth Rod: Glass Fiber Pop-up Dimension: 1.2x1.2x1.8 M With 1unit Portable Camping Shower, Rechargeable 2 Units Fuel Tank Standard: As/nzs 2906:2001 Capacity: 20l Of Fluid Spill Proof Vented Pouring Spout. Material: Uv Stabilized High Density Polyethylene 4 Units Fire Extinguisher 5lb Abc Non-toxic And Non-corrosive Chemicals Refillable Mono Ammonium Phosphate Chemical, Non-conductor, Non-toxic, Stored Pressure Equipped With Pressure Gauge, Brass Valve And Heavy-duty Air Hose With Nozzle 1 Unit Communication And Surveillance Pneumatic Mast Operation: Arc Movement + Vertical Movement Height: 10m Pan Movement: 360°gross Weight: 50 Kg Operation Platform: Arc Movement Horizontal And Vertical Rotation Speed: 6r/min Wind Resistance: 66km/h Control Way: Rs485, Pelco-d/p Agreement, Remote Control Material: Aluminum Alloy Power Supply: Dc12v-10a 1 Unit Wireless Siren Voltage: Dc 12v Output Power: 200w Siren And Microphone 1 Set Weather Station System Measurements: Hygrometer//humidity, Rainfall, Temperature, Wind Direction, Wind Speed Sensors: Anemometer, Rain & Temperature Solar-powered With Stored Energy Backup. Corrosion-proof And Can Withstand Extreme Weather Environments Has Wireless Transmission Range Of 1000 Ft. (300 M) Transmits Data Every 2.5 Seconds 1 Set Rescue Quadcopter Drone Waterproof Extended Flight Time Up To 20 Minutes Power-flip Function When Floating Flight Control Feel Tuned For Lifesaving As Well As Search And Rescue Operations 2.7k Color Camera, Remote Control Specially Designed Rescue Buoyancy Sausage Live As Well As Recorded Video Footage Payloads Up To 1.2kg 1 Set Satellite Internet Starlink; Standard Roaming Account (subscription Not Included) 1 Unit Uhf/vhf Radio Communication System Frequency Range 136-174 Mhz Or 450-520 Mhz Number Of Channels Max. 32 Channel Spacing Analog 12.5 Khz Digital 6.25 Khz Operating Voltage 13.6 V Dc ± 15% Frequency Stability ± 2.0 Ppm ± 1.0 Ppm Antenna Impedance 50 Ω Weight: 1.10 Kg 1 Set Management Laptop Intel Core I5 Ram 8gb Display: 15.6 Inches (main Display) Windows 10/11 Home/webcam/bt/wifi/cardreader/backlit Keyboard 1 Set Led Robotic Search Light Lighting Mode: Low Light, High Light, And Flashing Image Resolution: 1280 × 720 Max. Rotation Range Yaw: - 70° To + 70°, Pitch: - 135° To 45° Power Consumption: ≤ 40 W 1 Unit Ptz Perimeter Camera System Pan, Tilt, Zoom 1/2.8" Hd Progressive Scan Cmos 1920 × 1080 Resolution 25× Optical Zoom 120 Db True Wdr (wide Dynamic Range) Up To 100 M Ir Distance 3d Intelligent Positioning Switchable Tvi/ahd/cvi/cvbs Video Output 1 Unit Bullet Camera System Image Sensor 1/3" Progressive Scan Cmos Min. Illumination Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir Day & Night Ir Cut Filter Angle Adjustment: Pan: 0° To 360°, Tilt: 0° To 100°, Rotate: 0° To 360° Max. Resolution: 2688 × 1520 4 Units Cctv Nvr 8 Channel (ds-7208huhi-k1/e) Digital Video Recorder Mouse, Manual And Power Cord Remote Viewing Anytime, Anywhere Live View From Pc, Smartphone Or Tablet Turbo Hd Camera Ultra-low Light