Valve Tenders

Valve Tenders

DEPT OF THE NAVY USA Tender

Others...+2Machinery and Tools, Electrical and Electronics
United States
Details: Sole Source Notice -- Diving Chiller Replacement (redacted) subj: Sole Source Memorandum To Acquire Hyperbaric Chamber Heating And Cooling System From Engineered Cooling Services (redacted) 1. Identification Of The Agency And The Contracting Activity, And Specific Identification Of The Document As A “sole Source Justification.” this Is A Sole Source Justification. Contracting Activity Is The Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (nswc Pcd), 110 Vernon Avenue, Panama City, Fl 32407-7001 (contracts Department Code 02). 2. Nature And/or Description Of The Action Being Approved. this Action Will Award A Firm Fixed Price Purchase Order, On A Sole Source Basis, To Engineered Cooling Services (ecs), Cage (3cbk2), 2801 N. Davis Hwy, pensacola, Fl 32503, To Provide Hyperbaric Chamber Test Bath Heating And Cooling System In Support Of Unmanned And Manned Diving Operations, Inside The Experimental Diving Facility Hyperbaric Chambers At Nedu. 3. A Description Of The Supplies Or Services Required To Meet The Agency’s Needs. (including The Estimated Value). The Contract Effort Is To Acquire The Following: this Action Will Award A Firm Fixed Price Purchase Order To Engineered Cooling Services To Provide Experimental Diving Facility (edf) Hyperbaric Chamber Test Bath Heating And Cooling System Removal And Replacement, To Include Two 12.5-ton Air Cooled Chillers And Inline Heating Systems For The Alpha And Bravo Hyperbaric Chamber Test Baths. complete On-site Meeting With Facility Personal To Review Proposed Work demo Out Existing Chill Water Piping And Dispose Of Offsite Or In Selected Area Provided By Base install New Chiller – Model# Agz002f all New Pressure Gauges, Pressure Taps, And Temperature Gauges Will Be Provided And Installed remove And Replace Chill Water Pumps install New Change Over Valves To Operate Each Chiller To Each Loop If Necessary install New Inline Electrical Heaters For Temperature Controls demo And Remove Qty. 2 Existing Inline Heaters For Chillers A & B install Qty. 2 Like In Kind Inline Heaters For Chillers A & B connect Electrical To Both Heaters all Associated Controls Will Be Replaced pressurize And Leak Check All New Piping charge Water Systems With The Appropriate Glycol Mixture For Desired Temperature new Insulation To Be 2” Thick Cellular Glass On Piping, Valves And Equipment To Be Insulated With 1” Thick Flexible Elastomeric insulate And Jacket The Piping Indoors And Outdoors Pvc Jacket Indoors (blue) And Aluminum Jacket Outdoors modify Existing Electrical Service To Support New Amp Ratings For Selected Chillers provide And Install Two New 12.5-ton Air Cooled Chillers connect To New Controls System provide A Factory Start Up And Check Performance Data provide All Close Out Documents And Warranty Information On All Equipment provide Owner And Operating Training On New Equipment And Controls System install Bacnet Ddc Controls For Two (2) Existing Chillers Serving Ark- A, B install Additional Control For Ark-a, B Temperature Controls Loop install Additional Monitoring/integration For One (1) Existing Chiller Serving Edf install Tridium N4 Graphical Webserver And Touchscreen Display provide As-built Control Drawings (redacted) The Government’s Minimum Needs Have Been Verified By The Certifying Technical And Requirements Personnel. This Memo Does Not Authorize Acquisition For Other Requirements. (redacted) 4. Identification Of The Justification Rationale And, If Applicable, A Demonstration Of The Proposed Contractor’s Unique Qualifications To Provide The Required Supply Or Service. 10 U.s.c. 2304(c)(1) [10 U.s.c. 3204(a)(1)], Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements, Far 6.302-1(a)(2)(iii). maintenance Of The Nedu Hyperbaric Dive Chamber Heating And Chilling System And The Nedu Ocean Simulation Facility Hyperbaric Diving Chamber At Nedu, Is A Highly Specialized Service. Ecs Is The Current Vendor Providing For The Nedu Hyperbaric Diving Chamber Heating And Cooling Systems Maintenance Needs. Since Ecs Already Maintains Chillers And Associated Systems Critical To The Mission Of The Nedu Experimental Diving Facility (edf), Using This Contractor Will Decrease Risk Of Unacceptable Delays In Fulfilling Nedu’s Requirements, Because They Are Familiar With The Unique Requirements Of Nedu’s Critical Chiller Systems Which Are Essential To The Qualification Of Diver’s Life Support Equipment For The U.s. Navy. To Use Another Company Unfamiliar With The Unique Requirements For The System Capabilities To Include Size, Piping, Speed Of Heating And Cooling, Maintaining Of Temperatures, And Specialized Control Systems Needed Of These Heating And Cooling Systems For Providing Certification Information To Navsea 00c Regarding Diving And Evaluation Of Diver’s Life Support Equipment Will Compromise Overall Performance Under The Demands Of The Systems To Support Critical Testing Protocols On Equipment For Fleet Divers. Use Of Another Vendor May Change Or Introduce New Parameters Such As Decrease In Capability, Incompatible Components To The Current Piping Systems And Hyperbaric Chambers That May Damage Sensitive Pressurized Equipment, That May Be Harmful To All Diving Systems Tested And Maintained At Nedu, And Negatively Affect The Diving And Life Support Systems These Instruments Are Vital Components Thereof. additionally, Use Of Another Vendor Will Likely Compromise The Integrity Of The Integration And Compatibility Of Existing Systems; Since Ecs Is Responsible For Service And Maintenance Currently Under Contract N61331-22-p-0178, They Are Intimately Familiar With The Requirements To Maintain Compatibility With Current Systems So As Not To Compromise Performance. Ecs Developed The Digital Control System And Interface For Nedu’s Ocean Simulation Facility (osf) Hyperbaric Chambers. Ecs Will Build Off These Already-completed Controls And Interface, The Edf Systems Will Have Matching Software And Interfaces Which Reduces System Complexity In An Effort To Eliminate The Chance Of User Error And Allows For Modularity Between Systems Throughout The Command. Furthermore, Current Manuals And Sops Can Be Leveraged By Operators; Avoiding Additional Costs To Generate, Test, And Maintain Additional Documentation That Would Be Developed By An Alternate Vendor – A Single System Type, Control System, And Interface Is Required For Nedu Systems To Achieve Continuity Across All Hyperbaric Chambers Installed Therein. Therefore, It Is Imperative That This Particular Vendor Be Used To Limit The Risk To Life And Health Of The Us Navy Divers Who Depend On This System. as Such, The Government Does Not Expect Significant Savings Through Competition, Due To The Additional Cost Of Creating, Testing, And Maintaining New Procedures And Manuals, And Does Expects Significant And Unacceptable Delays That Will Negatively Impact This Requirement. Therefore, It Is In The Government’s Best Interest To Award On A Sole Source Basis To Ecs. 5. A Determination By The Ordering Activity Contracting Officer That The Order Represents The Best Value Consistent With Far 13.106-1(b). the Contracting Officer Has Determined That The Order Represents The Best Value And Results In The Lowest Overall Cost Alternative (considering Price, Special Features, Administrative Costs, Etc.) To Meet The Government’s Needs. 6. A Description Of The Market Research Conducted Among Schedule Holders And The Results Or A Statement Of The Reason Market Research Was Not Conducted. for The Reasons Specified In Paragraph 4 Above, Ecs Is The Only Source That Can Meet The Government’s Needs. (redacted) 7. Any Other Facts Supporting The Justification. none 8. A Statement Of The Actions, If Any, The Agency May Take To Remove Or Overcome Any Barriers That Led To The Restricted Consideration Before Any Subsequent Acquisition For The Supplies Or Services Is Made. as Stated In Paragraph 4 Above, Ecs Is The Only Source That Can Meet The Government’s Needs. section F - Deliveries Or Performance f.o.b. 52.247-34 Fob Destination (nov 1991) section G 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (jan 2023) section I – Contract Clauses 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020) 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-27 Prohibition On A Bytedancecovered Application(jun2023) 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.211-15 Defense Priority And Allocation Requirements (apr 2008) 52.212-4 Contract Terms And Conditions -- Commercial Items (nov 2023) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items preselected: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statement (jan 2017) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.233-3 Protest After Award (aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) required: 52.222-21 Prohibition Of Segregated Facilities (apr 2015) 52.222-26 Equal Opportunity (sept 2016) 52.222-50 Combatting Trafficking In Persons (nov 2021) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (june 2020) 52.232-33 Payment By Electronic Funds Transfer--system For Award Management (oct 2018) 52.222-41 Service Contract Labor Standards (aug 2018) 52.222-51 Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment – Requirements (may 2014) 52.222-53 Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services--requirements (may 2014) 52.217-7 Option For Increased Quantity-separately Priced Line Item (mar 1989) 52.217-8 Option To Extend Services (nov 1999) 52.217-9 Option To Extend The Term Of The Contract (mar 2000) 52.225-13 Restrictions On Certain Foreign Purchases (feb 2021) 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran- Representation And Certifications (jun 2020) 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.244-6 Subcontracts For Commercial Products And Commercial Services (feb 2024) 52.246-4 Inspection Of Services (aug 1996) 52.252-6 Authorized Deviations In Clauses (nov 2020) 52.245-1 Government Property (sep 