Valve Tenders

Valve Tenders

DEPARTMENT OF EDUCATION CITY SCHOOLS DIVISION OF DASMARI A Tender

Others...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Bids And Awards Committee Request For Quotation Please Quote Your Lowest Price On The Items / Package Listed Below, Subject To The General Conditions. Please Submit Your Quotation Duly Signed By Your Representative On Or Before February 17, 2025 / Monday / 3:00 Pm At Deped City Schools Division Of Dasmariñas Csdo Building, Dasca Compound, Brgy. Burol Ii, Dasmariñas City. You May Also Send Your Quotation Via Password Protected Email At Bac@depeddasma.edu.ph. Password Shall Be Sent To 09190605820 After The Deadline Of Submission Of Rfq. Ryan Ashley B. Rollan Bac Secretariat General Conditions: 1. Total Quotation Amount In Excess Of The Approved Budget For The Contract Shall Be Automatically Rejected. 2. Incomplete Quotation Shall Not Be Accepted. 3. Late Submission Of Quotations Shall Not Be Accepted. 4. Delivery Period Within Thirty (30) Calendar Days Upon Signing Of Purchase Order. 5. Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials, One (1) Year For Equipment, From The Date Of Acceptance By The Procuring Entity. 6. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days. 7. Quoted Prices Are Inclusive Of Tax; Government Taxation Applies. 8. Bidders Must Submit Current And Valid Documentary Legal Requirements Upon Submission Of Quotation: A. [ ] Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; B. [ ] Certificate Of Philgeps Registration Number: ___________________ [ ] Platinum [ ] Red_______ C. Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (for Abcs Above Php50,000.00) To Be Submitted Upon Signing Of Purchase Order.) D. Fda - License To Operate Procurement Project: Procurement Of Drugs, Medicines, And Medical Supplies - Supply And Delivery Mode Of Procurement: Np-small Value Procurement Approved Budget For The Contract: Php300,000.00 1. Drug Class: Antacid / Antiflatulent / Anti-ulcer Drugs Generic Name: Aluminium Hydroxide Magnesium Hydroxide Simeticone Dosage: 178 Mg / 233 Mg / 30mg Chewable Tablets Packaging: 100’s Per Box Brandname: 2. Drug Class: Antibacterial / Penicillines Generic Name: Co-amoxiclav Dosage: 375 Mg (amoxicillin 250mg + Clavulanic Acid 125mg) Packaging: 30’s Per Box Brandname: 3. Drug Class: Antibacterial / Penicillins Generic Name: Co-amoxiclav Dosage: 625 Mg Tablet (amoxicillin 500mg + Clavulanic Acid 125mg) Packaging: 30’s Per Box Brandname: 4. Class Drug: Antibiotics-macrolides Generic Name: Azithromycin Monohydrate Dosage: 500mg Packaging: 3’s Per Box Brandname: 5. Drug Class: Antidiarrheals / Antimotility Generic Name: Loperamide Dosage: 2mg Capsules Packaging: 100’s Per Box Brandname: 6. Drug Class: Antibiotics-penicillins Generic Name: Amoxicillin Dosage: 500 Mg Capsule Packaging: 100’s Per Box Brandname: 7. Drug Class: Antihistamine / Anti-allergy Generic Name: Cetirizine Dosage: 10mg Per Film-coated Tablet Packaging: 50’s Per Box Brandname: 8. Drug Class: Antihypertensives Generic Name: Clonidine Hydrochloride Dosage: 75mcg Tablet Packaging: 100’s Per Box Brandname: 9. Drug Class: Antispasmodics / Analgesic Generic Name: Hyoscine N Butylbromide + Paracetamol Dosage: 10mg/500mg Tablet Packaging: 100’s Per Box Brandname: 10. Drug Class: Antivertigo Drugs Generic Name: Betahistine Dihydrochloride Dosage: 16mg Tablets Packaging: 100’s Per Box Brandname: 11. Drug Class: Anti-inflammatory / Anti-bacterial / Generic Name: Dexamethasone 1 Mg, Polymyxin B Sulfate 6,000 Iu, Neomycin Sulfate 3,500 Iu, Dosage: 5ml Sterile Ophthalmic Suspension Packaging: Bottle With Spray Brandname: 12. Drug Class: Anti-ulcer Drugs Generic Name: Sodium Alginate+sodium Bicarbonate+calcium Carbonate Content: 10ml Per Sachet Packaging: 24’s Per Box Brandname: 13. Drug Class: Anti-ulcer Drugs/ Proton Pump Inhibitor / Anti - Reflux Agent Generic Name: Pantoprazole+domperidone Dosage: 40mg/30mg Capsule Packaging: 30’s Per Box Brandname: 14. Drug Class: Cough & Cold Preparations Generic Name: Carbocisteine + Zinc Dosage: 500mg/5mg Capsules Packaging: 100’s Per Box Brandname: 15. Drug Class: Mouth & Throat Preparations / Anti-bacterial / Anti-inflammatory / Antiseptic Generic Name: Benzydamine Hydrochloride 3mg + Cetylpyridinium Chloride 1.33mg Dosage: 3mg / 1.33mg Lozenges Flavor: Any Packaging: 16‘s Per Box Brandname: 16. Drug Class: Multivitamins, Plain Or With Minerals - Adult Generic Name: Multivitamins And Minerals - Vit. A To Zinc Dosage: Tablet Packaging: Individually Wrapped With Aluminum Foil 100’s Per Box Brandname: 17. Drug Class: Nonsteroidal Anti-inflammatory Drugs (nsaids) Cox - 2 Selective Inhibitor Generic Name: Celecoxib Dosage: 200mg Capsules Packaging: 60’s Per Box Brandname: 18. Drug Class: Oral Electrolyte Drink Mix Flavor: Orange / Apple Content: 4.8g Sachet Packaging: 20’s Per Box Brandname: 19. Drug Class: Topical Anti-infectives Generic Name: Mupirocin Dosage: 5g Ointment Cream Pacakging: Tube Brandname: 20. Drug Class: Topical Antipruritics & Antihistamines Generice Name: Zinc Oxide + Calamine Dosage: 3.5g Ointment Cream Per Sachet Packaging: 20's Per Box Brandname: 21. Drug Class: Topical Products For Joint & Muscular Pain / Counter Irritant Generic Name: Methyl Salicylate Camphor+menthol Dosage: 60ml Liquid Packaging: Glass Bottle Brandname: 22. Drug Class: Topical Products For Joint & Muscular Pain Generic Name: Methyl Salicylate, Menthol, Nux Vomica, Pinelliae Tuber, Drynaria, Liqouric, Huperzia Serrate, Pseudoginseng, Alcohol Content: 64ml Packaging: Plastic Spray Bottle Brandname: 23. Aneroid Sphygmomanometer Manometer: 20-300mmhg Accuracy : ±3mmhg Air System: Nylon Adult Cuff With Latex Bag Material: Zinc Alloy Plated Construction Bulb And Valves Weight : 430g Size: 48 × 14 Cm Nylon Cuff 22 × 12 Cm Pvc / Latex Bladder With Tubes Packaging: Latex Bag Brandname: 24. Cervical Collar - Adjustable, 4 Geared Size: L:48cm X H:13.2cm Thickness: 1cm (child) Material: Plastic Foam Packaging: 1 Piece Per Box Brandname: 25. Cervical Collar - Adjustable, 4 Geared Size: L: 55.5cm X H: 16cm Thickness: 1cm (adult) Material: Plastic Foam Packaging: 1 Piece Per Box Brandname: 26. Cotton Balls Made: 100% Cotton Packaging: 150 Cotton Balls Per Pack Brandname: 27. Face Mask Sterile Non-woven, 3 Ply With Ear Loop, Disposable, Medical Grade: 99%, Hypoallergenic Size: Adult Size Packaging: 50’s Per Box Brandname: 28. Hot Water Bag Size: 500ml Material: Rubber Packaging: 1 Piece Brandname: 29. Hot Water Bag Size: 1 Liter Material: Rubber Packaging: 1 Piece Brandname: 30. Multi-pocket First Aid Medical Bag Size: L: 60cm X W: 45cm X H: 30cm Material: Waterproof 1000d Oxford Cloth Color: Orange Packaging: 1 Piece Brandname: 31. Nitrile Gloves Size: Small Material:vinyl/nitrile, Non-sterile Examination Gloves Packaging: 100’s Perbox Brandname: 32. Oxygen Mask Adult (mask And Hose Pack) Material: Plastic Packaging:1 Piece Mask / 1 Piece Hose Brandname: 33. Oxygen Mask Pediatric (mask And Hose Pack) Material: Plastic Packaging: 1 Piece Mask / 1 Piece Hose Brandname: 34. Rechargeable Penlight Dimension: L: 128mm X D:13mm Weight: 27 Grams Material: Stainless Steel Body Led Light Bulb: 55 Lumens Rechargeable Built-in Battery Packaging: 1 Stainless Steel Box 1 Penlight 1 Usb Charger Cord 1 Lanyard Brandname: 35. Self-adhesive Elastic Bandage Size: W: 5cm X L: 4.8m Material: Elastic Bandage Color: Assorted Color Packaging: 1 Roll Per Pack Brandname: 36. Self-adhesive Elastic Bandage Size: W: 7.5cm L: 4.8m Material: Elastic Bandage Color: Assorted Color Packaging: 1 Roll Per Pack Brandname: 37. Snap-on Retractable Tournique Size: L: 40cm X W: 2.5cm Material: Abs Plastic, Polyester Packaging: 1 Piece/box" Brandname: 38.sterile Gauze Pad Size: 4 In X 4 In (10cmx10cm) Material: 8 Ply Woven Gauze Packaging: 100 Pads Per Box Brandname: 39. Sterile Gauze Pad Size: 3 Inches X 3 Inches Material: 8 Ply Woven Gauze Packaging: 100 Pads Per Box Brandname:
Closing Date17 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)

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 

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 1,622,577.91 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City With Project No. Cb(b)-25-002 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Structures And Obstruction • Remove And Replace Ceiling Board At Abtc And Roof Eaves • Demolish Chb Wall Partition At Utility Access And Female Toilet • Remove And Replace Doors And Jambs • Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02 • Demolish Plant Box At Receiving Area For Stairs Earthworks • Excavation Work For Pedestal Footings • Gravel Bedding For Pedestal Footings • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Concrete Work, Formwork & Scaffolding • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Sputum Collection At Injection Area And Laboratory Steel Reinforcements • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Masonry Wall Reinforcement • Sputum Collection At Injection Area And Laboratory Steel Works • Rectangular Tube 50 X 75 X 1.2mm For Purlins At Waiting Area And Receiving Area • Rectangular Tube 50 X 100 X 1.2mm For Rafter And Column At Waiting Area And Receiving Area Masonry & Plastering Works • 100mm Thk. Chb Wall Partition For Counseling Room • 100mm Thk. Chb Wall For Additional Pwd Toilet, Female Toilet And Sputum Collection Ceiling Works • Replace Ceiling Board At Tb Dots/ Is Dots With 4.5mm Thk. Fiber Cement Board • Replace Ceiling Board At Roof Eaves With Pvc Ceiling Panel Dry Wall Partition • Install Drywall Partition At: - File/ Stock Room & Medical Supplies Room - Examination/ Treatment Area - Arv & Supplies Storage Area - Consultation Room And Laboratory Roofing Works • Install 3mm Polycarbonate Solid Sheet For Roofing At Waiting Area And Receiving Area Tile Works • Installation Of 300mm X 300mm Ceramic Floor Tiles (non-skid) At Additional Pwd Toilet Floor And Female Toilet • Installation Of 300mm X 300mm Ceramic Wall Tiles (glossy) At Additional Cr Wall, Female Toilet And Sink Electrical Works • Remove Lighting And Wirings In The Two Rooms To Be Renovated • Installation Of Conduits ,junction Box ,utility Box • Installation Of New Electrical Wire ,switches , Aircon Outlet • Installation Of Lighting Fixture In Its New Location According The Electrical Plan (note Use The Old Lighting Fixture) • Lighting Circuits Must Be Connect In Circuit No. 1 And Circuit No. 5 As Refer To The Electrical Plan • Additional Aircon Outlet Installed Must Be Connected To Electrical Panelboard Spare Plumbing Works • Pipes (water, Waste And Soil) For Additional Pwd Toilet, Female Toilet And Sputum Collection • Replace P-trap In Every Sink • Installation Of Water Closet, Lavatory And Faucet • Install Of Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm, Grab Bar,vertical Wall Support 32mmø Ss304 Painting Works • Repaint Existing Interior Ceiling Board • New Paint For Ceiling Board At Abtc (tb Dots/ Is Dots) • New Paint For Interior Chb Wall Partition At Counseling Room And Additional Pwd And Female Toilet • Paint Steel Rafter, Purlins And Steel Columns • Seal Joints At Drywall And Ceiling Using Gypsum Putty Doors And Windows • W1- 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window • D1- 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories • D2- 1300mm X 2100mm Double Swing Flush Door With Vision Glass ,50 X 150 Mm Door Jamb And Complete Accessories • D3- 1000mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D4- 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D5- 1?00mm X 2650mm Analok- Aluminum Framed,6mm Thk. Sliding Glass Door With Complete Accessories • D6- 1600mm X2650mm Accordion Door With Complete Accessories • Dw1- 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw2- 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw3- 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw4- 4850mm X 2650mm Analok- Aluminum Framed,6mm Thk. Swing Glass Door With Transom & Complete Accessories I. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, Rx 3"x 14" Coco Lumber, 2"x 3"x10" Coco Lumber, 2"x 2" X8" Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) Ii. Removal Of Structures And Obstruction (q = 1.00 Lot) Includes Remove And Replace Ceiling Board At Abtc (new Tb Dots/is Dots) And Roof Eaves, Demolish Chb Wall Partition At Utility Access And Female Toilet, Remove And Replace Doors And Jambs, Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02, Demolish Plant Box At Receiving Area For Stairs. Iii. Earthworks (q = 2.88 Cu.m.) Includes Volume To Be Excavated, Volume Of Gravel Bedding. Iv. Concrete Work, Formwork & Scaffolding (q = 3.45 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, Marine Plywood 12mm Thk. X 4' X 8', 2" X 3" X 8' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. V. Steel Reinforcements (q = 312.42 Kgs.) Includes 10mm Ø Dsb X 6m, 12 Mm Ø Dsb X 6m, No. 16 G.i. Tie Wire. Vi. Steel Works (q = 299.56 Kgs.) Includes Rectangular Tube 50 X 75 X 1.2 X 6000 Mm, Rectangular Tube 50 X 100 X 1.2 X 6000 Mm, Welding Rod (6011), Baseplate 12mm X 8"x16", 1/2" X 4" Expansion Bolt, Stud Anchor M8x75mm, 4" Cutting Disk, 4" Grinding Disk. Vii. Masonry & Plastering Works (q = 43.27 Sq.m.) Includes 4" Chb 700psi, Portland Cement, Washed Sand,injectable Chemical Anchor. Viii. Doors And Windows (q = 37.00 Set) Includes Wl: 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window; Dl: 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories; D2: 1200mm X 2100mm Double Swing Flush Door With Vision Glass , 50 X 150 Mm Door Jamb And Complete Accessories; D3: 900mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; D4: 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; Ds: 1700mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Sliding Glass Door With Complete Accessories; D6: 1600mm X2650mm Accordion Door With Complete Accessories; D7: 900mm X2100mm Wooden Flush Door W/50 X 150 Mm Door Jamb And Ss Lick Plate With Complete Accessories; Dwl: 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw2: 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw3: 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw4: 4850mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Ss Lever Type Lockset, Heavy Duty; Ss Knob Type Lockset, Heavy Duty. Ix. Painting Works (q = 372.77 Sq.m.) Includes Skim Coat (20kg/pack), Pennacoat Rat Latex, Masonry Putty, Red Oxide Primer, Quick Drying Enamel, Paint Thinner, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ", Sand Paper (assorted Sizes), Tape Fiberglass Mesh (48mm X 30m), Gypsum Putty (5kg/gal). X. Ceiling Works (q = 177.65 Sq.m.) Includes 4.5mm Thk X 4" X 8" Ficem Board, Blind Rivets, 1000pcs/box; Riveter. Xi. Dry Wall Partition (q = 90.09 Sq.m.) Includes 4.5mm Thk X 4' X 8' Ficem Board; Metal Studs, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Metal Tracks, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Hardiflex Screw ( Rat Head) #7x 25mm (500 Pcs); Blind Rivets, 1000pcs/box. Xii.roofing Works ( Q = 27.05 Sq.m.) Includes 4' X 8' X 3mm Polycarbonate Solid Sheet, Analok Flat Bar 1/8" X 1" X 16ft, Tek Screw 12 X 65mm (100pcs). Xiii.tile Works (q = 27.71 Sq.m.) Includes 300mm X 300mm Ceramic Floor Tiles (non-skid), 300mm X 300mm Ceramic Wall Tiles, Tile Grout (2kg), Tile Adhessive 25kg (heavy Duty), Portland Cement, Washed Sand, Diamond Cutter Wheel. Xiv. Electrical Works ( Q = 1.00 Lot) Includes Led Panel Light 20w 30x30cm Daylight Recessed Type 230vac; Single Gang Switch 230v; Three Gang Switch 230v; T8 Led Tube Light,18w,43x1220x31mm,g13,single Ended W/ Fixture; Junction Box; Utility Box; Aircon Outlet 20a 230vac; 3.smm2 Thwn-2 Stranded Copper Wire; 8.0mm 2 Thwn-2 Stranded Copper Wire; Electrical Pvc 20mm Schedule 40; Electrical Tape 0.16mmx19mmx16m; Circuit Breaker 50at Bolt On 10kaic. Xv.plumbing Works (q = 1.00 Lot) Includes Stainless Steel Lavatory Faucet, Heavy Duty; Two Piece Water Closet, 705x400x775mm; Lavatory , 500x655x835mm; Stainless Sink, Heavy Duty; Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm; Grab Bar Vertical Wall Support 32mm0 Ss304; Floor Drain 100x150xx2.7mm; 4" Dia. Pvc Wye; 4" Dia. Pvc Coupling; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. Pvc P-trap; 2" Dia. Pvc Wye; 2" Dia. Pvc Elbow, 1/8 Bend; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. X 10' Pvc Pipe, S-1000; 3 Way Angle Valve; Pvc Cement, 400cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i.tee; 1/2" Dia. G.i. Coupling; 1/ 2" Dia. X 20' G.i. Pipe; Teflon Tape (big). Approved Budget For The Contract (abc): P 1,622,577.91 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-002 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| time Of Delivery (june 1997)|20|0001aa|5 Ay|tbd|0001ab|15 Ay|tbd||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report- Certifications Combo- Receiving Report & Invoice- Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a|n /a|see Dd Form 1423 | Port_ptnh_wawf_notification@navy.mil | navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (nov2023))|5|||||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (nov 2023))|5|||||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (mar 2023)|13|332919|750|||||||||||| type Of Contract (apr 1984)|1|firm Fixed| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| dd1423 Data Item A001 May Be Waived If Already On File Atnavsup Wss Mechanicsburg. any Contract Awarded As A Result Of This Solicitation Will Be Do Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;s1e10203 99517 G B s3c10053 99517 E B s3c10054 99517 E B v3e10103 99517 J B v3d10436 99517 E B v3d10425 99517 G B v3d10424 99517 D B f3c10321 99517 D B wi-s1e10203 99517 A B ptp-s1e10203-03 99517 C B; document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b138 | | | |110101|a| | | document Ref Data=astm-b150 | | | |190401|a| | | document Ref Data=astm-a182 | | |a |191101|a| | | document Ref Data=astm-a240 | | |a |201115|a| | | document Ref Data=astm-a262 | | | |150901|a| | | document Ref Data=astm-a574 | | | |211201|a| | | document Ref Data=astm-a581 | | |b |950910|a| | | document Ref Data=astm-a582 | | | |211101|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=sae Ams 5643 | | |v |180101|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=mil-dtl-15024 | | |g |180303|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-dtl-18240 | | |f |000313|a| 1| | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | | |950801|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;complete Pressure Reducing Manifold Assembly To Be In Accordance With Vacco Drawing S1e10203, Assembly Part Number S1e10203-03 With Vacco Document Wi-s1e10203, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: ;vacco Drawing S1e10203, Assembly Part Number S1e10203-03 (manifold Assembly); part - ;body, Item 1; material - ;sae Ams-qq-s-763, Class 304, Condition A Or Astm-a182, Class 304 Or Astm-a240, Class 304; part - ;filter Cap, Item 2 And Tube, Item 8; material - ;astm-a582, Type 303; part - ;port Adapter (inlet), Item 3; Port Adapter (outlet), Item 7; Inlet Thread Piece, Item 12; And Outlet Thread Piece, Item 13; material - ;sae Ams 5643, Condition H-1025; part - ;self-locking Socket Head Cap Screws, Items 23, 27, 28, 29, 30, 31, 32, And 34; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element Per Mil-dtl-18240; part - ;plug, Item 4; material - ;astm-a581, Type 303 Or Astm-a582, Type 303; ;vacco Drawing S3c10053, Assembly Part Number S3c10053-01 (gage Connector); part - ;body, Item 1; material - ;sae Ams-qq-s-763, 300 Series Or Astm-a582, 300 Series; part - ;stem, Item 2; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; ;vacco Drawing S3c10054, Assembly Part Number S3c10054-01 (pressure Bleed Block); part - ;body, Item 1; material - ;astm-a582, 300 Series Or Sae Ams-qq-s-763, 300 Series; part - ;stem, Item 2; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; ;vacco Drawing V3e10103, Assembly Part Number V3e10103-02 (pressure Regulator); part - ;poppet, Item 4 And Guide, Item 17; material - ;sae Ams 5643, Condition H-1025; part - ;seat Retainer, Item 2; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; part - ;self-locking Socket Head Cap Screws, Item 28; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element Per Mil-dtl-18240, Type L; part - ;seat Plate, Item 10; material - ;sae Ams 5643, Condition H-1150; part - ;dome Cap, Item 21; material - ;sae Ams-qq-s-763, Class 304, Condition A; part - ;retainer, Item 5; material - ;astm-a582, Type 303; part - ;plug, Item 29 And Bleed Plug, Item 30; material - ;sae Ams-qq-s-763, Class 304, Condition A With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; ;vacco Drawing V3d10436, Assembly Part Number V3d10436-01 (loading Block); part - ;body, Item 1 And Orifice Block, Item 2; material - ;sae Ams-qq-s-763, Class 304, Condition A; part - ;seat, Item 3; material - ;astm-b138, C67500 Or Astm-b150, Alloy C62400 Or Alloy C63200; part - ;stem, Item 5; material - ;sae Ams 5643, Condition H-1025; part - ;gland, Item 6; material - ;astm-b138, Alloy C67500, Half Hard; ;vacco Drawing V3d10425, Assembly Part Number V3d10425-01 (inlet / Bypass Valve); part - ;bonnet, Item 4; material - ;astm-a582, Type 303, Condition A; part - ;poppet, Item 3; material - ;sae Ams 5643, Condition H-1025; ;vacco Drawing V3d10424, Assembly Part Number V3d10424-01 (outlet Valve); part - ;bonnet, Item 1; material - ;astm-a582, Type 303; part - ;orifice Block, Item 2 And Poppet, Item 3; material - ;sae Ams 5643, Condition H-1025; ;vacco Drawing F3c10321, Assembly Part Number F3c10321-225 (dp Indicator); part - ;body, Item 1 And Bonnet, Item 4; material - ;astm-a582, Type 303; part - ;adjusting Screw, Item 9; material - ;astm-a582, Type 303 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; part - ;piston, Item 2; material - ;sae Ams 5643, Condition H-1025; 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below. test - ;visual Inspection (root And Final Layer); item - ;weldments; performance - ;t9074-as-gib-010/271; acceptance - ;mil-std-2035; test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;item 1 Of Drawing S1e10203; Item 1 Of Drawing S3c10053; Item 1 Of Drawing S3c10054; Items 21, 29, And 30 Of Drawing V3e10103; And Items 1 And 2 Of Drawing V3d10436; performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 test - ;quality Conformance Tests; item - ;each Manifold Assembly; performance - ;ptp-s1e10203-03; acceptance - ;ptp-s1e10203-03; test - ;liquid Penetrant Inspection; item - ;items 23, 27, 28, 29, 30, 31, 32, And 34 Of Drawing S1e10203 And Item 28 Of Drawing V3e10103; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 test - Intergranular Corrosion Testing item - ;item 1 Of Drawing S1e10203 (only For Astm-a240 Material); performance - Astm-a262, Practice E acceptance - Astm-a262 3.4 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.5 Heat Treat Requirements - Mechanical Properties (via Tension Testing And Hardness Testing If Hardness Is Required By The Applicable Material Specification) Are Required For Each Heat In Each Heat Treat Charge For Astm-a234, Astm-a403, Astm-a182, And astm-a105 Material. 3.5.1 If Heat Treatment Is Performed In Continuous-type Furnaces With Suitable Temperature Control And Equipped With Recording Pyrometers So That Complete Heat-treatment Records Are Available, A Heat-treatment Charge Must Be Considered As Any Continuous Run not Exceeding An 8-hr Duration. One Tension Test Must Be Taken From One Forging Per Heat In Each Heat Treatment Charge At A Minimum Of Every 8 Hours. 3.5.2 Certification Of Mechanical Properties (mechanical Analysis, Tension Testing) Must Include The Condition Furnished. The Contractor Must Maintain A Complete Record On File Of The Heat Treatment Given Each Piece, Including Stress Relief. The Contractor must Provide Either The Record Of The Final Heat Treatment Or A Heat Treatment Certification Statement. The Certification Statement Must Be Signed By The Heat-treater And Include The Date Of Heat Treatment, Duration And Temperature Of Heat Treatment Operations and Quenching Medium (if Required). 3.6 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate fasteners From Those Required For The Yield Test. 3.6.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.6.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used. a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge. b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge. c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows: sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable. 3.6.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot. 3.7 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General Acceptance criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided In The applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. The Gac document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.8 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid 887355434; ) Must Be Added. When No Plate Is Specified, An Identification plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached. 3.9 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.10 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.11 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.11.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.11.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.11.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.12 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.12.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. 3.13 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.13.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.13.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.13.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.14 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.15 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.16 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.17 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As Part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.17.