Chromatic Night Vision 1 Set Console Box Heavy Duty Case For Cctv System And Media System Laminated Water Resistant, 1 Unit All In One Pc, 2 Units 22inch Multimedia Tv With Tv Box, 1 Unit 32-inch Smart Tv, 7inch Am/fm Audio Receiver With Speakers, Wireless Keyboard And Mouse 1 Unit Step Ladder 3 Step Foldable Aluminums Ladder 1 Unit Table For Mapping Folding Half Table With Foldable Steel Legs 4ft 122 X 60 X 74cm 1 Unit White Board Magnetic White Board 30cm X 60cm 1 Unit Rescue And Triaging Foldable Rescue Boat With Outboard Motor Width (beam) When Open: 60″ 1.52mdraft: 4″ 11.4cmdepth Mid-ship: 24″ 56cmcapacity: 807 Lbs. Number Of Seats: 6material: Hard Plastic 1 Set Water Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 2 Rescue Vest, 1 Rescue Can, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag 1 Set High Angle Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag, 1 Swing Spinner Carabiner,1 Hand Ascender Device, 1 Adjustable Foot Loop Sling, 1 Descender Rescue 8, 1 Pulley Single Sheeve, 1 Pulley Double Sheave 1 Set Automated External Defibrillator Protocol: Semiautomatic And Fully Automatic Configuration Defibrillator Charge Hold Time: 30 Seconds. Aed 3 Automatic Model: 3 Seconds Prior To Automatic Shock Delivery Energy Selection: Factory Pre-programmed Selection Patient Safety: All Patient Connections Are Electrically Isolated Size: (h X W X D) 12.7 Cm X 23.6 Cm X 24.7 Cm. 5.0 In X 9.3 In X 9.7 In Weight: 2.5 Kg; 5.5 Lbs. (with Battery) 1 Unit Emergency And Trauma Bag. 1 Btl Alcohol 150ml 1 Btl Betasol Povidone 60ml 1 Btl Hydrogen Peroxide 60ml 1pc. Tourniquet 1 Set Oxygen Tank W/ Regulator 1 Pc. Emergency Blanket 1 Pc. Arm Splint / Sam Splint 1 Pc. Leucoplast ½ 1pc. Cpr Mask Surgi-tech 1 Pc. Cervical Collar 1 Pc. Triangular Bandage 1 Pc. Hot And Cold Pack 160g Surgi-tech 1 Pc. Digital Thermometer Advan 1 Btl Dextrose Partners 1 Pc. Iv Tubing Surgi-tech 1 Pc. Iv Cath G.24 1 Pc. Cosmed Butterfly G.23 1 Pc. Pulse Oximeter 1 Set Ambu Bag Pvc 1 Pc. Pen Light Indoplas 1 Set Blood Pressure / Bp Set 1 Pc. Kelly Forceps Straight 1 Pc. Surgical Scissor Straight 1 Set Foldable Military Spec Medical Beds Material: High-grade Aluminum Foldable Product Size: 194 X 66 X 41cmfolded Size: 90 X 12 X 20cmweight: 9.5kgload Bearing: Less Than 159kg 5 Units Jack 3-ton Crocodile Jack 1 Unit Rescue Axe Gross Weight: 32oz Or 910g Length: 15" Or 38cm Carbon Steel Head Dual Fiberglass Handle Rubberized Grip 1 Unit Bolt Cutter Size: 12" Max. Cutting Size: 5mm Cr-v Blade 1 Unit Hi-lift Responder Jack Material: Cast Iron Steel Size: 42” Leverage: 4660 Lbs. 1 Unit Medical Stretcher Product Size (length*width*height): 214*54*13cm Foldable 1 Unit Shovel Full Length: 42cm Spade Width: 10cm Shovel Length: 12.5cm Pick Length: 11cm 1 Unit Power Supply And Electronics Jump Starter/power Bank Ce/rohs/emc Battery Capacity:15000mah Input: 14/a Output:5v/4a; 12v/12a; 19v/3.5a Charging Time: 5 Hours Start Current: 300a Peak Current: 600a 1 Unit Solar Power Generator System Rated Power: 200w Rated Voltage (vmp): 18v Rated Current (imp): 3.34a Open-circuit Voltage: 21.6v Short-circuit Current: 3.64a Number Of Cells: 36 Cell Type: Poly-crystalline Silicon Glass Type: High Transmission, Low Iron, Tempered Glass, Glass Thickness Of Glass: 3.2mm 1 Set Wind Power Generator System - Material: Nylon Fiber - Blade Length:600mm - Wind Wheel Diameter:900mm - Weight:12.5kg - Rated Power: 400w - Starting Wind-speed: 12m/s - Rated Voltage: 12/24vr 1 Unit Generator Set Power Inlet Mounted220-240vopen Type Generator Starting System: Recoil/electrical Starting Alternator Material: 100% Cu Frequency (hz): 60voltage(v): 120-240rated Output (kw): 8max Output (kw): 8thd (%): 25running Time At 50% Loading(h): 8.5fuel Tank Size(l): 21noise Db(a): 97insulation Grade: F 1 Unit 220v Backup Inverter Power System 3000 Watts Power Inverter Dc Charging System Output Voltage: 220v (+-) 10% Output Frequency: 60hz (+-) 2 Output Wave Form: Modified Sine Wave Peak Efficiency: 65% 1 Unit Battery Bank Power Supply 100ah X 4 (total Capacity= 400ah) Lithium Ion Battery 1 Unit Training - Seminar Technical Seminar Training For Ingress And Digress Of Trailer-tent System Gain Knowledge Of Equipment And Its Specifications Proper Handling And Proper Use Of Tools And Equipment's Ergonomic Placement Of Equipment Individual Seminar Training And Testing Of Each Individual For A Specific Role Ex: Basic Drone Pilot Training, Cctv Controller Etc. Note: Caap Certification Not Included Team Seminar Conducting Team For Ground Training And Actual Response Action Efficient Ingress And Digress Of Mocov Synchronization Of Individual And Their Roles At A Specific Time Of Action Tool Set 82 Pcs Tool Set 1 Set Cook Set 6 Persons Cook Set 1 Set Portable Stove 2 Burner Portable Butane Stove 1 Unit Vehicle Modified 4x4 Xl Ford Ranger 2024 Or Its Equivalent Or Better Powertrain 4x4 Drivetrain 2.0l Turbo Diesel Maximum Power 170hp @ 3,500maximum Torque 405nm @ 1,750-2500 Rpm6-speed Manual Transmission Chassis & Suspension Front Suspension Double Wishbone With Coil Springs Rear Suspension Leaf Spring Front Ventilated Discs/rear Drum Wheels & Tires16" Off-road Mag-wheels 255 / 70r 16 Tires Accessories: Snorkel Led Bar Light, Roof Tray, Led Emergency Strobe Light Bar, Load Plus (suspension), Tow Hitch Set 1 Lot Notes: 1. All Items Should Be Supplied, Delivered And Installed On-site As Designated By The End-user Unit. 2. Mobile Command And Control Vehicle With Triage Technology And Its Accessories Should Be Accredited Or Recognized From Department Of Science And Technology (dost) Or Any Appropriate Government Agencies. 3. Vehicle Inclusions: Lto Registration – 3years, Ctpl-3years, Insurance With Aog – 1 Year, With Logo Of The Municipality (pintuyan). 4. Product Warranty Certificates For Vehicle. 5. Product Warranty Certificates For Equipment, Devices And Accessories Not Less Than One (1) Year. 6. Trainings For Operators Of All Equipment, Devices And Accessories And Corresponding Seminars For Conducting Team Shall Be Formed Part Of The Contract.