2021) (gfp) 52.245-9 Use And Charges (apr 2012) (gfp) 52.246-4 Inspection Of Services 52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021) 52.246-4 Inspection Of Services-fixed-price (aug 1996) (include If We Pay For Shipping; Origin) 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) 252.204-7003 Control Of Government Work Product (apr 1992) 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information (oct 2016) 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (dec 2019) 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support (jan 2023) 252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation (dec 2019) 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (mar 2022) 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (jan 2023) 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors (jan 2023) 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) 252.225-7048 Export Controlled Items (jun 2013) 252.232-7010 Levies On Contract Payments (dec 2006) 252.232-7017 Accelerating Payments To Small Business Subcontractors—prohibition On Fees And Consideration (apr 2020) 252.244-7000 Subcontracts For Commercial Products And Commercial Services (jan 2023) 252.245-7003 Contractor Property Management System Administration (apr 2012) (gfp) 252.245-7005 Management And Reporting Of Government Property (jan 2024) (gfp) 252.246-7007 Contractor Counterfeit Electronic Part Detection And Avoidance System (aug 2016) 252.246-7008 Sources Of Electronic Parts (may 2018) 252.247-7023 Transportation Of Supplies By Sea (feb 2019) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.252-2 Clauses Incorporated By Reference (feb 1998) section K – Representations 2.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements--representation (jan 2017) 52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014) 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021) 52.204-26 Covered Telecommunications Equipment Or Services-representation (oct 2020) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction (feb 2016) 52.212-3 Alt 1 Offeror Representations And Certifications-commercial Items (may 2022) 52.222-52 Exemption From Service Contract Labor Standards (may 2014) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016) section L - Instructions Conditions And Notices To Bidders 52.212-1 Instructions To Offerors—commercial Items (nov 2021) 52.204-7 System For Award Management (oct 2018) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-22 Alternative Line Item Proposal (jan 2017) 52.211-14 Notice Of Priority Rating (apr 2008) 52.217-5 Evaluation Of Options (july 1990) 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations (sep 2019) section M – Evaluation Factors For Award 52.212-2 Evaluation Commercial Items (nov 2021) far Part 13 Best Value, Sprs Past Performance Ratings, Price And Delivery Terms g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) (jan 2019) (a) For Other Than Firm Fixed Priced Contract Line Item Numbers (clins), The Contractor Agrees To Segregate Costs Incurred Under This Contract/task Order (to), As Applicable, At The Lowest Level Of Performance, Either At The Sub Line Item Number (slin) Or Clin Level, Rather Than At The Total Contract/to Level, And To Submit Invoices Reflecting Costs Incurred At That Level. Supporting Documentation In Wide Area Workflow (wawf) For Invoices Shall Include Summaries Of Work Charged During The Period Covered As Well As Overall Cumulative Summaries By Individual Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Other Direct Costs (odcs), Materials, And Travel, By Technical Instruction (ti), Slin, Or Clin Level. For Other Than Firm Fixed Price Subcontracts, Subcontractors Are Also Required To Provide Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Odcs, Materials, And Travel Invoiced. Supporting Documentation May Be Encrypted Before Submission To The Prime Contractor For Wawf Invoice Submittal. Subcontractors May Email Encryption Code Information Directly To The Contracting Officer And Contracting Officer Representative (cor). Should The Subcontractor Lack Encryption Capability, The Subcontractor May Also Email Detailed Supporting Cost Information Directly To The Contracting Officer And Cor; Or Other Method As Agreed To By The Contracting Officer. (b) Contractors Submitting Payment Requests And Receiving Reports To Wawf Using Either Electronic Data Interchange (edi) Or Secure File Transfer Protocol (sftp) Shall Separately Send An Email Notification To The Cor And Contracting Officer On The Same Date They Submit The Invoice In Wawf. No Payments Shall Be Due If The Contractor Does Not Provide The Cor And Contracting Officer Email Notification As Required Herein. (end Of Text) g-242-h001 Government Contract Administration Points-of-contact And Responsibilities (navsea) (oct 2018) (a) The Government Reserves The Right To Administratively Substitute Any Of The Points Of Contact Listed Below At Any Time. (b) The Contracting Officer Is The Only Person Authorized To Change This Contract Or Orders Issued Thereunder. The Contractor Shall Not Comply With Any Order, Direction Or Request Of Government Personnel - That Would Constitute A Change - Unless It Is Issued In Writing And Signed By The Contracting Officer Or Is Pursuant To Specific Authority Otherwise Included As Part Of This Contract. If, In The Opinion Of The Contractor, An Effort Outside The Existing Scope Of This Contract Is Requested, The Contractor Shall Promptly Comply With The Notification Of Changes Clause Of This Contract. (c) The Points Of Contact Are As Follows: (i) The Procuring Contracting Officer (pco) Is: See Page 1, Block 24 (ii) The Contract Specialist Is: name: Alan Tyler Bounds E-mail: Alan.t.bounds.civ@us.navy.mil Phone: (850) 625-1117 the Administrative Contracting Officer (aco) Is: not Applicable (d) The Contracting Officer’s Representative (cor) Is The Contracting Officer’s Appointed Representative For Technical Matters. The Cor Is Not A Contracting Officer And Does Not Have The Authority To Direct The Accomplishment Of Effort Which Is Beyond The Scope Of The Contract Or To Otherwise Change Any Contract Requirements. An Informational Copy Of The Cor Appointment Letter, Which Provides A Delineation Of Cor Authority And Responsibilities, Will Be Provided Upon Award Of This Contract. the Contracting Officer’s Representative (cor) Is: not Applicable (e) The Alternate Contracting Officer’s Representative (acor) Is Responsible For Cor Responsibilities And Functions In The Event That The Cor Is Unavailable Due To Leave, Illness, Or Other Official Business. The Acor Is Appointed By The Contracting Officer; A Copy Of The Acor Appointment Will Be Provided Upon Award Of This Contract. the Alternate Contracting Officer’s Representative (acor) Is: not Applicable (f) The Technical Point Of Contact (tpoc) Is The Contracting Officer’s Representative For Technical Matters When A Cor Is Not Appointed. The Tpoc Is Responsible For Technical Issues Of Contract Administration, Such As Providing All Items Of Government Furnished Information (gfi), Government Furnished Material (gfm) And Government Furnished Equipment (gfe) If Specified In The Contract As Well As The Inspection And Acceptance Of All Contract Deliverables. the Technical Point Of Contact (tpoc) Is: name: email: (g) The Alternate Technical Point Of Contact (atpoc) Is Responsible For Tpoc Responsibilities And Functions In The Event That The Tpoc Is Unavailable Due To Leave, Illness, Or Other Official Business. the Alternate Technical Point Of Contact (atpoc) Is: not Applicable (h) The Ombudsman Will Review Complaints From The Contractors And Ensure That All Contractors Are Afforded A Fair Opportunity To Be Considered, Consistent With The Procedures In The Contract. the Ombudsman Is: not Applicable (i) The Authorized Ordering Person(s) For Per-call Maintenance Is Responsible For Issuing And Maintaining Records For Any Per-call Orders For Remedial Maintenance Placed Under This Contract. No Per-call Order Shall Be Placed Outside The Scope Of This Contract And The Cumulative Total Of All Orders Shall Not Be In Excess Of Any Not-to-exceed Amount Specified In The Contract. Per-call Orders Shall Not, In Any Way, Modify Any Terms And Conditions Of The Contract. (j) The Authorized Ordering Person(s) For Per-call Maintenance Is: person(s) Listed In (f) With Approval From Persons Listed In ( C ) (i) And (ii). (k) The Contractor's Point Of Contact For Performance Under This Contract Is: name: e-mail: address: See Block 9 phone (end Of Text) g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (jul 2021) (a) The Policy Of This Activity Is To Schedule Periods Of Reduced Operations Or Shutdown During Holiday Periods. Deliveries Will Not Be Accepted On Saturdays, Sundays Or Holidays Except As Specifically Requested By The [insert Activity Name]. All Goods Or Services Attempted To Be Delivered On A Saturday, Sunday Or Holiday Without Specific Instructions From The Contracting Officer Or His Duly Appointed Representative Will Be Returned To The Contractor At The Contractor’s Expense With No Cost Or Liability To The U.s. Government. (b) The Federal Government Observes Public Holidays That Have Been Established Under 5 U.s.c. 6103. The Actual Date Of Observance For Each Of The Holidays, For A Specific Calendar Year, May Be Obtained From The Opm Website At Opm.gov Or By Using The Following Direct Link: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/. (c) Delayed Opening, Early Dismissal And Closure Of Government Facilities. When A Government Facility Has A Delayed Opening, Is Closed Or Federal Employees Are Dismissed Early (due To Severe Weather, Security Threat, Security Exercise, Or A Facility Related Problem) That Prevents Personnel From Working, Onsite Contractor Personnel Regularly Assigned To Work At That Facility Shall Follow The Same Reporting And/or Departure Directions Given To Government Personnel. The Contractor Shall Not Direct Charge To The Contract For Such Time Off, But Shall Follow Parent Company Policies Regarding