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.17.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") 3.17.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.17.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.17.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.17.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.17.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.17.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.17.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.17.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.17.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.17.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.18 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.18.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.18.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.18.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.18.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.18.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.19 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.19.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.19.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.20 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.20.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.20.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.20.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.20.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.20.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.21 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.21.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.21.2 Inspection For Completeness And Proper Type. 3.21.3 Verification Of Material Quality Received. 3.21.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.21.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.21.6 Identification And Protection From Improper Use Or Disposition. 3.21.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.21.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.21.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.22 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.22.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order. 3.23 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.23.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.23.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.23.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.23.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.24 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.24.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.24.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, the Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number _____________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.24.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.24.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.24.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.25 Material Handling - The Written Material Control Process Must Include The Following: 3.25.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.25.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.25.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.25.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.25.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.25.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.26 Receiving Inspection - 3.26.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.26.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.27 Discrepancy Reporting - 3.27.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.28 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.28.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.28.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.28.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.28.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.29 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222. Sae-ams-5643, Condition H-1025 Material Is Material Designator Smm; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective Compounds. 3.29.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.30 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 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 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.2.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.2.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.2.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.2.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.2.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.2.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.2.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.2.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.2.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.2.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.2.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.2.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.2.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.2.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.2.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.2.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.2.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.2.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.2.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.2.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.2.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.3 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. 6.3.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ; - 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock - Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes - Dec 17 2011 - Began Using Ecds For Submis
Closing Date8 Jan 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Section I. Invitation To Bid Da8-goods-2025-12 (id No. Bt-25-goods-saad-44982-0006) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Saad -2025 Current Fund Intends To Apply The Sum Of Thirteen Million Two Hundred Two Thousand Four Hundred Sixty Pesos Only (p13,202,460.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “supply And Delivery Of Farm Supplies And Equipment”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Undertakes The Bidding Of This Procurement Project As “short-of-award.” Hence, The Notice Of Award To The Winning Bidder Shall Be Issued After Enactment By The Congress Of The General Appropriation Act (gaa) For 2025. 3. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Sixty (60) Calendar Days From Receipt Of Ntp. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Line Item Qty Uom Item Description Unit Cost Total Cost 1 1260 Pair Rain Boots - Black Color, Rubber, Non-slip, Light Weight, 14" Height 500 630,000.00 Size/qty: #7 - 315 Pcs; #8 -315 Pcs; #9 - 315 Pcs; #10 - 315 Pcs 2 24 Unit Digital Weighing Scale - 10 Kg Capacity; Dual Display (weight And Price); Heavy Duty 5,000.00 120,000.00 3 65600 Pc Egg Tray - 30 Eggs Capacity; Carton Material 15 984,000.00 4 51 Pc Egg Weighing Scale - 100g Capacity; Manual With 6-7 Egg Classification (pewee/pullets, Small, Medium, Large, X-large, Jumbo); White Color; Made In Japan; Heavy Duty (see Attached Sample Photo) 4,500.00 229,500.00 5 3123 Pc Empty Sacks - White Color; Clean; Brand New; Thick; Good Quality 20 62,460.00 6 260 Roll Fine Net - 1.5m X 90 Yards; White Color; Mesh; High Quality 3,000.00 780,000.00 7 3032 Kilo Nylon - Clear String; 3mm Thickness 500 1,516,000.00 8 1800 Pc Plastic Crates - 24" X 16" X 12" In Size, Heavy Duty 700 1,260,000.00 9 450 Pc Plastic Matting - 1ft X 3ft; Non-elevated; Black Color; Heavy Duty (see Attached Sample Photo) 100 45,000.00 10 364 Roll Plastic Mulch - 1.2 Width X 400m; 25 Microns Thickness 4,000.00 1,456,000.00 11 735 Pc Pruning Shear - Rubber Handle; Sharp Blade; Comfortable To Grip; Rust Proof; Good Quality 400 294,000.00 12 10 Pc Hand Push Cart Trolley - Folding Platform; Can Hold Up To 300 Kg; Easy To Maneuver; Heavy Duty (see Attached Sample Photo) 6,600.00 66,000.00 13 2900 Kilo Tie Wire - No. 18; Good Quality 150 435,000.00 14 1 Roll Trapal - 100m/roll; Orange/blue Color; Thick, Good Quality 5,000.00 5,000.00 15 182 Roll Uv Film - 110" X .005" X 150m; Polyethylene; 150 Micron Thickness 16,000.00 2,912,000.00 16 10 Unit Digital Platform Weighing Scale - 1 Ton Capacity Floor Scale; Stainless Steel; Heavy Duty (see Attached Sample Photo) 30,000.00 300,000.00 17 10 Unit Weighing Scale - 60 Kg Capacity Table Scale; Stainless Steel Flat Plate; Mechanical Dial Type; Heavy Duty 3,500.00 35,000.00 18 262 Pc Heavy Duty Brood Light - White Brooder Bulb 100 Watts With Hood And Wiring; With Control Temperature; On/off Switch; Atleast 10" Adjustable Reflector (see Attached Sample Photo) 2,000.00 524,000.00 19 3 Unit Heavy Duty Blender (commercial Type) - 2l Capacity; Stainless Steel Blade; Glass Pitcher; W/ Atleast 3 Speed & Powerful Motor; W/ 1 Yr Service Warranty 2,200.00 6,600.00 20 10 Pc Butchers Table - Combination Of Stainless Steel And 3/4 Plywood Material Of Table Top And Stainless Steel Leg; 6 X 3 Size; High Quality 14,200.00 142,000.00 21 114 Set Canopy Tent - 3 X 6m Size; Retractable And Adjustable Height; Any Color; Durable 4,600.00 524,400.00 22 3 Unit Electric Hand Mixer - W/ Atleast 7 Speed; Hook/beater; Heavy Duty; W/ 1 Yr Service Warranty 2,000.00 6,000.00 23 4 Pc Wok/carajay - 60" Diameter; Stainless; With Double Handle; Thick And Heavy Duty 3,000.00 12,000.00 24 1 Unit Cast Iron Stove With Set Of Lpg Tank & Accessories (see Attached Sample Photo) 12,500.00 12,500.00 Stove: W/ 2 Burner Rings; 2 Adjustable Gas Valves, Min; Large Size; Heavy Weight Design Tank & Content: 11 Kg Orange Cylinder Tank Accessories: Regulator And Heavy Duty Rubber Hose (2m) With Clamps 25 500 Pack Stand Up Resealable Pouch - Brown Color; 18 X 11cm Size; 100pcs/pack (see Attached Sample Photo) 250 125,000.00 26 12 Unit Glass Top Chest Freezer (inverter) With Avr - 60,000.00 720,000.00 Specification: A. Atleast 11cu.ft B. Sliding Glass Top C. With Inverter Technology D. With Wire Basket E. With Safety Key Lock F. With 1 Year Warranty On Parts And Services; And 5 Years On Compressor G. With Atleast 3000 Va (volt-ampere) Capacity Of Avr (automatic Voltage Regulator) Terms And Conditions: A During The Opening Of Bids, Bidder Shall Submit: 1 Notarized Affidavit Of Stock Sufficiency From The Source (at Least 50% On-hand And The Remaining 50% Within The Delivery Period); B The Winning Bidder Shall: 1 Deliver Genuine, Good Condition And Brand New Items; 2 Inform The End-user At Least Seven (7) Working Days Before The Scheduled Date Of Delivery; 3 Deliver Items Within Sixty (60) Calendar Days Based On The Schedule Of Delivery And Designated Drop-off Points (separate Attachment); 4 Conform Upon Notice To Any Changes In The Delivery Schedule Due To Unforeseen Circumstances; 5 Abide With The Right Of The Da To Reject And Request Replacement Of Non-compliant To Specifications; C Any Delay Of Delivery Of Item Shall Be Subject To Liquidation Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of The Undelivered Items; D Payment Shall Be Made After Complete Delivery, Inspection, Acceptance And Submission Of All Necesarry Documents Requred For The Process Of Payment; E Winning Bidder Shall Submit A Snapshot Of Lbp Savings Account To Effect Payment. 4. 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. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 5. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 17, 2024 To January 02, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee, Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Item/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 7. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On December 17, 2024, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 02, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On January 02, 2024, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 11. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 13. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
Closing Date9 Jan 2025
Tender AmountPHP 13.2 Million (USD 227.4 K)