Closing Date7 Jan 2025
Tender AmountPHP 17.8 Million (USD 306.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposal Or Quote And Does Not Obligate The Government To Award A Contract. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research, To Make Appropriate Acquisition Decisions, And To Gain Knowledge Of Potential Qualified Businesses Capable Of Providing The Following:
ge Maclab/combolab System Maintenance And Repair For Columbia Vamc
*** See Statement Of Work Below For Details ***
If This Is Within Your Capability, Please Respond With The Information Below:
company Name
address
point Of Contact
phone, Fax, And Email
uei Number
gsa Contract (as Applicable)
capability Statement That Clearly And Convincingly Identifies Your Ability To Fulfill This Requirement.
brochures Of Product Being Offered To Include Specifications.
authorized Service Provider Letter From Oem
interested Firms Are Reminded That In Accordance With Far 4.12, Prospective Contractors Shall Complete Electronic Annual Representations And Certifications To Be Considered For Award. In Addition, Far 4.11 States That Prospective Contractors Shall Be Registered In The System For Award Management (www.sam.gov) Database. All Service-disabled Veteran Owned Small Businesses (sdvosb) And Veteran Owned Small Businesses (vosb) Shall Be Verified In Vetcert At Https://veterans.certify.sba.gov
point Of Contact For This Sources Sought Is:
veronica.flores@va.gov
(913) 946 - 1167
department Of Veterans Affairs
network Contracting Office -15
3450 S. 4th Street Trafficway
leavenworth, Ks. 66048â
statement Of Work
1. Period Of Performance
the Contract Shall Consist Of One (1) Base Year And Four (4) Optional One-year Periods.
2. Background
the Cardiac Cath Labs And Hybrid Operating Room Currently Is Requesting Routine Maintenance For Their Ge Healthcare Maclab/combolab Systems And Associated Equipment. This Equipment Is Used To Monitor And Document Patient Treatment And Vital Signs During Cardiac Diagnostic Procedures Such As Coronary Angiogram, Cardiac Catheterization With Angioplasty, Electrophysiology Studies; And Various Therapeutic Interventions Which May Include Percutaneous Angioplasty, Coronary Stent Placement, Rotoblation, Icd Placement, Pacemaker Implant And Tavi (transcutaneous Aortic Valve Implantation, Impella Device Placement And Intra-aortic Balloon Pump Placement. The Service Also Provides Peripheral Vascular Angiography, Peripheral Vascular Angioplasty And Stent Placement.
the Columbia Va Medical Center Is Requesting Routine Maintenance As Required By The Joint Commission, The Truman Va Medical Center Healthcare Technology Management Medical Equipment Management Program And The Oem Specifications For The Ge Healthcare Maclab/combolab Systems. Timely Repair Of This Equipment Is Essential To The Safety Of The Patient Population And The Efficient Operation Of The Cardiology And Operating Room Departments.
3. Required Services
3.1 The Contractor Shall Provide Maintenance And Repair On Site (when Determined By Contract Cor/poc), To Include All Replacement Parts, Labor, Travel Expenses, Telephone Technical Support, Remote On-line Support (maintain A Current Mou/isa Allowing Vpn Access), Tools, Test Equipment And Other Incidentals Necessary To Maintain And/or Restore The Listed Equipment), To Operating Specifications According To The Manufacturer's Specifications. All Maintenance And Repairs Shall Be Provided During The Contract Business Hours Of 8:00am 5:00 Pm, Monday Through Friday, Excluding Federal Holidays Unless Otherwise Approved By Contract Cor/poc. Upon Placement Of A Service Request, The Contractor Must Respond To The Contract Cor/poc Within One (1) Hour By Telephone For Diagnostic Response And Must Provide Priority On-site Service Response Within Eight (8) Business Hours After Contacting The Va, Unless Otherwise Determined By Contract Cor/poc.
federal Holidays:
new Year S Day Labor Day
martin Luther King Birthday Columbus Day
presidents Day Veterans Day
memorial Day Thanksgiving Day
juneteenth Day Christmas Day
independence Day
and Any Other Federal Holiday That Is Not Listed Above.