Taking Leave (administrative Or Other). Non-essential Contractor Personnel, Who Are Not Required To Remain At Or Report To The Facility, Shall Follow Their Parent Company Policy Regarding Whether They Should Go/stay Home Or Report To Another Company Facility. Subsequent To An Early Dismissal, Delayed Opening, Or During Periods Of Inclement Weather, Onsite Contractors Should Monitor The Opm Website As Well As Radio And Television Announcements Before Departing For Work To Determine If The Facility Is Closed Or Operating On A Delayed Arrival Basis. (d) When Federal Employees Are Excused From Work Due To A Holiday Or A Special Event (that Is Unrelated To Severe Weather, A Security Threat, Or A Facility Related Problem), On Site Contractors Shall Continue Working Established Work Hours Or Take Leave In Accordance With Parent Company Policy. Those Contractor Employees Who Take Leave Shall Not Direct Charge The Non-working Hours To The Contract. Contractors Are Responsible For Predetermining And Disclosing Their Charging Practices For Early Dismissal, Delayed Openings, Or Closings In Accordance With The Far, Applicable Cost Accounting Standards, And The Company’s Established Policy And Procedures. Contractors Shall Follow Their Disclosed Charging Practices During The Contract Period Of Performance, And Shall Not Follow Any Verbal Directions To The Contrary. The Contracting Officer Will Make The Determination Of Cost Allowability For Time Lost Due To Facility Closure In Accordance With Far, Applicable Cost Accounting Standards, And The Contractor's Established Accounting Policy And Procedures. (e) If You Intend To Visit The Contracts Office, It Is Advised That You Call For An Appointment At Least 24 Hours In Advance. (f) The Hours Of Operation Are As Follows: Area From To nswc-pcd And/or Nedu 0700 1600* (g) All Deliveries To The Receiving Officer, (see Delivery Schedule, Section F), Shall Be Made Monday Through Friday From 0700 To 1600 Local Time, Unless Otherwise Specified. Deliveries Will Not Be Accepted After 1600. No Deliveries Will Be Accepted On Federal Government Holidays. ***note*** Trucks Must Gain Access To The Base Prior To 1430. (end Of Text) g-242-w001 Contract Administration Functions (navsea) (oct 2018) (a) In Accordance With Far 42.302(a) All Functions Listed Are Delegated To The Aco Except The Following Items To Be Retained By The Pco: all Functions Listed Will Be Retained By The Pco. (b) In Accordance With Far 42.302(b), The Following Additional Functions Are Delegated To The Aco: None (end Of Text) l-204-h003 Notification Of Use Of Navy Support Contractors For Official Contract Files (navsea) (apr 2019) (a)navsea May Use A Contractor To Manage Official Contract Files Hereinafter Referred To As "the Support Contractor", Including The Official File Supporting This Procurement. These Official Files May Contain Information That Is Considered A Trade Secret, Proprietary, Business Sensitive Or Otherwise Protected Pursuant To Law Or Regulation, Hereinafter Referred To As “protected Information”. File Management Services Consist Of Any Of The Following: Secretarial Or Clerical Support; Data Entry; Document Reproduction, Scanning, Imaging, Or Destruction; Operation, Management, Or Maintenance Of Paper-based Or Electronic Mail Rooms, File Rooms, Or Libraries; And Supervision In Connection With Functions Listed Herein. (b)the Cognizant Contracting Officer Will Ensure That Any Navsea Contract Under Which These File Management Services Are Acquired Will Contain A Requirement That (1) The Support Contractor Not Disclose Any Information; (2) Individual Employees Are To Be Instructed By The Support Contractor Regarding The Sensitivity Of The Official Contract Files; (3)the Support Contractor Performing These Services Be Barred From Providing Any Other Supplies And/or Services, Or Competing To Do So, To Navsea For The Period Of Performance Of Its Contract And For An Additional Three Years Thereafter Unless Otherwise Provided By Law Or Regulation; And, (4)in Addition To Any Other Rights The Offeror May Have, It Is A Third Party Beneficiary Who Has The Right Of Direct Action Against The Support Contractor, Or Any Person To Whom The Support Contractor Has Released Or Disclosed Protected Information, For The Unauthorized Duplication, Release, Or Disclosure Of Such Protected Information. (c)submission Of A Proposal Will Be Considered As Consent To Navsea's Permitting Access To Any Information, Irrespective Of Restrictive Markings Or The Nature Of The Information Submitted, By Its File Management Support Contractor For The Limited Purpose Of Executing Its File Support Contract Responsibilities. (d)navsea May, Without Further Notice, Enter Into Contracts With Other Contractors For These Services. Offerors Are Free To Enter Into Separate Non-disclosure Agreements With The File Support Contractor. Contact The Procuring Contracting Officer For Contractor Specifics. However, Any Such Agreement Will Not Be Considered A Prerequisite Before Information Submitted Is Stored In The Files Or Otherwise Encumber The Government. (end Of Provision) --------------------------------------------------------------------------- all Quotes Submitted In Response To This Announcement Shall Be Reviewed If Submitted By The Close Date. Rfq Must Include Supporting Documents: Capabilities Statement, Proof Of Past Performance For Similar Work, And Cage Code. email Subject Line Must Include Solicitation Number, Vendor Name, And Cage At Beginning Of Subject Line award Will Be Based On The Best Value To The Government Considering Price, Delivery, Quality, And Past Performance email Quotes To Alan.t.bounds.civ@us.navy.mil On Or Before The Closing Date And Time Stated Above. the Government Will Not Accept Late Quotes. the Government Will Not Accept Quotes That Are Partial Or Incomplete provide Cage Code And Lead Time On Your Quote. vendors Must Be Able To Invoice Through Wide Area Workflow (wawf). if Shipping Is Not Included In The Price Include A Line Item For Shipping. vendors Must Ensure That They Have Received A Response Within 2 Business Days After Quote Has Been Submitted To Remain Competitive. If No Response Is Received Please Call Primary And Leave A Message. **review All Attachments Posted Prior To Submission Of Quote**
Closing Date29 Jan 2025
Tender AmountRefer Documents 

Ministry Of Agriculture Fisheries And Agrarian Reform Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Lot No. Unit Quantity Specifications Approved Budget For Contract Price Of Bid Documents Delivery Period 1 Unit 1 Delivery Truck (wing Van) 2,800,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1068 Prime Mover Rated Power: 350hp Min @ 1800rpm Engine Displacement: 12.8l Min Fuel Type: Diesel Engine Type: Inline 6cylinder, Intercooler Turbo Engine Compression Ratio: 17.3 Min Manufacturer Year Model: 2010 Abdve Performance Classification Aspiration Method: Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission: 7 Speed Manual Min. No. Of Drive: 2 Body And Cab No. Of Wheels: 11 (2 Front: 8 Rear: 1 Spare Tire) No. Of Studs: 10 Min Payload: 15,000 Kg Min Gross Vehicle Weight: 25,000 Kg Min Front Cabin: Single Rear Body Type: Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height; 450 Mm, Min Body Length: 30 Ft, Min Brake System: Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack (complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Maguindanao Del Sur 2 Unit 4 Supply And Delivery Of Combined Harvester (rice And Corn) 8,400,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1071 · Engine Rated Power: 50.7 Kw, Minimum, 4 Cylinder, Water Cooled, Diesel Engine · Driver System: Rubber Crawler Track · Field Efficiency: : 75%, Minimum · Feed Rate: Not Less Than 2kg/sec. · Ground Clearance: 300 Mm, Minimum · Losses: Maximum Header Loss: 0.5%, Separation Loss: 1.3%) · Blower Loss: 1.2%max · Unthreshed Losses: 0.2% Max · Scattering Loss: 0.3% Max · Total Machine Loss: 3.5% Max · Purity (%): With Fan 97%, Minimum, With Fan 95%, Minimum · Breakage Rate: 1.5 %, Maximum · Broken Grain: 2.0% Max · Net Crak Grains: 5%, Maximum · Field Capacity: 0.65 Ha/hr, Minimum · Noise Level, Db (a) Maximum 95% · Grain Unloading: Manual (sacked Grain And Unloading Method) · Bagging System: Sack Type/grain Tank · Cutting System: With Reel; Height Adjustment- Hydraulics; Gathering Length-2meters; Cutting Height Range-80cm Max · Transmission: Hst (automatic, 2f/2r Minimum) ·steering System: Clutch And Brake ·threshing System: - Spike Tooth, Axial Flow- Fan (front And Rear) With Shaving And Re-treasher · With 2 Hopper Outlet · With Brand New Transport Trailer With 2023 Production Date Pneumatic Tire ·with Built-in Ramp For Easy Transport Of The Machine ·threshing Recovery: 97% ·threshing Efficiency: 99% ·must Conformed With Paes 224:2015 Rice Combined ·with Complete Set For Rice And Corn Harvesting Mechanism ·tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ ·with Amtec Test Result ·with Certificate Of Conformity · With Namdac Certificate ·with Pto Certificate By Bafe ·all Brand New ·full Tank Diesel Engine ·specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr ·should Have Service Center Within The Neighboring Region ·the Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid ·warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine ·control Instructions And Labels Of The Machine Should Be In English ·must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Sur 3 Unit 2 4wd Tractor (100hp) With Farm Implements 7,200,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1075 Technical Specifications Engine Type: Four-wheel Drive, Four-cylinder, Turbo-charged With Inter-cooler Diesel Engine, 16f X 8r Transmission System, Full Hydrostatic Steering System, With Cab And Air-condition. Net Power: 74.6kw/100hp Minimum Dimension, L X W X H, Mm: 4496 X 2950 X 2795 Pto Power Of The Engine, %: 98.61 (amtec) Rated Shaft Speed, Rpm: 2200 Air Cleaner: Dry Type (double Elements) Transmission System: 16 Forward X 8 Reverse Cylinder: 4 Cylinders Clutch: Independent, Dual Clutch