Department Of Education Division Of Sultan Kudarat Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Invitation To Bid Project No.: (25-01-02) Procurement Of Tvl Tools - Cookery (7 Schools) 1. The Department Of Education (deped) Division Of Sultan Kudarat, Through The Cy 2024 Government Appropriations Act (gaa), Intends To Apply The Sum Of Four Million Nine Hundred Twenty Thousand Eight Hundred Seventy-four Pesos (p4,920,874.00), Being The Approved Budget For The Contract (abc), To Eligible Payments Under The Contract For Procurement Of Tvl Tools - Cookery (7 Schools) Under Republic Act 11975 –fy 2024 Gaa. Bids Received That Exceed The Abc Shall Be Rejected At Bid Opening. Lot 2 Stock/ Property No. Unit Item Name Design Specification Quantity Unit Cost Total Cost 1 Pc Apple Corer Type: Apple Corer Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe 28 1,264.00 35,392.00 2 Pc Bain Marie, Table Type: Bain Marie Table (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v 14 44,303.00 620,242.00 3 Pc Blender, Electric Type: Blender Machine Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades 7 5,600.00 39,200.00 4 Pc Board, Chopping/ Cutting, Plastic Type: Cutting Board Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe 112 1,408.00 157,696.00 5 Pc Boiler, Double Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) 7 5,120.00 35,840.00 6 Pc Braising Pan, Medium Type: Braising Pan Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm 56 10,800.00 604,800.00 7 Pc Can Opener Type: Can Opener Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs 7 1,278.00 8,946.00 8 Pc Cart, Utility Type: Utility Cart Body Shape: Rectangular Material: Plastic, Polypropylene(pp) Dimension: (l X W X H) 84 Cm X 43 Cm X 95 Cm (minimum) Capacity: 330 Lbs (150 Kg) Loads (minimum) Three (3) Shelving With At Least 25 Cm Distance Between Shelves Tub Shelf Measure (l X W X D) 84 Cm X 43 Cm X 7 Cm (minimum) With Four (4) Swivel Caster, 10 Cm Diameter, Two Which Have Locking Brakes Preferably With A Packing Case Easy Grip Handles On Each End Of Cart 7 5,280.00 36,960.00 9 Pc Casserole, Medium Type: Casserole Pot Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case 28 4,000.00 112,000.00 10 Pc Casserole, Small Type: Casserole Pot Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm 84 2,400.00 201,600.00 11 Pc Colander, Medium Type: Colander, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm 14 400.00 5,600.00 12 Pc Colander, Small Type: Colander (small) Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe 56 240.00 13,440.00 13 Set Cup, Measuring (for Solid) Type: Measuring Cup Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe 56 192.00 10,752.00 14 Pc Dispenser, Paper Towel Type Paper Towel Dispenser Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box 28 1,248.00 34,944.00 15 Pc Fan, Electric Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, 7 4,480.00 31,360.00 16 Pc Fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 7 1,760.00 12,320.00 17 Pc Fish Poacher, Medium Type: Fish Poacher Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm 7 6,400.00 44,800.00 18 Pc Fork, Carving Type: Carving Fork Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case 21 2,080.00 43,680.00 19 Pc Fork, Kitchen Type: Kitchen Fork Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End 56 64.00 3,584.00 20 Pc Frying Pan, Large Type: Frying Pan (large) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 20 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f 14 4,000.00 56,000.00 21 Pc Frying Pan, Medium Type: Frying Pan (medium) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferablywith A Packing Case 56 1,920.00 107,520.00 22 Pc Frying Pan, Small Type: Frying Pan (small) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f 28 1,280.00 35,840.00 23 Pc Funnel, S/s, Medium Type:stainless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe 28 192.00 5,376.00 24 Pc Funnel, S/s, Small Type: Stanless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe 28 128.00 3,584.00 25 Pc Garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: Diameter-26 Cm X Height-47 Cm (minimum) Capacity: 4 Gallons (minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With A Packing Case Color: Any Color 28 160.00 4,480.00 26 Pc Glass Rack Type: Glass Rack Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case 84 400.00 33,600.00 27 Pc Knife, Boning Type: Flexible Boning Knife Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe 14 912.00 12,768.00 28 Pc Knife, Chef Type: Chef's Knife Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum) 70 400.00 28,000.00 29 Pc Knife, Cleaver Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets 28 640.00 17,920.00 30 Pc Knife, Oyster Type: Oyster Knife Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum) 28 288.00 8,064.00 31 Pc Light, Emergency Emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector 7 1,440.00 10,080.00 32 Pc Meat Slicer, Small Type: Meat Slicer Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v 7 2,080.00 14,560.00 33 Pc Pan, Roasting Type: Roasting Pan Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack 28 840.00 23,520.00 34 Pc Peeler, Y-type Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum) 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case 56 240.00 13,440.00 35 Set Pepper And Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case 56 560.00 31,360.00 36 Pc Piping Bag Type : Piping Bag Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) 56 110.00 6,160.00 37 Pc Plate Rack Type: Plate Rack Body Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum) 84 1,280.00 107,520.00 38 Pc Preparation Table With Sink Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) 35 19,200.00 672,000.00 39 Pc Pressure Cooker Type: Pressure Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring 7 960.00 6,720.00 40 Pc Scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) 56 65.00 3,640.00 41 Pc Scooper, Ice Cream Type: Ice Cream Scooper Body Shape: Round Material: Stainless Steel Scoop: Diameter- 5 Cm X Deep-2.5 Cm (minimum) Handle Length: 10 To 12 Cm 14 400.00 5,600.00 42 Pc Siever, Small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case 56 112.00 6,272.00 43 Pc Skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case 56 112.00 6,272.00 44 Pc Skimmer, Spider Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe 56 320.00 17,920.00 45 Pc Soup Cup Rack Type: Soup Cup Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments 84 560.00 47,040.00 46 Pc Soup Ladle, 3 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded 14 192.00 2,688.00 47 Pc Soup Ladle, 6 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 56 240.00 13,440.00 48 Pc Soup Ladle, 8 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case 21 270.00 5,670.00 49 Pc Soup Ladle,12 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 56 400.00 22,400.00 50 Pc Spatula Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded. 56 192.00 10,752.00 51 Pc Spoon, Kitchen Type: Kitchen Spoon Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded. 56 64.00 3,584.00 52 Pc Spoon, Kitchen (slotted) Type: Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type With Slot At Least 6 Rectangular Slots Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe 56 432.00 24,192.00 53 Set Spoon, Measuring Type: Measuring Spoon Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 56 128.00 7,168.00 54 Pc Spoon, Parisienne Type: Parisiennes Spoon Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop 56 368.00 20,608.00 55 Pc Spoon, Serving Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 168 98.00 16,464.00 56 Pc Spoon, Wooden Type: Wooden Spoon Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges 56 121.00 6,776.00 57 Pc Stock Pot, Large Type: Stock Pot, Large Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) Capacity: 20 Quarts (22.7 Liters) Oven Safe To 350⁰f And Dishwasher Safe. With Aluminum Disc Layer In Bottom For Even Heat (5 Mm Aluminum 14 1,808.00 25,312.00 58 Pc Strainer Chinois, Medium Type: Strainer Chinois, Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 21 4,800.00 100,800.00 59 Pc Strainer Chinois, Small Strainer Chinois, Small Body Shape: Conical Material: Stainless Steel Strainer Diameter: 14 Cm (minimum) Strainer Depth: 13 Cm (minimum) Handle Length: 15 Cm (minimum) With 1 Mm (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 21 4,000.00 84,000.00 60 Pc Strainer Medium, Fine Type: Strainer, Medium Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Strainer’s Two Layers Of Tightly Woven Mesh Catches Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 56 320.00 17,920.00 61 Pc Strainer Small, Fine Type: Strainer, Small Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 56 280.00 15,680.00 62 Pc Table, Working Type: Working Table, Stainless Steel Body Shape: Rectangular Material: 304 Stainless Steel, 1.29 Mm Thick (gauge 16) Minimum Length: 1220 Mm (minimum) Width: 700 Mm (minimum) Height: 850 Mm (minimum) Tubular Stainless Steel Legs, 38mm (minimum) With 4 Adjustable Bullet Feet Fully Welded Construction Thickness:gauge 16 (1.29 Mm Thick) Minimum Stainless Steel Table Top With Stainless Steel Undershelf Distance Between Table Top And Undershelf Is 650 Mm (minimum) Preferably With A Packing Case Or Crate No Sharp Edges And Rough Surfaces Must Be Branded. 14 24,000.00 336,000.00 63 Pc Tenderizer, Medium Type: Tenderizer Body Shape: Ergonomic Material: Cast Aluminum Overall Length: 26 Cm (minimum) Dual-sided Hammer, Square Head: 6 Cm X 6 Cm (minimum) Ridged Surface With Rows Of Dull, Pyramid-shaped Spikes Weight: 250 Grams To 500 Grams Preferably With A Packing Case Dishwasher Safe Must Be Branded 56 288.00 16,128.00 64 Pc Thermometer, Pocket /pin Type: Pocket/pen Thermometer Body Shape: Tubular Pen Style Digital Thermometer Product Size: 100 Mm X 40 Mm X 14 Mm (minimum) Display Size: 40 Mm X 20 Mm (minimum) Prove Length: 200 Mm (minimum) Measuring Range: -50 °c To 300 °c (-58 ⁰f To 372 ⁰f) Resolution: 0.1 °c / 0.2 °f 21 240.00 5,040.00 65 Pc Tong, 12 Inches Type: Tong , 12 Inches Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 56 210.00 11,760.00 66 Pc Tong, 8 Inches Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe 70 128.00 8,960.00 67 Pc Tray, Baking, Small Type: Baking Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) Body Thickness: 0.7- 1.0 Mm Preferably With Packing Case Dishwasher Safe Must Be Branded. 56 176.00 9,856.00 68 Pc Tray, Utility Type: Utility Tray Body Shape: Rectangular Material: Stainless Steel Dimension: Length- 48 Cm X Width-32 Cm X Height-2.5 Cm (minimum) Reinforced Edges Finish: Polished Preferably With A Packing Case Washable And Oven Safe 84 128.00 10,752.00 69 Pc Tube, Pastry Type: Pastry Tubes Body Shape: Tube In Different Shape Of Nozzles Material: Stainless Steel Set Contain: 24 Different Shapes Of Nozzles (minimum) Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Stars, Leaves And Other Designs 56 5,520.00 309,120.00 70 Pc Turner 3" X 6" Type: Slotted Turner, 3" X 6" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded 56 2,880.00 161,280.00 71 Pc Weighing Scale, 1 Kg, Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) 28 1,600.00 44,800.00 72 Pc Weighing Scale, 5 Kilograms, Mechanical Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded 21 2,400.00 50,400.00 73 Pc Wire Skimmer, Small Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded. 63 318.00 20,034.00 74 Pc Wire Whisk, Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 14 368.00 5,152.00 75 Pc Wire Whisk, Medium Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 70 304.00 21,280.00 76 Pc Wire Whisk, Small Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 63 304.00 19,152.00 77 Pc Wok, Medium Type: Wok, Medium Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 14 5,601.00 78,414.00 78 Pc Wok, Small Type: Wok, Small Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 28 2,080.00 58,240.00 79 Pc Zester Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded. 56 690.00 38,640.00 Certified Allotment Available: Total 4,920,874.00 2. Deped-division Of Sultan Kudarat, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above-mentioned Procurement Project. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships/partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interests Or Outstanding Capital Stocks Belonging To Citizens Of The Philippines. 5. A Complete Set Of Bidding Documents May Be Acquired Or Purchased At Deped-division Of Sultan Kudarat Bac Secretariat, Located At National Hi-way Brgy, Kenram, Isulan, Sultan Kudarat Upon Accomplishing A Bidder’s Information Sheet And Payment In Cash Of A Non-refundable Fee By Interested Bidders In The Amount Of Five Thousand Pesos (php5,000.00) Per Lot To The Division Cashier. Only Bidders Who Purchased The Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). It May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.net, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped- Division Of Sultan Kudarat Will Be Having The Following Procurement-related Activities. Activity Date & Time Venue Issuance Of Bidding Documents January 15–february 04, 2025 Division Office, National High-way,brgy Kenram, Isulan, Sul. Kudarat Pre-bid Conference January 23, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat Submission And Opening Of Bids February 04, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat 7. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.net, For Them To Be Included In The Document Request List Of The Project. 8. Bids Must Be Delivered To The Address And On The Date And Time Stated Herein. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of The Bid Security. 9. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Opening Of Bids At The Address Stated Herein. Late Bids Shall Not Be Accepted. 10. Deped Division Of Sultan Kudarat Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s), Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Melvin P. Fortuna Chairperson, Bac Secretariat Department Of Education