3.2 The Contractor Shall Provide Full Scheduled And Unscheduled Maintenance And Repair (when Determined By The Contract Cor/poc), To Include All Replacement Parts, Labor, Travel Expenses, Telephone Technical Support, Remote On-line Support (if Applicable), Tools, Test Equipment And Other Incidentals Necessary To Maintain And/or Restore The Equipment Below:
â â â â â â â â â â â â â â â Nameâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â Serial#â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â Locationâ â â â â â â â â â â â â â
altix Maclab Acquisition Computer  â â â â â â â â Ssd23148539taâ â â â â â â â â â â â â â â D193a
altix Combolab Acquisition Computer  â â Ssd23198617taâ â â â â â â â â â â â â â â D194a
altix Maclab Acquisition Computer  â â â â â â â â Ssd23148535taâ â â â â â â â â â â â â â â G104
client Workstation  â â â â â â â â Sse23017659taâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â d193
client Workstation  â â â â â â â â Sse23017673taâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â d194
client Workstation  â â â â â â â â Sse23017671taâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â d180
client Workstation  â â â â â â â â Sse23017672taâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â d181
client Workstation  â â â â â â â â Sse23017658taâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â d183
client Workstation  â â â â â â â â Sse23017660taâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â d182
patient Data Module (pdm) Â â â â â â Spx23220191saâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â D193
patient Data Module (pdm) Base Station  â â â â â â â â â â â su723190059saâ â â â â â â â â â â â â â â D193
respironics C5 Co2 Module  â â â â â â 163-386619â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â D193
patient Data Module (pdm) Â â â â â â Spx23220187saâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â D194
patient Data Module (pdm) Base Station  â â â â â â â â â â â su723190007saâ â â â â â â â â â â â â â â D194â â â â â â â â â â â â
respironics C5 Co2 Module  â â â â â â 163-386690â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â D194
patient Data Module (pdm) Â â â â â â Spx23220173saâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â G103
patient Data Module (pdm) Base Station  â â â â â â â â â â â su722290023saâ â â â â â â â â â â â â â G103
respironics C5 Co2 Module  â â â â â â 163-383759â â â â â â â â  â â â â â â â â â â â â â â â â â â â â â â â â â â G103
altix Inw Server Software  â â â â â â â â â Sa723224435taâ â â â â â â â â â â â â â â â â â â â â â â â â â â â â â â Virtual/no Location
cardio/ Combolab 128 Channel Amplifier  â â â â â â â â â â rxj16310025taâ â â â â â â â â â â â â â â â D194
all Maintenance And Repairs Shall Be Provided During The Contract Business Hours Of 8:00am 5:00 Pm, Monday Through Friday, Excluding Federal Holidays Unless Otherwise Approved By Contract Cor. Upon Placement Of A Service Request, The Contractor Must Respond To The Contract Cor Within One (1) Hour By Telephone For Diagnostic Response, And Must Provide Priority On-site Service Response Within Four (4) Business Hours After Contacting The Va, Unless Otherwise Determined By Contract Cor.
3.3 All Scheduled Preventive Maintenance For Equipment Listed In Paragraph 3.2 Will Be Performed By Contractor. Contractor Will Provide (at No Additional Cost) Any Part(s) Found Out Of Manufacture Specification During The Preventive Maintenance Inspection Activities. Contractor Shall Assist With Planned Maintenance, Quality Assurance And Safety Checks. Scheduling Of Preventive Maintenance Will Be Coordinated Between The Contractor And The Contract Cor.
3.4 All Services For This Contract Must Meet Manufacturer Performance And Technical Specifications, Federal Regulations, And Other Specifications That May Apply Such As National Electric Code (nec), Life Safety Code (lsc), Joint Commission (jc), And Va Regulations.
3.5 The Contractor Shall Only Respond To Service Calls Placed By Biomedical Engineering To Include: The Contracting Officer S Representative (cor) Or Point Of Contact (poc). Personnel Will Be Stated In The Contract.
3.6 The Contractor Accessing The Listed Equipment Must Have An Approved Va Vpn Network Account Established (existing Mou/isa). All Vpn Accounts Will Be Coordinated Through The Facilities Iso (information Security Officer) And Will Comply With All Va Regulations And Standards To Include Oa&mm Information Letter (il 90-01-6) Dated July 16, 2001. Additionally, The Contractor Will Be Responsible For Adhering To The Following Security Requirements/clauses:
3.7 Contractor Shall Provide All Manufacture Required Hardware And Software Updates, Upgrades, Patches, Revisions And Licenses And Service Keys At No Additional Charge To The Hstmvh.