Pto Speed: 540 Rpm Category: Category Ii Hydraulic Lift Force Capacity, Kn: 23.58 Tank Capacity: 145 Liters Fuel Consumption, L/hr: 20.25 Injection Pump: Inline Plunger Type Structures: With Canopy And Seat Belts With Basic Tools Implements: Trailing Disc Harrow, 2 Gangs (available): 20-discs X 24” Diameters Hd Trailer, 5 Tons Capacity Reflectorized Logo A. With Reflectorized Mafar-barmm And Tdif Logo (6 Inches Diameter) B. The Mafar Logo Shall Be Placed At A Visible Position In The Machine Which Could Either Be Painted Or Made Up Of An All-weather Reflectorized Sticker With Amtec Test Results The Brand Must Have 10 Years Of Existence In The Philippine Market The Supplier Must Have Namdac Certificate Issued By Pcaf The Supplier Must Have Permit-to-operate Issued By Bafe With 3 Years Manufacturer Warranty And Lifetime Service Warranty With Service Center In The Bangsamoro Region ***nothing Follows*** Delivery Area Maguindanao Del Norte 4 Unit 7 4wd Tractor (72 Hp) With Farm Implements 18,200,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1073 Technical Specifications: Engine: > Rated Power : 72 Hp Rear Straight Axle > 4 Stroke, Water Cooled, 4 Cylinder, Turbocharged Diesel Engine > Net Power : 50.67 Kw > Fuel Consumption At Maximum Pto Power (max) : 19 L/ha > Battery Capacity - 12 V > Fuel Tank Capacity - 65 L Traveling System: > Transmission: Synchromesh > Steering - Full Hydraulic Power >3 Point Hitch: Category 2 > Differential - Bevel Gears With Different Lock (rear) > With Valid Amtec Test Result > Materials And Components: All Brand New > With Reflectorized On The Hood (left And Right), 8x8 Inches Barmm Logo > With Certificate Of Unit Availability > Distributor Must Have National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation (coa) > Brand Must Have Sustained Presence In The Philippine Market For The Period Of At Least 30 Years > With The Following Implements: (minimum Specs) 1 Unit For Each Tractor: Disc Harrow – Conforms With Paes 120:2001 > 18 Pcs. X 24 Diameter > Discs: 4 Mm (thickness) > Frame: 6 Mm (thickness) Trailer – Conforms With Paes 136:2001 > Capacity: 3-5 Tons > Trailer Dimension: 10 X 6 X 2 > Tire Dimension: 10 X 20" > Flooring: Gauge #26 (thickness) > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6 Mm (thickness) Tools (heavy Duty): 1 Unit Each Of The Following Per Farm Tractor > Tire Wrench – For Tractor And Trailer > Hydraulic Jack 5t > Pressure Gauge > Grease Gun 18" > 3 Pc Socket Range (10 Mm, 12 Mm, 17 Mm) > Power Handle Drive ½" > Star Screw 12" > Flat Screw 12" > 4 Pc. Open Wrench (10x11mm, 12x13mm, 14x17mm & 19 X 21 Mm) > Mechanical Plier 6" > Pipe Wrench 18" *** Nothing Follows *** Delivery Area Lanao Del Sur 5 Unit 6 4wd Tractor (72hp) With Farm Implements 15,600,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1074 Technical Specification Engine Type: Four Wheel Drive, Four-cylinder, Naturally-aspirated Diesel Engine, 12 X12 Transmission System, Full Hydrostatic Steering System Dimension, L X W X H: 4340 X 2005 X 2775 Rated Maximum Power, Kw: 53.7 Kw/ 72 Hp Minimum Rated Engine Shaft Speed, Rpm: 2400 Cylinder Number: 4 Cylinders Transmission, Gears: 12f X 12r Pto Power Of The Engine, %: 98.97% (amtec) Clutch System: Independent, Dual-clutch Independent Control: Mechanical, Independent Of Main Brake Hand Lever Operated Air Cleaner: Oil-bath Type Fuel Consumption, L/hr: 22.61 Maximum Hydraulic Lift, Kn: 18.26 Kn Category: Ii Fuel Tank Capacity: 60 Liters Injection Pump: Inline Plunger Barrel Type Structures: With Canopy And Seat Belts With Basic Tools Implements: Hd Trailer 3 Tons Capacity Trailing Harrow, 18 X 24, Notched Front Disc (available): 20-discs X 24” Diameters Hd Trailer, 5 Tons Capacity Reflectorized Logo A. With Reflectorized Mafar-barmm And Tdif Logo (6 Inches Diameter) B. The Mafar Logo Shall Be Placed At A Visible Position In The Machine Which Could Either Be Painted Or Made Up Of An All-weather Reflectorized Sticker With Amtec Test Results The Brand Must Have 10 Years Of Existence In The Philippine Market The Supplier Must Have Namdac Certificate Issued By Pcaf The Supplier Must Have Permit-to-operate Issued By Bafe With 3 Years Manufacturer Warranty And Lifetime Service Warranty With Service Center In The Bangsamoro Region ***nothing Follows*** Delivery Area Maguindanao Del Dur 6 Unit 1 4wd Tractor (50 Hp) With Farm Implements 2,500,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1072 Technical Specifications: Engine: Ls Number Of Cyclinders/intake: 4 Cubic Capacity: Cm3 - 2505 Nominal Engine Speed Rpm - 2600 Output At Nominal Engine (speed Ece R (120) - Kw/hp - 35/47 Max. Output (in Accordance With Ece R 120) Kw/hp - 35/47 Transmission Type Mechanical Ratios (f/r) 16/16 Min. Speed Km/h 1.21 Top Speed Km/h 30 Pto Speed 540/540 Eco/1000 Clutch Actuation Electrohydraulic Max.flow At Rated Speed L/min 36 Number Of Spool Valves 2(4) (number Of Connections) Max.lifting Capacity At Rear Linkage Kg 2200 Overall Length Mm 3552 Height With Cab Mm 2506 Wheelbase Mm 1937 Turning Radius M 3.4 Tare Weight With Cab Kg 2240 *** Nothing Follows *** Delivery Area Special Geographic Area (sga) 7 Unit 88 Combine Harvester 184,800,000.00 50,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9047 Complete Harvester Or Digital Rice Mill De Stoner/digital 2-in-1 Corn Mill/10kva Diesel Generator Set/ 3 Units Solar Light/5 Units Backpack Sprayer/ 4 Units Power Tiller Specifications: 2 In 1 Corn Mill Combine Rice Mill >type: Steel Hammer Grinder, Rotary Blade (hammer Mill-type) Degermer Motor-driven >performance Criteria Corn Mill Milling Capacity : 64.79 Main Product Recovery, % Minimum: 56.23 Loses, % Maximum : 5.0 Degermer Efficiency, % Minimum: 92.00 Micro Mill (rice) Milling Capacity, Kg/h : 127.00 Main Product Recovery, % Minimum: 68.00 Head Rice, % Minimum : 78.00 Broken Grains, % Maximum: 21.05 Noise Level, B(a), Maximum: 91 Milling Degree : Well Milled >power Transmission System Electric Motor To Degermer Assembly: V-belt And Pulley Belt Size: A-49 Features: With A Sliding Gate To Control Feeding Degermer Assembly Type: Steel Huller Type Of Cleaning Device: Aspirator Safety Devices: On/off Switch And Housing For Rotating Components Note: (amtec Tested, Patented, Member Of Filipino Inventors Society) 10kva Generator Set (diesel Fed, With Accessories, Wheel Special Features: Key And Power Remote Control) Solar Street Light With Dome Camera 4g Solar Ptz Camera 4mp Solar Panel: 20w Solar Light Power: 300w Battery Solar Light: 1000mah Battery Of Camera 14400mah Ubox App Downloadable For Camera Plastic Panel Iron Galvanized Pole 6m Long Blue+white Color ***nothing Follows*** Delivery Area Lanao Del Sur Maguindanao Del Sur Maguindanao Del Norte Total Abc 239,500,000.00
Closing Date10 Feb 2025
Tender AmountPHP 239.5 Million (USD 4.1 Million)

DEPT OF THE NAVY USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Far Part 13 Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. request For Quotation (rfq) N5523625q0058 Is Issued As A Sole Source Requirement. The Subject Solicitation Is Being Processed Using Far Part 12 And 13. The Government Intends To Solicit And Contract With Only One Source, Johnson Controls Building And Automation Systems, Llc (johnson Controls), For The Parts Listed On The Product Description Under The Authority Of Far 13.106-1(b)(1)(i) On A Sole Source Basis. The Applicable North American Industry Classification System (naics) Code Is 333415 – Air Conditioning And Warm Air Heating Equipment And Commercial And Industrial Refrigeration Equipment Manufacturing. this Solicitation Documents And Incorporates Provisions And Clauses That Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 03 January 2025) And Dfars Publication Notice 20250117. description: Southwest Regional Maintenance Center (swrmc) Requires Procurement And Delivery Of Long Lead Time Material (lltm) In Support Of Swrmc At Naval Base San Diego As Follows: Quote Shall Provide Lltm Delivery Date. see Product Description the Full Text Of Far And Dfar References, Provisions And Clauses May Be Accessed At Https://acquisition.gov. the Following Provisions And Clauses Apply To This Acquisition And Will Be Incorporated Into Any Resultant Purchase Or Delivery Order. c-202-h001 Additional Definitions – Basic (navsea) Oct 2018 c-204-h001 Use Of Navy Support Contractors For Official Contract Files (navsea) Oct 2018 c-211-h017 Updating Specifications And Standards (navsea) Dec 2018 c-211-h018 Approval By The Government (navsea) Jan 2019 c-211-h019 Commonality And Standardization (navsea) Feb 2022 c-215-h002 Contractor Proposal (navsea) Oct 2018 c-223-h003 Exclusion Of Mercury (navsea) Mar 2019 c-247-h001 Permits And Responsibilities (navsea) Dec 2018 d-211-h004 Identification Marking Of Parts -- Basic (navsea) Oct 2018 d-211-h005 Identification Marking Of Parts -- Alternate I (navsea) Oct 2018 d-246-h002 Warranty Notification For Item(s) ____-- Basic (navsea) Oct 2018 d-246-h003 Warranty Notification For Item(s) ____-- Alternate I (navsea) Apr 2024 d-247-h004 Marking And Packing List(s) – Basic (navsea) Feb 2022 d-247-h005 Marking And Packing List(s) – Alternate I (navsea) Oct 2018 d-247-w001 Prohibited Packing Materials (navsea) Oct 2018 52.246-2 Inspections Of Supplies – Fixed Price Aug 1996 52.246-11 Higher-level Contract Quality Requirement Dec 2014 52.246-16 Responsibilities For Supplies Apr 1984 e-246-h022 Inspection And Test Records (navsea) Jan 2019 52.242-15 Stop-work Order Aug 1989 52.242-17 Government Delay Of Work Apr 1984 52.247-34 F.o.b. Destination Nov 1991 f-242-h001 Contractor Notice Regarding Late Delivery (navsea) Oct 2018 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018 252.232-7006 Wide Area Work Flow Payment Instructions Jan 2023 g-232-h002 Payment Instructions And Contract Type Summary For Payment Office (navsea) Feb 2024 g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) Jan 2019 g-242-h001 Government Contract Administration Points Of Contact And Responsibilities (navsea) Oct 2023 g-242-h002 Hours Of Operation And Holiday Schedule (navsea) Jul 2021 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements Jan 2017 52.204-7 System For Award Management Oct 2018 52.204-19 Incorporation By Reference Of Representations And Certifications Dec 2014 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 52.204-26 Covered Telecommunications Equipment Or Services-representation Oct 2020 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under And Federal Law Feb 2016 52.212-4 Contract Terms And Conditions--commercial Items Nov 2023 52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.252-2 Clauses Incorporated By Reference Feb 1998 52.252-6 Authorized Deviations In Clauses Nov 2020 252.203-7000 Requirements Relating To Compensation To Former Dod Officials Sep 2011 252.203-7002 Requirements To Inform Employees Of Whistleblower Rights Dec 2022 252.203-7005 Representation Relating To Compensation Of Former Dod Officials Sep 2022 252.204-7000 Disclosure Of Information Oct 2016 252.204-7003 Control Of Government Work Product Apr 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct 2016 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident information Jan 2023 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting Jan 2023 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support Jan 2023 252.204-7019 Notice Of Nistsp 800-171 Dod Assessment Requirements Nov 2023 252.204-7020 Nist Sp 800-171dod Assessment Requirements Nov 2023 252.204-7021 Cybersecurity Maturity Model Certification Requirements Jan 2023 252.204-7022 Expediting Contract Closeout May 2021 252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023 252.211-7003 Item Unique Identification And Valuation Jan 2023 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors Jan 2023 252.223-7008 Prohibition Of Hexavalent Chromium Jan 2023 252.225-7000 Buy American – Balance Of Payments Program Certificate Feb 2024 252.225-7001 Buy American And Balance Of Payment Program Feb 2024 252.225-7002 Qualifying Country Sources As Subcontractors Mar 2022 252.225-7048 Export Controlled Items Jun 2013 252.232-7010 Levies On Contract Payments Dec 2006 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel Jan 2023 252.244-7000 Subcontracts For Commercial Items Nov 2023 252.246-7003 Notification Of Potential Safety Issues Jan 2023 252.247-7023 Transportation On Supplies By Sea Oct 2024 52.212-5 – Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services (jan 2025) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: ___1) 52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). ___2) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). ___3) 52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). ___4) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far 3.900(a) _x__5) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note). ___6) [reserved] ___7) 52.204-14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). ___8) 52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111-117, Section 743 Of Div. C). _x_9) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). ___10) 52.204-28, Federal Acquisition Supply Chain Security Act Orders—federal Supply Schedules, Governmentwide Acquisition Contracts, And Multi-agency Contracts. (dec 2023) (pub. L. 115–390, Title Ii). ___11) (i) 52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) (pub. L. 115–390, Title Ii). ___ (ii) Alternate I (dec 2023) Of 52.204–30. __x_12) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note). ___13) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). ___14) [reserved]. _ _15) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). ___16) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). ___17) [reserved] _x__18) (i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). ___ (ii) Alternate I (mar 2020) Of 52.219-6. ___19) (i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). ___ (ii) Alternate I (mar 2020) Of 52.219-7. ___20) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)). ___21) (i) 52.219-9, Small Business Subcontracting Plan (sep 2023) (15 U.s.c. 637(d)(4)). ___ (ii) Alternate I (nov 2016) Of 52.219-9. ___ (iii) Alternate Ii (nov 2016) Of 52.219-9. ___ (iv) Alternate Iii (jun 2020) Of 52.219-9. ___ (v) Alternate Iv (sep 2023) Of 52.219-9. ___22) (i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). ___ (ii) Alternate I (mar 2020) Of 52.219-13. _x_23) 52.219-14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 637s). ___24) 52.219-16, Liquidated Damages—subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). __ 25) 52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) ( 15 U.s.c. 657f). _x_26) (i) 52.219-28, Post Award Small Business Program Representation (feb 2024) (15 U.s.c. 632(a)(2)). ___ (ii) Alternate I (mar 2020) Of 52.219-28. __ 27) 52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). ___28) 52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). ___29) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). _x__30) 52.219-33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 637(a)(17)). ___31) 52.222-3, Convict Labor (jun 2003) (e.o.11755). _x_32) 52.222-19, Child Labor-cooperation With Authorities And Remedies (feb 2024). _x_33) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). _x_34) (i) 52.222-26, Equal Opportunity (sep 2016) (e.o.11246). ___ (ii) Alternate I (feb 1999) Of 52.222-26. ___35) (i) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). ___ (ii) Alternate I (jul 2014) Of 52.222-35. _x_36) (i) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). ___ (ii) Alternate I (jul 2014) Of 52.222-36. ___37) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). ___38) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). _x_39) (i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). ___ (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). ___40) 52.222-54, Employment Eligibility Verification (may 2022) (executive Order 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) ___41) (i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa–designated Items (may 2008) (42 U.s.c. 6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) ___ (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). ___42) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (may 2024) (42 U.s.c. 7671). ___43) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (may 2024) (42 U.s.c. 7671). ___44) 52.223-20, Aerosols (may 2024) (42 U.s.c. 7671). ___45) 52.223-21, Foams (may 2024) (42 U.s.c. 7671). _x_46) 52.223-23, Sustainable Products And Services (may 2024) (e.o. 14057, 7 U.s.c. 8102, 42 U.s.c. 6962, 42 U.s.c. 8259b, And 42 U.s.c. 7671l). ___47) (i) 52.224-3 Privacy Training (jan 2017) (5 U.s.c. 552 A). ___ (ii) Alternate I (jan 2017) Of 52.224-3. ___48) (i) 52.225-1, Buy American-supplies (oct 2022) (41 U.s.c. Chapter 83). ___ (ii) Alternate I (oct 2022) Of 52.225-1. ___49) (i) 52.225-3, Buy American-free Trade Agreements-israeli Trade Act (nov 2023) ( 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. ___ (ii) Alternate I [reserved]. ___ (iii) Alternate Ii (dec 2022) Of 52.225-3. ___ (iv) Alternate Iii (feb 2024) Of 52.225-3. ___ (v) Alternate Iv (oct 2022) Of 52.225-3. ___50) 52.225-5, Trade Agreements (nov 2023) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). _x_51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). ___52) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). ___53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). ___54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). _x_55) 52.226-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) (e.o. 13513). ___56) 52.229-12, Tax On Certain Foreign Procurements (feb 2021). ___57) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). ___58) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). _x_59) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018) (31 U.s.c. 3332). ___60) 52.232-34, Payment By Electronic Funds Transfer-other Than System For Award Management (jul 2013) (31 U.s.c. 3332). ___61) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). _x_62) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). ___63) 52.242-5, Payments To Small Business Subcontractors (jan 2017) (15 U.s.c. 637(d)(13)). ___64) (i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). ___ (ii) Alternate I (apr 2003) Of 52.247-64. ___ (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: ___1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter67). ___2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). ___5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). ___6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). _x_7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). ___8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). ___9) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records-negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause- (i) 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) (41 U.s.c. 4712). (iii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (v) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115-232). (vi) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). (vii) (a) 52.204–30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023) (pub. L. 115–390, Title Ii). (b) Alternate I (dec 2023) Of 52.204–30. (viii) 52.219-8, Utilization Of Small Business Concerns (feb 2024) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219-8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (ix) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (x) 52.222-26, Equal Opportunity (sep 2015) (e.o.11246). (xi) 52.222-35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (xii) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (xiii) 52.222-37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xiv) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xv) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xvi) _x_ (a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o 13627). ___ (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xvii) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may 2014) (41 U.s.c. Chapter 67). (xviii) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements (may 2014) (41 U.s.c. Chapter 67). (xix) 52.222-54, Employment Eligibility Verification (may 2022) (e.o. 12989). (xx) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xxii) (a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xxiii) 52.225-26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv) 52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxv) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of 52.232-40. (xxvi) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) a. 