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.1 K)

City Of Canlaon Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Improvement Of Multi-purpose Building Into 2 Stories Building The Local Government Of Canlaon City, Through The Aip 2024 Intends To Apply The Sum One Million, Two Hundred Seventy-six Thousand, One Hundred Fifty-seven (p1,276,157.00) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Multi-purpose Building Into 2 Stories Building, Brgy. Linothangan, Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Canlaon City, Now Invites Bids For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Multi-purpose Building Into 2 Stories Building, Brgy. Linothangan, Canlaon City. Delivery Of The Goods Is Required 7 Calendar Days After Issuance And Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Ten Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184 Interested Bidders May Obtain Information For The City Government Of Canlaon City Thru The Office Of The Bids And Awards Committee And Inspect Bidding Documents During Office Hours (8:00am To 5:00pm), Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On December 19, 2024 To January 8, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand (p5,000.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Facsimile. The Local Government Of Canlaon City Will Hold A Pre-bid Conference On December 26, 2024 – 11:00 Am At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City, Which Shall Be Open To Prospective Bidders Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before January 8, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 8, 2025, 10:00 Am At The At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. For The Purpose Of Constituting A Quorum, Either The Physical And Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 0917-561-7931 Email Address: Bacofficelgucanlaon@yahoo.com Date Of Posting: December 18, 2024 Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: #1 Bid Form Name Of Project: Improvement Of Multi-purpose Building Into 2 Stories Building Brief Description: Supply And Delivery Of Various Construction Materials Location: Brgy. Linothangan, Canlaon City Bill Of Quantities Stock No. Quantity Unit Of Issue Item Description Unit Cost Unit Cost Total Cost 1. 2 Kgs. 1 1/2" Concrete Nails 126.00 2. 50 Lgth. 1 1/2" X 1/4" (6mm) Angle Bar 1,219.00 3. 50 Pcs. 1" Gypsum Screw 4.00 4. 6 Lgth. 1" X 3/16" (4.5mm) Angle Bar 472.00 5. 2 Pcs. 1/2"ø Gate Valve 383.00 6. 2 Pcs. 1/2"ø Hdpe Coupling 125.00 7. 4 Pcs. 1/2"ø Hdpe Elbow 125.00 8. 30 Mtrs. 1/2"ø Hdpe Pipe 30.00 9. 8 Lgth. 1/2"ø Pvc Blue Pipe 120.00 10. 8 Pcs. 1/2"ø Pvc Blue Tee 20.00 11. 18 Pcs. 1/2"øx90° Bend Pvc Blue Elbow 15.00 12. 8 Pcs. 1/2"øx90° Bend Pvc Blue Elbow With 1 Side Threaded 20.00 13. 2 Shts. 1/4"x 4' X 8' Opw 580.00 14. 25 Shts. 1/4"x4'x8' Fiber Cement Board 908.00 15. 10 Pcs. 1/8" Ø Drill Bit For Steel 115.00 16. 5 Boxes 1/8" Ø X 1/2" Blind Rivets, 1,000 Pcs/box 552.00 17. 350 Lgth. 10mmø X 6.0m Dsb, G-33 239.00 18. 6 Lgth. 10mmø X 6m Plain Round Bar 239.00 19. 20 Lgth. 11mm X 37mm X 11mm X 1.6mm X 5m Carrying Channel 279.00 20. 60 Pcs. 120 Grit Sand Paper 38.00 21. 4 Pcs. 16" X 8' X 0.4mm Pre-painted Fascia Cover, White 467.00 22. 20 Lgth. 17mm X 49mm X 17mm X 0.6mm X 5m Double Furring 217.00 23. 200 Lgth. 17mm X 49mm X 17mm X 0.6mm X 5m Double Furring 217.00 24. 530 Pcs. 2 1/2" Tekscrew 5.00 25. 2 Pcs. 2" Paint Brush 60.00 26. 6 Lgth. 2"ø Pvc Sanitary Pipe S-1000 420.00 27. 5 Pcs. 2"ø Pvc Sanitary Tee 110.00 28. 16 Pcs. 2"øx90° Bend Pvc Elbow 90.00 29. 25 Lgth. 2"x2"x8ftx0.50mm Thk Wall Angle, Woodgrain Design 250.00 30. 8 Lgth. 2"x3"x6m G.i. Square Tube, G-16 931.00 31. 2 Lgth. 2"x4"x6m (4.5mm) Channel Bar 3,510.00 32. 25 Lgth. 2"x4"x6m G.i. C-purlins, G-16 875.00 33. 4 Pcs. 24" X 8' X 0.4mm Pre-painted Fascia Cover, Brown 700.00 34. 12 Pcs. 24" X 8' X 0.4mm Pre-painted Wall Capping 700.00 35. 2 Kgs. 3" Cwn 95.00 36. 3 Lgth. 3" Ø X 6m G.i. Pipe, Sched 40 3,804.00 37. 3100 Pcs. 4" Chb 18.00 38. 2 Kgs. 4" Cwn 90.00 39. 1 Pc. 4" Diamond Cutting Disc, Tatara 800.00 40. 5 Pcs. 4" Grinding Stone 90.00 41. 5 Pcs. 4" Ø Clean Out With Plug 110.00 42. 6 Pcs. 4" Paint Brush 90.00 43. 2 Pcs. 4" Stainless Steel Floor Drain 500.00 44. 25 Pcs. 4"ø Cutting Disc For Steel 129.00 45. 6 Lgth. 4"ø Pvc Sanitary Pipe S-1000 1,127.00 46. 6 Pcs. 4"ø Pvc Sanitary Tee 204.00 47. 2 Pcs. 4"ø Pvc Sanitary Wye 204.00 48. 8 Pcs. 4"øx90° Bend Pvc Elbow 80.00 49. 2 Pcs. 4"x2"ø Pvc Bushing Reducer 50.00 50. 2 Pcs. 4"x2"ø Pvc Sanitary Tee 204.00 51. 4 Pcs. 5" Putty Knife 150.00 52. 5 Pcs. 5/32 Ø Drill Bit For Steel 115.00 53. 2 Boxes 5/32 Ø X 1/2" Blind Rivets, 1000 Pcs 552.00 54. 10 Pcs. 5/32" Ø Drill Bit For Steel 115.00 55. 5 Boxes 5/32" Ø X 3/4" Blind Rivets, 1,000 Pcs/box 552.00 56. 68.80 Lm. 6 Shts - 10.50m X 1092mm X 25mm X 0.50mm Thk. Dn Rib 25 Straight Panel, Brown 600.00 57. 6 Pcs. 7" Paint Roller With Tray 210.00 58. 6 Pcs. 7" Paint Roller With Tray 210.00 59. 60 Pcs. 80 Grit Sand Paper 50.00 60. 20 Pack Abc Tile Grout, 2kg./pack, Grey 165.00 61. 4 Sets Acu Outlet With Ground, 1 Gang 350.00 62. 3 Lgth. Aluminum Stair Nosing Step Trim, Silver 620.00 63. 4 Pcs. Bolt, 1/2"ɸ X 6", B.i., Full Thread With Nut And Washer 85.00 64. 15 Tubes Builders Bond Construction Adhessive, 300ml Cartridge 300.00 65. 24 Gals. Buildrite, Sapal Rtu, Grey 1,840.00 66. 4 Gals. Buildrite, Sapal Rtu, White 1,840.00 67. 100 Pcs Cable Ties, 8 X 300 Mm 12.00 68. 1 Pc. Caulking Gun 320.00 69. 2 Sets Cluster Hanger 2,000.00 70. 15 M. Conductor Wire, 22.0 Mm² Tw, For Grounding 50.00 71. 400 M. Conductor Wire, 3.5mm² Thw, Cu. 52.00 72. 40 M. Conductor Wire, 30.0mm² Thw, Cu. 150.00 73. 100 M. Conductor Wire, 5.5mm² Thw, Cu. 101.00 74. 10 Pcs Conduit Clamp, 40mmɸ Upvc, Orange Color W/ Concrete Nail 6.00 75. 15 Pcs Conduit Elbow, 20mm ɸ Upvc 90 Deg Long Radius, Thick Walled, Orange Color 29.00 76. 10 Pcs Conduit Elbow, 32mm ɸ Upvc 90 Deg Long Radius, Thick Walled, Orange Color 38.00 77. 25 Lgths Conduit Pipe 20mm ɸ X 10' Upvc, Thick Walled, Orange Color 149.50 78. 5 Lgths Conduit Pipe 32mm ɸ X 10' Upvc, Thick Walled, Orange Color 201.50 79. 1 Lngth Conduit Pipe, 40mm ɸ X 3m', Rsc 1,150.00 80. 1 Pc. Connector Ground Rod For ⅝"ɸ, Galv. 102.00 81. 5 Pcs Connector, Compression, Parallel #100 150.00 82. 1 Pc Connector, Hot Line Clamp, 3/0-6 550.00 83. 14 Sets Convenience Outlet, Duplex, Universal, Flush Type 197.00 84. 1 Set Convenience Outlet, Duplex, Universal, Flush Type, Floor Type, Pop-out 3,500.00 85. 4 Cu.m. Crushed Stone, G-¾ 2,378.00 86. 1 Set Cut-out And Arrester Combination, H.d.,100a With Mounting Bracket 9,000.00 87. 2 Sets Duplex Switch, Flush Type 350.00 88. 80 Kgs. E6013 Welding Electrode 175.00 89. 6 Tubes Elasto Seal Pioneer, 300ml 450.00 90. 5 Rolls Electrical Tape, (0.16mm X 19mm X 16yrds), Plastic 75.00 91. 1 Pc Entrance Cap, 40mm ɸ, Rsc 190.00 92. 36 Pcs. Espana Premium 30x60 Rcm Gray 140.00 93. 6 Rolls Fibergalss Mesh Tape 2"x30m 50.00 94. 23 Cu.m. Fined Sand 1,350.00 95. 100 M. Flexible Conduit Pipe, 20mmɸ Upvc, Coilable, Orange Color 25.00 96. 10 M. Flexible Conduit Pipe, 40mm ɸ Upvc, Orange Color, Coilable 113.00 97. 53 Kgs. G.i. Tie Wire G.a. 16 103.00 98. 1 Lngth Ground Rod, ⅝" ɸ X 10' , Galv. Steel 933.00 99. 60 Bags Heavy Duty Tile Adhesive, 25kg./bag 550.00 100. 50 Kgs. Island Patching Compound 50.00 101. 15 Bags Island Super Kinis Skim Coat, 20kg, White 580.00 102. 25 Bags Island Super Kinis Skim Coat, 20kg, White 580.00 103. 48 Pcs. Italgres Premium 60x60 Marble Dk. Brown 250.00 104. 134 Pcs. Italgres Premium 60x60 Terrazo Gray 250.00 105. 40 Pcs. Junction Box, 4" X 4" Upvc, Orange Color W/ Cover And Screws 54.00 106. 1 Assy. Kwh-meter, Socket Connected, Ringless Tupe, Class 200, Fm 1s, 2-wire, Kv2c, 240 With Meter Base 30,000.00 107. 6 Gals. Lacquer Thinner 782.00 108. 30 Pcs Led Bulb (12w) 250.00 109. 2 Pcs Led Wall Mounted Outdoor Lamp, 8w 1,500.00 110. 1 Pc. Lenox Blade 125.00 111. 12 Lgth. Master Tile Trim, 10mm X 2.5m Aluminum, Silver 185.00 112. 24 Gals. Mcs-6101 Cloudy Gray, Semi-gloss 1,050.00 113. 6 Pcs Modern Ceiling/center Lamp, Dimmable Completw With Remote, 30w 3,500.00 114. 27 Lgth. Moulding Polywood 15x70x2400mm, Oakwood Design 450.00 115. 2 Pcs Outdoor Celing Surfaced Lamp For Balcony/terrace 1,500.00 116. 1 Assy. Panel Board, 100at/125af, Bolt-on, 240v, Complete With 2-15at, 2-20at, 5-30at, 10 Holes Bolt-on Branch Circuits 35,000.00 117. 8 Gals. Pioneer Epoxy Primer With Catalyst, Gray 1,500.00 118. 4 Gals. Pioneer Epoxy Primer With Catalyst, White 1,500.00 119. 2 Liters Pioneer Pro Concrete Epoxy A & B 1,800.00 120. 128 Pcs. Platinum Thomson 30x60 Grey 140.00 121. 100 Pcs Polyflex Hose Connector For Flexible Pipe 20mm ɸ 12.00 122. 320 Bags Portland Cement, 40kg/bag, Type I 287.00 123. 29 Gals. Prima Primer 301, White 1,050.00 124. 2 Pcs. Pull Box, 12" X 12" X 6" Depth, Melamine Coated W/ Cover 1,100.00 125. 1 Pc Pvc Pipe Cement, 100cc 100.00 126. 7 Cans Pvc Solvent, 200ml 110.00 127. 1 Gal. Qde, Black 1,251.00 128. 4 Gals. Qde, Dv-470 Silver Aluminum 1,251.00 129. 14 Lm. Rib Type Spandrel, 84 Pcs. 0.15m X 1.10m X 0.40mm Thk., Woodgrain Design 160.00 130. 1 Pc. Rubber Mallet 350.00 131. 6 Gals. Rust Converter 948.00 132. 2 Sets Secondary Rack With Sool Insulator 1-3/4" Dia, Groove, Brown Porcelain Hd 400.00 133. 7 Gals. Semi-gloss Paint, Prima Sg 300sg White 1,050.00 134. 50 M. Service Drop Wire, 22.0mm², Duplex, All Aluminum 48.00 135. 4 Sets Single Pole Switch, Flush Type, Anam Or Equivalent 148.00 136. 1 Pc. Spurtar 6" Stainless Steel Vernier Caliper 2,000.00 137. 5 Pcs Square Box 5x5, Wut-005, 12.5x12.5x5.2 Cm 150.00 138. 2 Pcs. Stainlees Steel Faucet (shark) 500.00 139. 1 Gal. Stickwell Glue 980.00 140. 2 Gals. Super Thoroseal 1,000.00 141. 15 Pcs Surface Mounted Round Downlight Light Fixture, 4'' Dia X 220mm Height, E27 Holder, Black, Recessed Type 350.00 142. 15 Pcs Surface Mounted Round Downlight Light Fixture, 4'' Dia X 220mm Height, E27 Holder, Black, Surfaced Type 350.00 143. 3 Pcs. Terminal Lug, Sa 135, Solderless 196.00 144. 1 Kg Tie Wire #4 Solid 102.00 145. 1 Pc Transformer, Distribution, 7620/240v., 25 Kva Single Phase 130,000.00 146. 2 Sets Triplex Switch, Flush Type 369.00 147. 5 Pcs Utility Box, 2"x 4" Metal, Heavy Duty 65.00 148. 20 Pcs. Utility Box, 2"x 4" Upvc, Orange Color 32.00 149. 3 Cu.m. Washed Sand 1,750.00 150. 2 Units Water Closet & Wall Hung Lavatory W/ Complete Accessories (lafonza Salerno Package "b") 18,000.00 151. 200 Pcs. W-clip / Double Furring Clip 18.00 Total Brand Model:_____________ Delivery Period:______________________ Warranty: After Having Carefully Read & Accepted Your General Conditions. I/we Quote On The Item/s Price/s Noted Above. Total Bid Price (in Words) Bid Security: Amount: Submitted By: Bidder/supplier Date:_________________________
Closing Date8 Jan 2025