3.8 All Service Engineers Must Report To The Fm Office (building 22) To Sign In Before Work Is Begun On The Premises Of The Hstmvh And Must Also To Sign Out After Work Has Been Completed. The Contractor Must Furnish A Detailed Field Service Report, Or Equivalent, Showing Work Completed, Listing All Repairs And/or Repair Parts Used To Maintain Operating Efficiency Of The Equipment. When Possible, This Report May Be Delivered To Biomedical Engineering Before Contractor Leaves The Station Or Via Email To The Poc/cor. If It Is Necessary For The Contractor To Work After 4:30pm, Permission Must Be Granted From The Contract Cor/poc. If The Service Was Completed After Regular Duty Hours, The Fse Will Sign Out And Leave The Report In The Engineering Control Center, Room D019 Of The Hospital. Payment Will Be Withheld Pending Receipt Of This Report. The Service Report From The Contractor Must Contain, At A Minimum, The Following Information:
a. Date And Time Of The Contractor S Arrival On Station,
b. Type, Model, And Serial Number(s) Of All Equipment On Which Maintenance Was Performed,
c. Total Time Spent Performing Maintenance, Excluding Travel Time,
d. Detailed Narrative Description Of The Malfunction Or Pm Action Required,
e. Complete List Of Parts Replaced,
f. Comments As To The Cause Of The Malfunction When Applicable,
g. Date And Time The Work Is Completed.
3.9 There Is A Potential For Exposure To Bloodborne Or Other Infectious Material With Equipment Throughout The Hospital. All Maintenance Persons Must Use The Universal Precautions (i.e. Decontamination Of Medical Equipment, Wearing Protective Gloves, Aprons, And Goggles) During Cleaning And Maintenance/repair Procedures Required By This Contract. Contractor Will Be Responsible For Providing Their Own Personal Protective Equipment As Applicable.
4. Personnel Qualifications
upon Request By The Cor/poc, Contractor Is Required To Provide Proof Of Qualified, Trained, And Competent Personnel Performing Maintenance Services On All Listed Equipment.
Closing Date21 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n774.4|bv5|(717) 605-3080|tyler.l.curfman.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
production Lot Testing|1|120|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|see Schedule|tbd|||n42794||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg|
equal Opportunity (sep 2016)|2|||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (may 2024)|13|333998|700|x|x||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Solicitation Response Date/time Is Extended To 7 Feb 2025 At 5:00 Pm Eastern.
the Solicitation Response Date/time Is Extended To 27 Jan 2025 At 4:30 Pm Eastern.
the Solicitation Response Date/time Is Extended To 17 Jan 2025 At 4:30 Pm Eastern.
1. This Is A Limited Competitive Navy Spare Requirement.
2. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
3. Quotes Shall Be Emailed To Tyler.l.curfman.civ@us.navy.mil. Quotes Shall Be Received No Later Than 4:30 Pm Eastern On The Response Date Specified In The Solicitation In Order To Be Considered.
4. Fob Destination. Quotes Shall Include Shipping Costs For Shipment Of Units To The Destination.
5. Production Lot Testing Applies For The Requirement. The Eod Technician Has 90 Days In Which To Test/inspect/accept The Production Quantity. The Contract Administrator Has An Additional 30 Days In Which To Notify The Contractor Of The Results; Total 120 Days.
6. Evaluation Factors:
evaluation Utilizing Simplified Acquisition Procedures
the Government Will Issue An Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And Non-price Factors. The Following Factors Will Be Used To Evaluate
quotations In Order Of Relative Importance:
1) Price.
2) Past Performance. The Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine The Following As Appropriate: Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management,
communications Between Contracting Parties, And Customer Satisfaction.
3) Supplier Performance Risk As Described In Dfars 252.204-7024.