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services Sep 2023. Offerors Must Comply With All Instructions Contained Herein. (1) Offerors May Submit Written Questions During The Quote Preparation Period. All Questions Must Be Received No Later Than 14 February 2025, 11:00 Am (pacific) To Allow Adequate Time To Prepare And Issue Responses To All Offerors Prior To The Date And Time Set For Receipt Of Quotes. Only Written Questions Will Receive A Response. All Questions And Quotes Shall Be Directed To: southwest Regional Maintenance Center (swrmc) – C410a Procurement email: Cite The Solicitation Number In The Subject Line - N5523625q0058 email Addresses: Michael.t.jones331.civ@us.navy.mil And Cynthia.y.urias.civ@us.navy.mil b. 52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products And Commercial Services Nov 2021. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: evaluation Factors – The Evaluation Factors That Will Be Used Are: technical Acceptability – Ability To Meet The Required Delivery Date And The Salient Characteristics Of The Product Description technical Drawings Shall Be Requested Via The Swrmc Technical Documentation Request Form As A Part Of Technical Acceptability For This Acquisition. Vendors Must Show Evidence, Technical Drawing Was Reviewed To Ensure Correct Manufacturing Of The Valves. price – The Government Will Evaluate The Proposed Price For Reasonableness In Accordance With Far 13.106-3 (a)(1). past Performance – Based On The Supplier Performance Risk System Rating. (b) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) c. 52.212-3 Offeror Representations And Certifications – Commercial Products And Commercial Services May 2024. The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam) Accessed Through Https://www.sam.gov/sam/ (only Complete And Return If There Are Changes To Current Sam Registration. If 52.212-3 Is Not Returned, The Contractor Is Affirming That The Current Sam Registration Is Current, Accurate, And Complete). If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v) Of This Provision. The Provision Of Far 52.212-3 Must Be Submitted By The Offeror To Be Eligible For Award. d. 52.212-4 Contract Terms And Conditions -- Commercial Products And Commercial Services Nov 2023 standard Commercial Warranties Apply. applicable Provisions And Clauses: the Far Requires The Use Of The System For Award Management (sam) In Federal Solicitations As A Part Of The Offer Submission Process To Satisfy Far 52.212-4. More Information On Sam Is Found At Https://www.sam.gov/portal/public/sam/. packaging Requirements: Packaging And Preservation Shall Be Performed In Accordance With The Best Commercial Practices To Afford Maximum Protection Against Damage. d-211-h005 Identification Marking Of Parts – Alternative I Oct 2018 delivery Instructions: Item Shall Be Priced For F.o.b. Destination. Inspection And Acceptance Shall Be At Destination By The Government. special Contract Requirements: please Submit Your Quote Via E-mail To Michael Jones, Michael.t.jones331.civ@us.navy.mil (primary) And Cynthia Urias, Cynthia.y.urias.civ@us.navy.mil (secondary). quotes Must Be Received By The Destination Inbox No Later Than *18 February 2025, 11:00 Am (pacific)*
Closing Date18 Feb 2025
Tender AmountRefer Documents 

Municipality Of Argao, Cebu Tender

Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 6.00 1.00 A. Backhoe (0.80 Mᶾ) 6.00 1.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1 Ls 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Hours 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days D. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 14.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances - Building Permit Processing Fees B. Manpower: C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 43.41 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 43.41 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 39.57 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 39.57 M3 Embankment From Structure Excavation Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 3.81 M3 Dpwh Standard Output Per Day (opd)= 1.20 M3 3.81 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 "structural Concrete (footing, Slab On Fill)" Quantity 15.03 M3 Dpwh Standard Output Per Day (opd)= 0.357 M3 15.03 M3 " Structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 "structural Concrete (footing Tie Beam, Wall Footing)" Quantity 2.56 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.56 M3 " Structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 "structural Concrete (columns)" Quantity 5.42 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 5.42 M3 " Structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 3.90 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 3.90 M3 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c6 "structural Concrete (suspended Slab)" Quantity 2.09 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.09 M3 " Structural Concrete (suspended Slab)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 3,947.39 Kg Dpwh Standard Output Per Day (opd)= 143.44 Kg 3947.39 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 56.65 M2 Dpwh Standard Output Per Day (opd)= 3.24 M2 56.65 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 188.21 M2 Dpwh Standard Output Per Day (opd)= 3.825 M2 188.21 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1016(1)a Waterproofing Cement Base Quantity 12.54 M2 Dpwh Standard Output Per Day (opd)= 1.875 M2 12.54 M2 Waterproofing Cement Base Direct Cost: A. Materials: 1.05 M2 A. Cement-based Waterproofing B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 507.84 Kg Dpwh Standard Output Per Day (opd)= 85.00 Kg 507.84 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purlins Quantity 200.46 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 200.46 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 48.00 M2 Dpwh Standard Output Per Day (opd)= 2.769 M2 48.00 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 54.76 M Dpwh Standard Output Per Day (opd)= 10.00 M 54.76 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 7.76 M Dpwh Standard Output Per Day (opd)= 11.80 M 7.76 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) "reflective Insulation" Quantity 50.00 M2 Dpwh Standard Output Per Day (opd)= 5.56 M2 50.00 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1.00 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 200.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 1.00 Set D. Single-gang Switch 4.00 Set E. Two-gang Switch 2.00 Set F. Three-gang Switch 13.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Day (opd)= 1 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 Ls Sewer Line Work Direct Cost: A. Materials: 7.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 3.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 8.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 2.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 2.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 1.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 6.00 Pcs H. Pvc Coupling (50mm D) 2.00 Pcs I. Pvc Coupling3 (101mm D) 1.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 2.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) M. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Storm Drainage And Downspout Direct Cost: A. Materials: 8.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 9.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 5.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 5.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 5.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 10.00 Pcs C.13 Mm Ø Ppr Elbow 10.00 Pcs D.13 Mm Ø Ppr Coupling 2.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 5.00 Pcs G.13 Mm Ø Ppr Tee H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 58.55 M2 Dpwh Standard Output Per Day (opd)= 2.00 M2 58.55 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)

Municipality Of Argao, Cebu Tender

Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 6.00 1.00 A. Backhoe (0.80 Mᶾ) 6.00 1.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Days 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. B.7(2) Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days C. Working Gloves 1.00 Set D. First Aid Kit B. Manpower: Number Of Days 14.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances B. Manpower: - Building Permit Processing Fees C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 43.41 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 43.41 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 39.57 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 39.57 M3 Embankment From Structure Excavation Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 3.81 M3 Dpwh Standard Output Per Day (opd)= 1.20 M3 3.81 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: 1.05 M3 A. Plate Compactor (5 Hp) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 "structural Concrete (footing, Slab On Fill)" Quantity 15.03 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 15.03 M3 " Structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 "structural Concrete (footing Tie Beam, Wall Footing)" Quantity 2.56 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.56 M3 " Structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 "structural Concrete (columns)" Quantity 5.42 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 5.42 M3 " Structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 3.90 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 3.90 M3 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c6 "structural Concrete (suspended Slab)" Quantity 2.09 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.09 M3 " Structural Concrete (suspended Slab)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 3,947.39 Kg Dpwh Standard Output Per Day (opd)= 143.44 Kg 3947.39 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 56.65 M2 Dpwh Standard Output Per Day (opd)= 3.24 M2 56.65 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 188.21 M2 Dpwh Standard Output Per Day (opd)= 3.825 M2 188.21 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1016(1)a Waterproofing Cement Base Quantity 12.54 M2 Dpwh Standard Output Per Day (opd)= 1.875 M2 12.54 M2 Waterproofing Cement Base Direct Cost: A. Materials: 1.05 M2 A. Cement-based Waterproofing B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 507.84 Kg Dpwh Standard Output Per Day (opd)= 85.00 Kg 507.84 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purtins Quantity 200.46 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 200.46 Kg Structural Steel Purtins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 48.00 M2 Dpwh Standard Output Per Day (opd)= 2.769 M2 48.00 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 54.76 M Dpwh Standard Output Per Day (opd)= 10.00 M 54.76 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 7.76 M Dpwh Standard Output Per Day (opd)= 11.80 M 7.76 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) "reflective Insulation" Quantity 50.00 M2 Dpwh Standard Output Per Day (opd)= 50.00 M2 50.00 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1.00 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 200.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 1.00 Set D. Single-gang Switch 4.00 Set E. Two-gang Switch 2.00 Set F. Three-gang Switch 13.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Day (opd)= 1 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 Ls Sewer Line Work Direct Cost: A. Materials: 7.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 3.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 8.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 2.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 2.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 1.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 6.00 Pcs H. Pvc Coupling (50mm D) 2.00 Pcs I. Pvc Coupling3 (101mm D) 1.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 2.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) M. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Storm Drainage And Downspout Direct Cost: A. Materials: 8.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 9.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 5.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 5.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 5.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 10.00 Pcs C.13 Mm Ø Ppr Elbow 10.00 Pcs D.13 Mm Ø Ppr Coupling 2.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 5.00 Pcs G.13 Mm Ø Ppr Tee H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 58.55 M2 Dpwh Standard Output Per Day (opd)= 2.00 M2 58.55 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)

Bureau Of Corrections Muntinlupa City Metro Manila Tender

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

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought: W9128f25sm009 general. This Is A Sources Sought Notification For Informational/market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. notice Details. The U.s. Army Corps Of Engineers (usace), Northwestern Division, Omaha District (cenwo) Has Been Tasked To Identify Interest In A Design-build Contract For Construction Services As Defined Below In Support Of Cenwo’s Design And Construction Effort At The Fort Harrison Veteran’s Affairs Medical Center (vamc), Ft Harrison, Mt. Responses To This Sources Sought Announcement Will Be Used By The Government To Determine The Appropriate Level Of Small Business Participation And To Develop The Acquisition Strategy. The North American Industrial Classification Code (naics) For This Requirement Is: 236220, “commercial And Institutional Building Construction”. The Related Size Standard Is: $45m. the Purpose Of This Sources Sought Notice Is To Gather Information On The Interest, Capabilities, And Qualifications Of Small And Large Businesses In The Industry, Alongside Collecting Data On The Recent History Of Construction Projects Within The Local Labor Market. This Notice Supersedes All Previous Requests For Cenwo’s Design And Construction Efforts At Fort Harrison. This Effort Targets: small Businesses (sb small Disadvantaged Businesses, Including 8(a) Firms historically Underutilized Business Zones (hubzone) economically Disadvantaged Women-owned Small Businesses (edwosb) service-disabled Veteran-owned Small Businesses (sdvosb) other Than Small Businesses (otsb) all Potentially Interested Parties Are Strongly Encouraged To Submit Responses. project Scope. Cenwo Intends To Procure Design-build Services For The Construction Of A New Central Utility Plant (cup) At The Fort Harrison, Mt Veterans Affairs Medical Center (vamc), Enhancing Campus Utility Services. This Initiative Represents A Significant Upgrade To The Vamc's Infrastructure, Promising Improved Efficiency, Reliability, And Sustainability Of Utility Services Across The Campus. current Status: Design And Planning Activities Are In Progress To Refine The Design-build Request For Proposal (rfp). new Construction: The Project Involves Building A New Cup With An Approximate Gross Square Footage (gsf) Of 15,300, Located North Of The Main Hospital Building. utility System: Establishment Of A Comprehensive Utilities Distribution System. demolition And Modifications: demolition Or Modification Of Existing Campus Heating, Hot Water, And Chilled Water Systems. demolition Of The Old Boiler Plant And Associated Backup Generator Buildings To Clear Space For New Developments. project Magnitude: The Construction Cost Is Projected To Range Between $25,000,000 And $100,000,000. timeline: The Estimated Duration From The Notice To Proceed (ntp) For Construction Is 1,277 Calendar Days. general Site Conditions: This Site Offers Both Challenges And Opportunities For Development, Given Its Proximity To Key Campus Facilities, Existing Infrastructure, And The Natural Slope Of The Land Which Must Be Considered For Effective Water Management And Site Planning. location: The Site Is Positioned Near The Property Line Abutting The National Guard Installation To The North, With The Existing B170 Warehouse Building To The West, And An Anticipated Parking Garage And Outpatient Mental Health Facility (to Be Constructed By Others) To The East. land Use: The Site Partially Overlaps With An Existing Parking Lot And Extends Into Undeveloped, Naturally Vegetated Land. topography: The Terrain Slopes From West To East, With Surface Water Runoff Characterized Predominantly By Sheet Flow; There Are No Significant Concentrated Flow Paths Within The Project Area. storage And Temporary Structures: The Area May Occasionally Host Shipping Containers, Either On Or Near The Site, Influencing Site Planning And Access Considerations. drainage And Roadways: Most Of The Campus Features Open-section Roadways Without Curbs Or Gutters, Except Around The Main Hospital Where Traditional Curb And Gutter Systems Are In Place. utilities: existing Infrastructure: The Site Is Crossed By Several Utility Services Including Sanitary Sewer, Signal/telecom, And Water Lines, Which Could Support Further Development. lighting: There Are Light Poles Along The Parking Lot's Perimeter, Potentially Affecting Lighting Design For New Constructions. landscaping: While The Hospital Area Is Characterized By Irrigated Turfgrass, This Feature Does Not Extend To The Project Site, Maintaining A More Natural Landscape. central Utility Plant: The Building's Design For The (cup Shall Focus On: accessibility: The Structural Engineering Of The Cup Emphasizes Accessibility, Providing Easy Access For Maintenance Of Overhead Piping And Duct Systems, And Accommodating Future Equipment Installations Or Removals. dimensions: The Structure Is Assumed To Be Approximately 30 Feet In Height And 15,300 Gross Square Feet In Area. construction Materials: Utilizes Load-bearing Concrete Masonry Unit (cmu) Walls, Finished With An Exterior Face Brick That Aligns With The Campus's Architectural Style. rain-screen System: Employed Across All Exterior Walls To Effectively Control Moisture: components: Includes An Outer Brick Veneer, An Intermediate Air Space For Drainage, Rigid Insulation For Thermal Resistance, And A Vapor Barrier Directly On The Cmu To Prevent Moisture Ingress. composite Metal Panels: Strategically Placed To Offer Visual Distinction Or Meet Specific Functional Requirements, These Panels Also Incorporate A Rain-screen System For Moisture Management. aesthetic And Functional Integration: The Building's Design Shall Not Only Blend With The Existing Campus Architecture But Also Support Operational Efficiency. durability And Maintenance: The Use Of Modern Construction Techniques And Materials Ensures The Structure's Longevity And Ease Of Maintenance, Adhering To Contemporary Standards For Energy Efficiency And Building Performance. utilities Distribution System: The Distribution System For The New Cup Shall Be Engineered To Integrate With Both The Future Hospital Complex And The Existing Steam And Chilled Water Systems. The Main Connection From The Cup To The Main Hospital (building 154) Will Occur Via The Primary Utilidor, Terminating At Mechanical Room B100 In The Building's Basement. From Here, Utility Piping Will Connect To Final Equipment Points Either Through Secondary Utilidors, The Crawl Space Beneath Building 154, Or By Routing Through Other Existing Buildings. The Bulk Oxygen Tank And Distribution System Must Also Be Relocated