Tender AmountPHP 1.2 Million (USD 21.9 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n742.10|wv1|(717) 605-4056|madison.m.gray4.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection/acceptance Point|6||dcma Nseo S4306a||||dcma Nseo S4306a| wide Area Workflow Payment Instructions (jan 2023)|16|material - Invoice & Receiving Report (combo) Certifications - Stand-alone Receiving Report|n/a|tbd|n00104|tbd|material - S4306a; Certifications - N39040|n50286|tbd|136|n/a|n/a|certifications - N39040|n/a|n/a|s ee Dd Form 1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (feb2024))|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (feb 2024)|13|332911|750 (# Of Employees)|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| this Amendment Shall Be Issued To Provide A Response To The Bidder's Notes Submitted With Moog's Quote Q13082. moog Email Dated 20 May 2024 From Mhairi Metzel Submitted Moog Quotation Q13082for The Subject Solicitation. Moog Quotation Q13082 Included The Following Statements, And Navsup Wss Requested That Navsealogcen Address The Exceptions: "moog Requests Flow Down Of Ndt Requirements Per Navsea Directive In Letter 9556 Ser 05z/478." in Response, Navsealogcen Stated That Non-destructive Testing (ndt) Conducted In Accordance With Navsea Letter 9556 Ser 05z/478 Dated 13 August 2020 Is Acceptable For The Subject Contract. "moog Will Provide Item No. 3 - Rack On Drawing Number 15097-37100 Using Material In Accordance With Aisi 4340 Steel As Opposed To Aisi 4140 Steel. Due To The Heat Treating Strength Requirements, It Is Very Difficult To Procure 4140 Material With The Required material Strengths; Therefore, Moog Will Be Using 4340 Material, Which Is Readily Available From Suppliers." in Response, Navsealogcen Stated That, Provided The Mechanical Properties Are Equivalent To Aisi 4140, Rack, Item 3 Of Flo-tork Drawing 15097-37100 Revision C Supplied As Material Specification Aisi 4340 In Lieu Of Aisi 4140 Is Acceptable For The Subject solicitation. "moog Will Provide Item 35, Set Screw, In Accordance With Class 303 Instead Of Class 304. Material Spec Qq-s-764 Does Not Have Class 304 As An Option." in Response, Navsealogcen Stated That Supplying The Set Screw, Item 35 Of Flo-tork Drawing 15097-37100 Revision C, With Material In Accordance With Class 303, Condition A Per Qq-s-764, In Lieu Of Class 304 As Required By The Drawing, Is Acceptable For The Subject solicitation, Subsequent Contract, And Future Procurements. "reference Previously Approved For Navsup Contract N00104-21-p-fb32. Moog Is Requesting To Use Acoustic Test Criteria To The Virginia Class Equivalent Model 15094a (drawing 15094-41655), As The Seawolf Criteria Is Difficult Or Impossible To Meet Given The Energy absorbers Have Been Removed From This Actuator Design Due To Break Down Of The Polyurethane Material On Board The Submarines. The Removal Was Done In 2011 As Part Of Revision C Of Drawing 15097-37100. Moog Manufactured This Same Actuator Model Back In 2013 For E electric Boat (eb), And The Same Request Was Made. The Following Waiver Approval Was Given By Eb. "electric Boat Finds Acoustic Testing Virginia Class Acceptance Criteria Technically Acceptable. Flo-tork Actuator 15097-37100 Is Used As Td-785, Eav Flood & Drain hull Valve For The Brizo Program." This Was On Electric Boat Po # Ppx171 Issued To Moog Flo-tork." in Response, Navsealogcen Stated That The Request To Test The Subject Hydraulic Actuator To Virginia Class Vibration Requirements For The Subject Solicitation Is Approved For The Subject Solicitation And Subsequent Contract. Structure Borne Vibration Testing Is To Be Performed To Virginia Class Acceptance Criteria In Accordance With Flo-tork Drawing 15094-41655 Revision B. \ 1. All Contractual Documents (i.e., Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Methods, Such As Email. The Government's Acceptance Of The Contract Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 2. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. final Delivery Of Material Shall Be On Or Before 300 Days After The Effective Date Of The Contract. 3. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). See Far Clause 52.211-14, Notice Of Priority Rating For National Defense, emergency Preparedness, And Energy Program Use. 4. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 5. Dd 1423 Data Item A001 May Be Waived If Already On File At Navsup Wss Mechanicsburg. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Subsafe/non-level I Material And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 Test/inspection Certifications - To Allow Contractors To Use Existing Stock Of Material Previously Tested With Ndt Specification Revisions That Are Technically Acceptable While Minimizing The Submittal Of Waivers/deviations, The Following test/inspection Specification Revisions Are Acceptable In Lieu Of Their Preferred Current Revisions (where Applicable) Listed Under "document References" Below When They Were The Current Revision As Of The Date Of Ndt Certification. mil-std-1949 Original, Revision A, A Chg Not 2 mil-i-6868 Rev. E, Revision E Amendment 1, Revision E Amendment 2 astm-e1417 1999, 2011 sae-ams-std-2154 2005, 2010 2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;15097-37100 07270 C D 2.2.4 "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=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=astm-e1417 | | | |160615|a| | | document Ref Data=astm-e1444 | | | |160601|a| | | document Ref Data=mil-i-6868 | | |e |800606|a|3 | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-std-2154 | | |d |200401|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 Design, Manufacture, And Performance - Except As Modified Herein, The Item Furnished Under This Contract/purchase Order Must Meet The Design, Manufacture, And Performance Requirements Specified On Cage ;07270; drawing ;15097-37100; . 3.2 A Certificate Of Tests Is Required For Non-destructive, Hydrostatic, And Operational Testing As Required By The Assembly Drawing And The Maintenance Standard, When Invoked. Non-destructive Testing Must Be In Accordance With T9074-as-gib-010/271. 3.3 Certificate Of Compliance - (special Emphasis Subsafe/non-level I Material) - The Contractor Must Prepare And Submit A Certificate Of Compliance Traceable To Each Serialized Component, Certifying That The Components Furnished Under This Contract Comply with The Requirements Of The Procurement Document, Including Any/all Invoked Specifications And Drawings. 3.4 Each Component Must Be Assigned A Unique Serial Number. The Component Must Be Marked With This Serial Number On The Major Piece Part Of The Assembly. (e.g. Body, Casing) Serial Number Marking Must Be Permanently Applied In Accordance With Mil-std-792. this Serial Number Must Also Be Annotated On The C Of C To Provide Positive Traceability. 3.4.1 In The Event Of Refurbishment, If An Existing Readable Serial Number Is Found On The Component, A Suffix Must Be Applied To Ensure The Final Serial Number Is Unique. 3.5 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.6.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.8 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.8.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.8.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.8.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Subsafe/non-level (q5) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.8.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly Notify the Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.8.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.9 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. 3.9.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.9.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.10 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. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements To Apply To The Supplies Being Purchased. when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.12 Final Inspection - The Following Inspection Must Be Performed Prior To Shipping Material. 3.12.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.12.2 Material Must Be Inspected For Form, Fit, And Function In Accordance With The Sampling Plan(s) In The Applicable Military Specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. The Absence Of such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), Table Iia (for Sample Size) With Lot Acceptance Based On Zero Defects And Lot Rejection Based On One Defect. Due To The High consumer Risk Associated With Small Sample Sizes, The Minimum Sample Size Must Be Eight Units (for Lot Sizes Of Fifty Or Less) Or One Hundred Percent (for Lot Sizes Of Eight Or Less). 3.12.3 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.13 See Cdrl Di-misc-80678 (special Emphasis Subsafe/non-level I Material C Of C) - The Certificate Of Compliance Must Contain: 1. Contractor's Name, Address, Phone Number And Date 2. The Contract Issuing Agency's Contract/purchase Order Number 3. The National Stock Number (nsn) 4. Government Nomenclature (noun Name) Of The Item Purchased 5. Contractor's Nomenclature (noun Name) Of Item Purchased 6. Component Serial Number 7. Contractor's Or Authorized Personnel's Signature 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. Submission Must Be In Accordance With The Contract Data Requirements List (dd Form 1423). 3.14 See Cdrl Di-misc-80678 (special Emphasis Ss-non-li Hydrostatic, Ndt Per T9074-as-gib-010/271, And Operational Testing) - The Certificate Of Tests (c Of T) Shall Contain: 1. Contractor's Name, Address, Phone Number And Date 2. The Contract Issuing Agency's Contract/purchase Order Number 3. The National Stock Number (nsn) 4. Government Nomenclature (noun Name) Of The Item Purchased 5. Contractor's Nomenclature (noun Name) Of Item Purchased 6. Component Serial Number 7. Contractor's Or Authorized Personnel's Signature 8. A Statement Of Tests Performed Listing The Pieces Tested. A. The Standard/specification To Which Testing Was Performed. B. The Revision Of The Standard/specification. C. The Acceptance Criteria Used. 9. Test Procedure Numbers May Also Be Referenced On Test Reports. 10. Test Reports On Welds Shall Be Identified To Weld Joint And Layer. 11. When Hydrostatic Tests, Operational Testing, Or Ndt Is Not Required Per The Applicable Drawing, The C Of T Shall So State. (i.e. "no Ndt Is Required Per The Applicable Drawing.") 3.15 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Or Brazing Is Required, The Applicable Welding/brazing Procedure(s) And Qualification Data Must Be Submitted For review And Approval. note: These Requirements Do Not Apply To Tack/spot Welds. 3.15.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). Welding/brazing Qualification Must Be In Accordance With S9047-aq-gib-010/248. Applications For Which Commercial Welding Is allowed Must Have Procedures And Qualification Data Which Meet All Applicable Requirements Of The Specification (aws, Asme, Etc.). The Procedure And Qualification Data Must State The Specification And Its Revision That Is Being Used. Suppliers That Are unsure If Commercial Welding Is Allowed For A Particular Application Must Contact The Procurement Contracting Officer. 3.15.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Welding procedure And Qualification Data Report Identification/number And Revision. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be Submitted At The Same Time. Welding procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, Citing The Drawing Number And pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") Authority For The Repair Of Special Repairs In Castings And authority For The Repair Of Wrought Or Forged Material Must Be Obtained From The Procurement Contracting Officer. This Request Must Describe The Defect; Including Size, Depth, Location, And A Description Of The Proposed Repair. This Request For Navsup-wss contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.15.3 Any New Procedure Qualification Performed To S9047-aq-gib-010/248 Under This Contract Will Require The Vendor To Provide A Minimum 48 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 48 Hour Time Limit May Be modified Upon Mutual Agreement Between The Vendor And Dcma. 3.15.4 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278 Or As Specified In Applicable Commercial Welding Specifications. 3.15.5 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.1.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.2 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. 6.3 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.3.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.3.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.3.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.3.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.3.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.3.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied conforms To The Specified Requirements. 6.3.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.3.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.3.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.3.10 A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.3.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.3.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.3.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.3.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.3.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.3.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.3.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