(end Of Provision)
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Screw,machine .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=mil-std-130 | | |n |121116|a| | |
document Ref Data=mil-dtl-19595 | | |d |030211|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Screw,machine Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;99251 8324510/830-002
6djn9 830-002;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required.
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595.
3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In
accordance With ;for All Requirements For Part Number 830-002/8324510 And All Associated Specifications.; .
Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. 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.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 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.
There Are 7 (seven) Seperate 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.
6.4 ;all Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance;
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Washer,lock .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=mil-std-130 | | |n |121116|a| | |
document Ref Data=mil-dtl-19595 | | |d |030211|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Washer,lock Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;99251 830-003/8324510 Rev D
6djn9 830-003;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required.
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595.
3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In
accordance With ;for All Requirements For Part Number 830-003/8324510 Rev D And All Associated Specifications; .
Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. 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.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 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.
There Are 7 (seven) Seperate 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.
6.4 ;all Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.;
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Frame,breathing App .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=mil-std-130 | | |n |121116|a| | |
document Ref Data=mil-dtl-19595 | | |d |030211|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Frame,breathing App Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;99251 820-100/8324510 Rev D
6djn9 820-100;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required.
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595.
3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In
accordance With ;for All Requirements For Part Number 820-100/8324510 Rev D And All Associated Specifications; .
Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. 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.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 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.
There Are 7 (seven) Seperate 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.
6.4 ; All Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.;
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Mask,underwater .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=mil-std-130 | | |n |121116|a| | |
document Ref Data=mil-dtl-19595 | | |d |030211|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Mask,underwater Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;99251 820-126/8324510 Rev D
6djn9 820-126;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required.
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595.
3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In
accordance With ;for All Requirements For Part Number 820-126/8324510 Rev D, And All Associated Specifications.; .
Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. 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.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 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.
There Are 7 (seven) Seperate 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.
6.4 ;all Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.;
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,breathing App .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=mil-std-130 | | |n |121116|a| | |
document Ref Data=mil-dtl-19595 | | |d |030211|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Valve,breathing App Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;99251 810-050/8324510
6djn9 810-050;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required.
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595.
3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In
accordance With ;for All Requirements For Part Number 810-050/8324510 And All Associated Specifications.; .
Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. 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.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 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.
There Are 7 (seven) Seperate 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.
6.4 ; All Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.;
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Bit,mouthpiece,brea .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=mil-std-130 | | |n |121116|a| | |
document Ref Data=mil-dtl-19595 | | |d |030211|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Bit,mouthpiece,brea Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;99251 810-027/8324510 Rev D
6djn9 810-027;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required.
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595.
3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In
accordance With ;for All Requirements For Part Number 810-027/8324510 Rev D, And All Associated Specifications.; .
Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. 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.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 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.
There Are 7 (seven) Seperate 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.
6.4 ;all Vendors Are Required To Submit Material C Of C's On All First Article (fa) And Production Lot Testing (plt) Materials Arriving For Final Acceptance Inspection.;
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cover .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=mil-std-130 | | |n |121116|a| | |
document Ref Data=mil-dtl-19595 | | |d |030211|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Cover Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;99251 810-038/8324510 Rev D
6djn9 810-038;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required.
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.5 Non-magnetic Inspection Shall Be In Accordance With Mil-dtl-19595.
3.6 The Contractor Shall Notify The Government Testing Activity ;30; Days Prior To Shipment Of Material To Be Tested.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Production Lot Test - The Contractor Shall Deliver ;all; Unit(s) To ;naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Md 20640-5070, Attn: Cory Legagneux.; For 100% Production Lot Testing In
accordance With ;for All Requirements For Part Number 810-038/8324510 Rev D,and All Associated Specifications.; .
Upon Satisfactory Completion Of The Production Lot Test, The Government Facility Shall Prepare And Package The Unit(s) For Transshipment To Final Shipment Destination(s) In Accordance With The Requirements Of This Contract/purchase Order.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quick
Closing Date7 Feb 2025
Tender AmountRefer Documents
9781-9790 of 9823 archived Tenders