BARANGAY SAGRADA, PILI, CAMARINES SUR Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Office Of The Punong Barangay Sagrada, Pili, Camarines Sur Bids And Awards Committee Contact No. +639857600284 Sagrada, Pili, Camarines Sur 4418 Invitation To Bid Rehabilitation And Improvement Of Multi-purpose Building/hall The Local Government Unit Of Sagrada, Pili, Camarines Sur Through The 20% Barangay Development Fund (bdf) (reprogrammed 2024) Intends To Apply The Sum Of Two Million Four Hundred Twenty Thousand Pesos (p2,420,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rehabilitation And Improvement Of Multi-purpose Building/hall. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Sagrada, Pili Camarines Sur Now Invites Bids For The Rehabilitation And Improvement Of Multi-purpose Building/hall Is Required One Hundred Twenty Days (120 Day). Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instructions To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders On January 21, 2025 To February 10, 2025 At 8:00 Am. From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00) Only. Bid Must Be Delivered To The Address Below On Or Before February 10, 2025 At 8:00 Am. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On February 10, 2025 2:00 P.m. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Local Government Unit Of Sagrada, Pili, Camarines Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Part I. General Requirements B.5 Project Billboard/signboard Est. Qty. : 1 Each A. Labor 1 Construction Foreman 1 Skilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 64 Sq.ft. Tarpauline (with Coa Format) 2 Pcs. 1/4" Marine Plywood 12 Pcs. 2" X 3" X 12' Coco Lumber 8 Pcs. 2" X 2" X 12' Coco Lumber 1 Kg. Assorted Cw Nails B.9 Mobilization/demobilization Est. Qty. : 1 L.s. 1 Lot Lump Sum Part Ii. Civil, Electrical, & Sanitary/plumbing Works A. Earthworks 801(1) Removal Of Structures And Obstruction Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment 1 Unit Jack Hammer Handtools ( 10 % Of Labor) C. Materials 803(1)a Structure Excavation (common Soil) Est. Qty. : 11.42 M3 A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment Handtools ( 10 % Of Labor) C. Materials 804(4) Gravel Fill Est. Qty. : 5 M3 A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 2 M3 Boulder (apple Size) 3 M3 G 1" Crushed Gravel B. Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete, Class A, 28 Days Est. Qty. : 19.91 M3 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment 1 Unit Concrete Vibrator 1 Unit 1-bagger Mixer Minor Tools ( 10 % Of Labor) C. Materials 21 M3 G 3/4 "crushed Gravel 12 M3 Albay Sand 185 Bags Portland Cement 40 Bags Sahara 902(1)a Reinforcing Steel Bars, Grade 40 Est. Qty. : 3,491.67 Kgs. A. Labor 1 Construction Foreman 5 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Bar Cutter, Single Phase (25 Mm Ø) 1 Unit Bar Bender Minor Tools ( 10 % Of Labor) C. Materials 125 Pcs. 10mm Ø Rsb 158 Pcs. 12mm Ø Rsb 185 Pcs. 16mm Ø Rsb 20 Pcs. 20mm Ø Rsb 135 Kgs. #16 G.i. Tie Wire 903(1) Formworks And Falseworks Est. Qty. : 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 5 Unskilled Laborer Stripping 1 Construction Foreman 3 Unskilled Laborer B. Equipment 5 Sets H-frame 1.7m X 1.2m, Set 2 Pcs H-frames 4 Pcs Diagonal Cross Braces 4 Pcs Horizontal Braces 8 Pcs Joint Pins Minor Tools ( 10 % Of Labor) C. Materials 25 Pcs. 1/4" Marine Plywood 1,200 Bd.ft. Coco Lumber Consumables ( 5 % Of Material Cost) C. Finishing And Other Civil Works C.1. Fabricated Materials 1006(6) Steel Doors & Frame Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D1 - Steel Grille Door (0.90m X 2.10m) (installed) (see Plan For Details) 1 Set D5 - Steel Fire Exit Door (installed) (see Plan For Details) 1010(2)a Flush Door Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - D2- 1/4" Thk. Marine Plywood Flush Door With 2" X 5" (installed) (see Plan For Details) 1007(1)b Aluminum Framed Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - D3- 1/4" Thk. Tinted Tempered Glass On Powder Coated Alum. Framed Swing Door (installed) (see Plan For Details) 1043(2) Pvc Doors And Frames Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1008(2) Aluminum Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 6 Sets W2- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 3 Sets W3- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1 Set W5- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed (installed) (see Plan For Details) 1 Set W6- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed (installed) (see Plan For Details) 1009(2) Jalousie Window Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W4- Tinted Glass Jalousie Window Blades On Anolok Alum. Framing (jalou Plus)(installed) (see Plan For Details) C.2. Carpentry And Joinery Works 1003(1)a1 4.5mm Fiber Cement Board On Metal Frame Ceiling Est. Qty. 59.75 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 23 Pcs. 4.5 Mm. Hardieflex Sheet (1.2 M. X 2.4 M.) 69 Pcs. Double Metal Furring 22 Pcs. Carrying Channel 60 Pcs. Hanger Bars/rod 359 Pcs. Wall Clip 15 Pcs. Wall Angle 2 Box Blind Rivet (500pcs/box) 239 Pcs. 1" Metal Screw Consumables ( 5 % Of Material Cost) 1003(4) Cabinets Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Wall Counter With Cabinet 2 Pcs. Fabrication Of Conference Tables (60cm X 190cmx78cm High) 1 Pc. Fabrication Of Conference Tables (60cm X 200cmx78cm High) C.3. Masonry Works 1003(1)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) Est. Qty. 73.02 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 959 Pcs. 100 Mm Thk Chb (non-load Bearing) 44 Bags Portland Cement 5 M3 Albay Sand 66 Pcs. 10mm Ø Rsb 9 Kgs. #16 G.i. Tie Wire C.4. Finishes 1027(1) Plain Cement Plaster Finish Est. Qty. 269.94 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 95 Bags Portland Cement 13 M3 Albay Sand 1018(6) Textured Glazed Tiles Est. Qty. 12.60 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 83 Pcs. 400 X 400 Glazed Floor Tiles Non Skid 8 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 2 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(3) Granite Tiles Est. Qty. 23.45 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 1 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 69 Pcs. 600 X 600 Glazed Floor Tiles Non Skid 8 Bags Portland Cement 1 M3 Albay Sand 4 Bags Tile Grout (2kg.) 4 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(1) Glazed Tiles Est. Qty. 14.84 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 99 Pcs. 400 X 400 Ceramic Glazed Floor Tiles 5 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 3 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(2) Unglazed Tiles Est. Qty. 2.65 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 18 Pcs. 400 X 400 Ceramic Unglazed Floor Tiles 1 Bags Portland Cement 1 M3 Albay Sand 1 Bags Tile Grout (2kg.) Consumables ( 5 % Of Material Cost) C.5. Paint Works 1032(1)a Painting Works (masonry Painting) Est. Qty. 329.59 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 8 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 8 Gal. Concrete Neutralizer 14 Gal. Concrete Sealer/primer 17 Gal. Patching Compound 17 Bags Skim Coat 8 Pail Semi-gloss Paint Consumables ( 5 % Of Material Cost) 1032(1)c Painting Works (metal Painting) Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 2 Gal. Red Oxide Primer 16 Gal. Enamel Paint 9 Gal. Paint Thinner Consumables ( 5 % Of Material Cost) C.6. Steel Works 1047(1) Structural Steel Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 5 Unskilled Laborer B. Equipment 1 Welding Machine, Electric Driven Minor Tools ( 10 % Of Labor) C. Materials 8 Pcs. 2" X 4"x 6m Steel Channel 10 Pcs. 3/16" X 2" X 2" X 20' Angle Bar 25 Pcs. 1/8" X 1 1/2" X 2" X 20' Angle Bar 3 Pcs. 3/16" X 2" X 20' Flat Bar 23 Pcs. 2" X 4" X 20' Steel Purlins (1.5mm) 14 Kgs. Welding Rod Consumables ( 5 % Of Material Cost) C.7. Roofing Works 1013(1) Corrugated Metal Roofing Est. Qty. 55.04 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Welding Machine, Electric Driven Minor Tools ( 10 % Of Labor) C. Materials 20 Pcs. #26 X 1m X 5m, 5 Rib Type Roof (pre-painted) 10 Pcs. #26 X 8' Plain G.i. Gutters 15 Pcs. #26 G.i. Fascia, 8' 10 Pcs. 1/2" X 10" X 10' Hardi Senepa 2,000 Pcs. Metal Tekscrew 9 Boxes 1/8" Ø X 1/2" Blind Rivets 7 Box 3/16" Ø X 1/2" Blind Rivets 68 Mts. 10mm Thk. Insulation Roof Blanket 14 Pcs. P.g.i. Gutter Straps & Supports Consumables ( 5 % Of Material Cost) D. Plumbing/sanitary Works 1002(4) Sanitary/ Plumbing Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Water Closets, Brauhm, White With Bidette And Complete Accessories 1 Set Lavatory, Brauhm Or Hcg, Counter Type White With Drain Accessories & Faucet & Supply Accessories 1 Set Urinal, White Hcg, Complete With Drain Accessories And Water Supply Fittings And Accessories. 2 Pc 4 X 4 Ss Floor Drins With Strainer 1 Pc Ss Faucet 1 Set 10" Exhaust Fan (ceiling Type) 1 Pc. 70cm X 80 Cm Facial Mirror 2 Rolls Teflon Tape 1001(9) Storm Drainage And Downspout Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 10 Pcs. 3"ø X 10" Pvc Pipe 12 Pcs. 3"ø X 45° Pvc Elbow 3 Pcs. 3"ø X 90° Pvc Elbow 18 Pcs. 3"ø Pipe Straps And Accessories 3 Pcs. 3"ø Ss, Downspout Strainer 1 Liter Solvent 1002(24) Waterline Works Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 8 Pcs. 3/4"ø X 4m, Ppr Pipes, (#16) 4 Pcs. 1/2"ø X 4m, Ppr Pipes, (#16) 2 Pcs. 3/4"ø Gate Valve, Ppr 8 Pcs. 3/4"ø Elbow Ppr 15 Pcs. 1/2"ø Elbow Ppr 4 Pcs. 3/4" X 1/2" Ppr Tee Reducer 4 Pcs. 1/2"ø Ppr Threaded Tee 5 Pcs. 1/2" Ø Cap 3 Pcs. 3/4 X 1/2" Couplings 2 Liter Solvent 1001(8) Sewerline Works Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 6 Pcs. 4"ø X 3m Pvc Pipe 3 Pcs. 3"ø X 3m Pvc Pipe 4 Pcs. 2"ø X 3m Pvc Pipe 2 Pcs. 2"ø Ordinary P-trap With Clean Out 1 Pcs. 4"ø X 90° Pvc Elbow 2 Pcs. 4"ø X 45° Pvc Elbow 5 Pcs. 4"ø X 4"ø Pvc Tee 5 Pcs. 4"ø X 3"ø Coupling Reducer 5 Pcs. 3"ø Clean Out 1 Pcs. 4"ø X 2"ø Pvc Tee 3 Pcs. 4"ø X 3"ø Pvc Wye 3 Pcs. 4"ø X 4"ø Pvc Wye 3 Pcs. 2"ø X 2"ø Pvc Tee 8 Pcs. 2"ø X 2"ø X 90° Pvc Elbow 1 Pcs. 3"ø X 2"ø Pvc Tee 2 Pcs. 3"ø X 45° Pvc Elbow 2 Liter Solvent E. Electrical Works 1100(10) Conduit Boxes And Fittings Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 8 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 60 Pcs. 1/2"ø X 10' Pvc, Pns Conduit Pipe 10 Pcs. 3/4"ø X 10' Pvc, Pns Conduit Pipe 42 Pcs. Octagonal Junction Box Gauge #16 Deep Type (101mm X 101mm X 53mm) 24 Pcs. Utility Box Gauge #16, Deep Type (50mm X 101mm X 53mm) Consumables ( 5 % Of Material Cost) 1101(33) Wires And Wiring Devices Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 150 M. 2.0mm² Thhn Wires, Stranded 100 M. 3.5mm² Thhn Wires, Stranded 60 M. 5.5mm² Thhn Wires, Stranded 30 M. 8.0mm² Thhn Wires, Stranded 3 Sets Single Pole Swtch With Plate 2 Sets 2-gang Switch With Plate 4 Sets 3-gang Switch With Plate 14 Pcs. Duplex Convenience Outlet, Grounding Type (unversal),240v 2 Pcs. Special Purpose Outlet, Grounding Type (unversal),240v Consumables ( 5 % Of Material Cost) 1102(1) Panelboard With Main & Branch Breakers Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 2 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 1 Set 70 At, 2p, 230v Circuit Breaker 2 Sets 30 At, 2p, 230v Circuit Breaker 2 Sets 20 At, 2p, 230v Circuit Breaker 2 Sets 15 At, 2p, 230v Circuit Breaker 1 Set 8-hole Panel Board Consumables ( 5 % Of Material Cost) 1103(1) Lighting Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 5 Sets Chandelier, Small Type 12 Sets Pinlights, 3"ø 6 Watts, Dl 17 Sets Pinlights, 3 1/2"ø 9 Watts, Dl 2 Sets Pinlights, 3 1/2"ø 14 Watts, Dl, Tiltable 4 Sets Pinlights, 11 Watts, Dl 4 Sets Cove Lights, 3m Long, Tri-color 3 Sets Wall Bracket Lights 2 Sets Emergency Lights F. Mechanical Works 1200(13) Airconditioning Est. Qty. 1 L.s. A. Labor B. Equipment C. Materials 1 Set 2.0hp Wall Mounted Type Inverter (installed) 1 Set 1.0hp Wall Mounted Type Inverter (installed) Pre-bid - January 28, 2025, 1:00pm Bid Evaluation - February 12, 2025 Post-qualification - February 14, 2025 Notice Of Award - February 17, 2025 Notice To Proceed - February 20, 2025 For Further Information, Please Refer To: Abel B. Hernandez Bac Chairman/ Brgy. Kagawad Lgu-sagrada, Pili, Camarines Sur +639857600284
Closing Date29 Jan 2025
Tender AmountPHP 2.4 Million (USD 41.2 K)

Department Of Education Division Of Sultan Kudarat Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Invitation To Bid Project No.: (25-01-01) Procurement Of Tvl Tools - Cookery (6 Schools) 1. The Department Of Education (deped) Division Of Sultan Kudarat, Through The Cy 2024 Government Appropriations Act (gaa), Intends To Apply The Sum Of Four Million Two Hundred Seventeen Thousand Eight Hundred Ninety-five Pesos (p4,217,895.00), Being The Approved Budget For The Contract (abc), To Eligible Payments Under The Contract For Procurement Of Tvl Tools - Cookery (6 Schools) Under Republic Act 11975 –fy 2024 Gaa. Bids Received That Exceed The Abc Shall Be Rejected At Bid Opening. Lot 1 Stock/ Property No. Unit Item Name Design Specification Quantity Unit Cost Total Cost 1 Pc Apple Corer Type: Apple Corer Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe (must Be Branded) 24 1,264.00 30,336.00 2 Pc Bain Marie, Table Type: Bain Marie Table (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Must Be Branded Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v (must Be Branded) 12 44,303.00 531,636.00 3 Pc Blender, Electric Type: Blender Machine Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades (must Be Branded) 6 5,600.00 33,600.00 4 Pc Board, Chopping/ Cutting, Plastic Type: Cutting Board Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Must Be Branded Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe / Must Be Branded 96 1,408.00 135,168.00 5 Pc Boiler, Double Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) Must Be Branded 6 5,120.00 30,720.00 6 Pc Braising Pan, Medium Type: Braising Pan Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 48 10,800.00 518,400.00 7 Pc Can Opener Type: Can Opener Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs (must Be Branded) 6 1,278.00 7,668.00 8 Pc Cart, Utility Type: Utility Cart Body Shape: Rectangular Material: Plastic, Polypropylene(pp) Dimension: (l X W X H) 84 Cm X 43 Cm X 95 Cm (minimum) Capacity: 330 Lbs (150 Kg) Loads (minimum) Three (3) Shelving With At Least 25 Cm Distance Between Shelves Tub Shelf Measure (l X W X D) 84 Cm X 43 Cm X 7 Cm (minimum) With Four (4) Swivel Caster, 10 Cm Diameter, Two Which Have Locking Brakes Preferably With A Packing Case Easy Grip Handles On Each End Of Cart (must Be Branded) 6 5,280.00 31,680.00 9 Pc Casserole, Medium Type: Casserole Pot Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case )must Be Branded) 24 4,000.00 96,000.00 10 Pc Casserole, Small Type: Casserole Pot Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 72 2,400.00 172,800.00 11 Pc Colander, Medium Type: Colander, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm (must Be Branded) 12 400.00 4,800.00 12 Pc Colander, Small Type: Colander (small) Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe (must Be Branded) 48 240.00 11,520.00 13 Set Cup, Measuring (for Solid) Type: Measuring Cup Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe 48 192.00 9,216.00 14 Pc Dispenser, Paper Towel Type Paper Towel Dispenser Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box 24 1,248.00 29,952.00 15 Pc Fan, Electric Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, (must Be Branded) 6 4,480.00 26,880.00 16 Pc Fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 6 1,760.50 10,563.00 17 Pc Fish Poacher, Medium Type: Fish Poacher Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 6 6,400.00 38,400.00 18 Pc Fork, Carving Type: Carving Fork Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case (must Be Branded) 18 2,080.00 37,440.00 19 Pc Fork, Kitchen Type: Kitchen Fork Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End 48 64.00 3,072.00 20 Pc Frying Pan, Large Type: Frying Pan (large) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 20 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f (must Be Branded) 12 4,000.00 48,000.00 21 Pc Frying Pan, Medium Type: Frying Pan (medium) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferablywith A Packing Case (must Be Branded) 48 1,920.00 92,160.00 22 Pc Frying Pan, Small Type: Frying Pan (small) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f. The Item Must Have Good Quality 24 1,280.00 30,720.00 23 Pc Funnel, S/s, Medium Type:stainless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe. The Item Must Have Good Quality 24 192.00 4,608.00 24 Pc Funnel, S/s, Small Type: Stanless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe. The Item Must Have Good Quality 24 128.00 3,072.00 25 Pc Garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: Diameter-26 Cm X Height-47 Cm (minimum) Capacity: 4 Gallons (minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With A Packing Case Color: Any Color 24 160.00 3,840.00 26 Pc Glass Rack Type: Glass Rack Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case. The Item Must Have Good Quality 72 400.00 28,800.00 27 Pc Knife, Boning Type: Flexible Boning Knife Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe. The Item Must Have Good Quality 12 912.00 10,944.00 28 Pc Knife, Chef Type: Chef's Knife Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum). The Item Must Have Good Quality 60 400.00 24,000.00 29 Pc Knife, Cleaver Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets.the Item Must Have Good Quality 24 640.00 15,360.00 30 Pc Knife, Oyster Type: Oyster Knife Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum). The Item Must Have Good Quality 24 288.00 6,912.00 31 Pc Light, Emergency Emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector. The Item Must Have Good Quality 6 1,440.00 8,640.00 32 Pc Meat Slicer, Small Type: Meat Slicer Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v ( Must Be Branded) 6 2,080.00 12,480.00 33 Pc Pan, Roasting Type: Roasting Pan Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack.. The Item Must Have Good Quality 24 840.00 20,160.00 34 Pc Peeler, Y-type Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum). The Item Must Have Good Quality 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case 48 240.00 11,520.00 35 Set Pepper And Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case 48 560.00 26,880.00 36 Pc Piping Bag Type : Piping Bag Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) 48 110.00 5,280.00 37 Pc Plate Rack Type: Plate Rack Body Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum)..the Item Must Have Good Quality 72 1,280.00 92,160.00 38 Pc Preparation Table With Sink Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) (must Be Branded) 30 19,200.00 576,000.00 39 Pc Pressure Cooker Type: Pressure Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring. The Item Must Have Good Quality 6 960.00 5,760.00 40 Pc Scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) 48 65.00 3,120.00 41 Pc Scooper, Ice Cream Type: Ice Cream Scooper Body Shape: Round Material: Stainless Steel Scoop: Diameter- 5 Cm X Deep-2.5 Cm (minimum) Handle Length: 10 To 12 Cm 12 400.00 4,800.00 42 Pc Siever, Small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case 48 112.00 5,376.00 43 Pc Skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case 48 112.00 5,376.00 44 Pc Skimmer, Spider Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe 48 320.00 15,360.00 45 Pc Soup Cup Rack Type: Soup Cup Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments 72 560.00 40,320.00 46 Pc Soup Ladle, 3 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded 12 192.00 2,304.00 47 Pc Soup Ladle, 6 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 48 240.00 11,520.00 48 Pc Soup Ladle, 8 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case 18 270.00 4,860.00 49 Pc Soup Ladle,12 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 48 400.00 19,200.00 50 Pc Spatula Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 192.00 9,216.00 51 Pc Spoon, Kitchen Type: Kitchen Spoon Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded. 48 64.00 3,072.00 52 Pc Spoon, Kitchen (slotted) Type: Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type With Slot At Least 6 Rectangular Slots Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe 48 432.00 20,736.00 53 Set Spoon, Measuring Type: Measuring Spoon Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 48 128.00 6,144.00 54 Pc Spoon, Parisienne Type: Parisiennes Spoon Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop 48 368.00 17,664.00 55 Pc Spoon, Serving Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 144 98.00 14,112.00 56 Pc Spoon, Wooden Type: Wooden Spoon Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges 48 121.00 5,808.00 57 Pc Stock Pot, Large Type: Stock Pot, Large Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) Capacity: 20 Quarts (22.7 Liters) Oven Safe To 350⁰f And Dishwasher Safe. With Aluminum Disc Layer In Bottom For Even Heat (5 Mm Aluminum. The Item Must Have Good Quality 12 1,808.00 21,696.00 58 Pc Strainer Chinois, Medium Type: Strainer Chinois, Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 18 4,800.00 86,400.00 59 Pc Strainer Chinois, Small Strainer Chinois, Small Body Shape: Conical Material: Stainless Steel Strainer Diameter: 14 Cm (minimum) Strainer Depth: 13 Cm (minimum) Handle Length: 15 Cm (minimum) With 1 Mm (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 18 4,000.00 72,000.00 60 Pc Strainer Medium, Fine Type: Strainer, Medium Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Strainer’s Two Layers Of Tightly Woven Mesh Catches Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 320.00 15,360.00 61 Pc Strainer Small, Fine Type: Strainer, Small Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 280.00 13,440.00 62 Pc Table, Working Type: Working Table, Stainless Steel Body Shape: Rectangular Material: 304 Stainless Steel, 1.29 Mm Thick (gauge 16) Minimum Length: 1220 Mm (minimum) Width: 700 Mm (minimum) Height: 850 Mm (minimum) Tubular Stainless Steel Legs, 38mm (minimum) With 4 Adjustable Bullet Feet Fully Welded Construction Thickness:gauge 16 (1.29 Mm Thick) Minimum Stainless Steel Table Top With Stainless Steel Undershelf Distance Between Table Top And Undershelf Is 650 Mm (minimum) Preferably With A Packing Case Or Crate No Sharp Edges And Rough Surfaces Must Be Branded. 12 24,000.00 288,000.00 63 Pc Tenderizer, Medium Type: Tenderizer Body Shape: Ergonomic Material: Cast Aluminum Overall Length: 26 Cm (minimum) Dual-sided Hammer, Square Head: 6 Cm X 6 Cm (minimum) Ridged Surface With Rows Of Dull, Pyramid-shaped Spikes Weight: 250 Grams To 500 Grams Preferably With A Packing Case Dishwasher Safe Must Be Branded 48 288.00 13,824.00 64 Pc Thermometer, Pocket /pin Type: Pocket/pen Thermometer Body Shape: Tubular Pen Style Digital Thermometer Product Size: 100 Mm X 40 Mm X 14 Mm (minimum) Display Size: 40 Mm X 20 Mm (minimum) Prove Length: 200 Mm (minimum) Measuring Range: -50 °c To 300 °c (-58 ⁰f To 372 ⁰f) Resolution: 0.1 °c / 0.2 °f 18 240.00 4,320.00 65 Pc Tong, 12 Inches Type: Tong , 12 Inches Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 48 210.00 10,080.00 66 Pc Tong, 8 Inches Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe 60 128.00 7,680.00 67 Pc Tray, Baking, Small Type: Baking Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) Body Thickness: 0.7- 1.0 Mm Preferably With Packing Case Dishwasher Safe Must Be Branded. 48 176.00 8,448.00 68 Pc Tray, Utility Type: Utility Tray Body Shape: Rectangular Material: Stainless Steel Dimension: Length- 48 Cm X Width-32 Cm X Height-2.5 Cm (minimum) Reinforced Edges Finish: Polished Preferably With A Packing Case Washable And Oven Safe 72 128.00 9,216.00 69 Pc Tube, Pastry Type: Pastry Tubes Body Shape: Tube In Different Shape Of Nozzles Material: Stainless Steel Set Contain: 24 Different Shapes Of Nozzles (minimum) Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Stars, Leaves And Other Designs. Must Be Branded 48 5,520.00 264,960.00 70 Pc Turner 3" X 6" Type: Slotted Turner, 3" X 6" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded 48 2,880.00 138,240.00 71 Pc Weighing Scale, 1 Kg, Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) 24 1,600.00 38,400.00 72 Pc Weighing Scale, 5 Kilograms, Mechanical Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded 18 2,400.00 43,200.00 73 Pc Wire Skimmer, Small Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded. 54 318.00 17,172.00 74 Pc Wire Whisk, Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 12 368.00 4,416.00 75 Pc Wire Whisk, Medium Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 60 304.00 18,240.00 76 Pc Wire Whisk, Small Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 54 304.00 16,416.00 77 Pc Wok, Medium Type: Wok, Medium Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 12 5,601.00 67,212.00 78 Pc Wok, Small Type: Wok, Small Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 24 2,080.00 49,920.00 79 Pc Zester Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded. 48 690.00 33,120.00 Certified Allotment Available: Total 4,217,895.00 2. Deped-division Of Sultan Kudarat, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above-mentioned Procurement Project. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships/partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interests Or Outstanding Capital Stocks Belonging To Citizens Of The Philippines. 5. A Complete Set Of Bidding Documents May Be Acquired Or Purchased At Deped-division Of Sultan Kudarat Bac Secretariat, Located At National Hi-way Brgy, Kenram, Isulan, Sultan Kudarat Upon Accomplishing A Bidder’s Information Sheet And Payment In Cash Of A Non-refundable Fee By Interested Bidders In The Amount Of Five Thousand Pesos (php5,000.00) Per Lot To The Division Cashier. Only Bidders Who Purchased The Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). It May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.net, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped- Division Of Sultan Kudarat Will Be Having The Following Procurement-related Activities. Activity Date & Time Venue Issuance Of Bidding Documents January 15–february 04, 2025 Division Office, National High-way,brgy Kenram, Isulan, Sul. Kudarat Pre-bid Conference January 23, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat Submission And Opening Of Bids February 04, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat 7. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.net, For Them To Be Included In The Document Request List Of The Project. 8. Bids Must Be Delivered To The Address And On The Date And Time Stated Herein. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of The Bid Security. 9. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Opening Of Bids At The Address Stated Herein. Late Bids Shall Not Be Accepted. 10. Deped Division Of Sultan Kudarat Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s), Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Melvin P. Fortuna Chairperson, Bac Secretariat Department Of Education
Closing Date4 Feb 2025
Tender AmountPHP 4.2 Million (USD 72.1 K)
9791-9800 of 9823 archived Tenders