From Its Current Location On Patriot’s Way, To A New Slab Located Near Building 170 (warehouse), And New Connections To And Through The Primary Utilidor Must Be Made To Building 154. This System Is Primarily Routed Through New Underground Utility Corridors, Approximately 8 Feet By 8 Feet, And Extends Into Existing Structures To Serve The Heating, Cooling, And Domestic Hot Water Requirements Of Several Buildings: building 141, Including The Hydronic Plant building 154 building 154a building 169 future Building 173 in Addition To The Main Utility Conduits For Steam, Steam Condensate, And Chilled Water, The Utilidors Will Be Equipped With: lighting: To Ensure Safe Working Conditions. ventilation: To Maintain Air Quality Within The Corridors. drainage: As Mandated By Building Codes To Handle Potential Leaks Or Moisture. the Design Of The Utilidors Will Prioritize Safety, Providing Adequate Space For Maintenance And Operations Personnel. building System Connection And Demolition: This Approach Ensures That The New Utility Systems Are Effectively Integrated While Maintaining Or Improving The Operational Capabilities Of The Existing Infrastructure. steam Utility Connections: New Steam Utilities From The Cup Will Be Integrated With The Existing Steam Systems Within The Buildings, Ensuring A Seamless Transition. hydronic System Upgrade: building 141: The Current Hydronic Heating Boilers Will Be Replaced By Shell And Tube Heat Exchangers. This Upgrade Will Convert Steam Into Heating Hot Water, Preserving The Functionality Of The Existing Hydronic Hot Water Distribution System. chilled Water System Integration: utility Linkage: New Chilled Water Utilities From The Cup Will Connect To The Existing Chilled Water Systems Across The Campus. connections: The New Chilled Water Connections To Each Existing Chilled Water Distribution System Requires A Transition From The New Chilled Water Only System To The Existing Glycol-based System. backup Preservation: The Existing Chillers And Distribution Systems Will Be Kept Operational As A Backup Measure. control Systems For Chilled Water: operational Flexibility: Each Connection Point In The Chilled Water Systems Will Feature: flow Metering: To Accurately Measure Water Flow. temperature Monitoring: For Precise Control Of Cooling Capacity. motorized Valving: Enabling The Selection Between Using The Cup's Chilled Water Or Operating Individual Building Chillers, Enhancing System Flexibility And Efficiency. building 141 (existing Hydronic Plant): current Equipment: The Facility Currently Houses Two Superior Fire Tube Hot Water Boilers From 2010, Each With A Maximum Allowable Working Pressure (mawp) Of 60 Psig, Rated At 200 Boiler Horsepower (bhp) Or 6,700,000 Btu/h (mbh), And Two Patterson Kelly Hot Water Boilers From 2015, Boasting An Mawp Of 160 Psig, Rated At Approximately 60 Bhp Or 2,000,000 Btu/h (mbh). upgrade Plan: These Boilers Will Be Substituted With Shell And Tube Heat Exchangers, Supported By The New Central Utility Plant (cup). The Old Equipment Will Be Salvaged, With The Value Recaptured In The Project Cost. building 169 Extension: The Hydronic Heating Boilers And Domestic Water Heaters In Building 169 Will Also Transition To Shell And Tube Heat Exchangers, While Preserving The Existing Heating Hot Water And Domestic Hot Water Distribution Systems. building 169 (residential Rehabilitation): boiler Replacement: This Building Features Three Unitary Boilers, All Slated For Replacement By Heat Exchangers Connected To The New Cup. The Old Equipment Will Be Salvaged Off-site With Value Recaptured In The Project Cost. Service Must Be Maintained To The Existing Distribution System During The Transition, With Only Limited Disruptions During Cutover. building 171 (operational Boiler Plant): operational Continuity: Must Remain Active Until The Requirements For Commissioning And Stable Operation Of The New Cup Are Complete.. current Setup: Equipped With Three Low-pressure Superior Fire Tube Steam Boilers From 2012 (30 Psig Mawp, 8,625 Lb/hr Steam Capacity) And Two High-pressure Counterparts (150 Psig Mawp, 5,175 Lb/hr Steam Capacity). post-cup Operation: Building 171 Will Be Gutted And Maintained In An Environmentally Controlled State Following The Transition. This Equipment Is To Be Disposed Of Off-site And Salvaged With Value Recaptured In The Project Cost. The New Cup Is To Be Operational For A Full Warranty Period Prior To Decommissioning This Plant. Continuity Of Operations Is Required During The Transition To The New Cup. Provisions For Temporary Plant Operations Must Be Provided That Meet This Requirement During Transition. tank Removal: The Existing Approximately 10,000-gallon Underground Storage Tank Must Be Removed In Adherence To Montana Department Of Environmental Quality Standards, Followed By Site Restoration. service Access Road. Design And Build An Access Road Loop By Extending Devil’s Brigade Way Around The North End Of Campus To Allow For Service Access To B170 Once The Existing Devil’s Brigade Paralleling Patriot’s Way Is Closed For Construction. communications With Industry. cenwo Scheduled Teleconference For Project Information: date And Time: The Teleconference Is Scheduled For Thursday, 23 January 2025, At 1400 Cst. objective: This Session Will Provide Additional Project Details And Offer An Opportunity For Interested Parties To Ask Questions. Please Be Aware That The Information Shared During This Teleconference Is Provisional And Subject To Updates As The Project Progresses. how To Join: contact: To Obtain The Teleconference Access Information And Any Accompanying Exhibits, Please Reach Out To Adam Beaver, The Contract Specialist, Via Email At: Adam.l.beaver@usace.army.mil (mailto:adam.l.beaver@usace.army.mil). email Content: subject: Sources Sought W9128f25sm009 - Design-build Central Utility Plant (cup) At Ft. Harrison, Mt Vamc – Teleconference Info Request body: firm Details: Include Your Firm's Name And Cage (commercial And Government Entity) Code. participants: List The Names Of All Individuals From Your Firm Who Will Be Participating In The Teleconference. dial-ins: Specify The Expected Number Of Dial-ins From Your Organization. input For Acquisition Strategy: Provide Any Questions, Recommendations, Or Concerns That Could Impact The Acquisition Strategy For This Project. acquisition Input: This Is Your Opportunity To Influence The Project's Direction By Addressing Potential Issues Or Suggesting Improvements At An Early Stage. We Encourage All Interested Parties To Participate To Gain A Deeper Understanding Of The Project Scope And To Clarify Any Queries. project Labor Agreement Survey. As Part Of This Notice, Cenwo Is Also Soliciting Input From The Construction Community Regarding The Potential Application Of Project Labor Agreements (plas) For This Construction Project At The Veterans Administration Medical Center In Fort Harrison, Mt. A Pla Is Described As A Pre-hire Collective Bargaining Agreement Between A Prime Contractor And Labor Organizations, Setting Employment Terms For A Specific Construction Project Under 29 U.s.c. 158(f). A Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. federal Acquisition Regulation (far 22.503) Policy: Plas Are Recognized As Tools To Promote Economy And Efficiency In Federal Procurement. Per Executive Order 13502, Agencies Are Encouraged To Consider Mandating Plas For Large-scale Construction Projects To Enhance Project Management And Outcomes. An Agency May Mandate That Contractors And Subcontractors On The Project Negotiate Or Become Party To A Pla With Labor Organizations If It Is Deemed That Such Agreements Will: advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards And Other Matters; And be Consistent With Law. Reference: Far 52.222-33 Notice Of Requirement For Project Labor Agreement; Far 52.222-34 Project Labor Agreement please Provide Your Feedback On The Following: do You Have Knowledge Of Plas Being Used On Similar Local Projects? If So, Please Provide Supporting Documentation. are There Known Skilled Labor Shortages For The Crafts Required For This Project In The Area? Elaborate And Provide Documentation If Possible. are There Any Time-sensitive Constraints Or Scheduling Concerns That Could Impact The Project Timeline? Elaborate And Provide Documentation If Possible. specify Reasons How A Pla Might Advance The Federal Government's Interest In Economy And Efficiency In Procurement. specify Reasons Why You Believe A Pla Might Not Advance The Federal Government's Interest In Economy And Efficiency In Procurement. additional Information You Believe Should Be Considered On The Use Of A Pla On This Project. additional Information You Believe Should Be Considered On The Non-use Of A Pla On This Project. the Information Gathered In This Survey Should Include The Following Information On Projects Completed In The Last 2 – 5 Years: project Name And Location detailed Project Description initial Cost Estimate Vs. Actual Final Cost was The Project Completed On Time? number Of Craft Trades Present On The Project was A Pla Used? were There Any Challenges Experienced During The Project? submission Instructions. Formal Responses To This Sources Sought Notice Must Be Submitted Electronically (via Email) With: subject: “sources Sought W9128f25sm009 –design-build Central Utility Plant At The Ft. Harrison Va Contract”. please Email To Adam.l.beaver@usace.army.mil And Jeffrey.w.wyant@usacea.army.mil. Responses Must Be Received By 1400 On 13 January 2025, To Be Considered. Responses To This Sources Sought Shall Be Limited To Fifteen (15) Pages And Include The Following Information: firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage And Uei Number. firm's Business Category And Size To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture. The Categories Include Large Business (include Summary Of Small Business Participation Metrics), Small Business, Small Disadvantaged Business, 8(a) Firm, Historically Underutilized Business Zones (hubzone), Economically Disadvantaged Women-owned Small Business (edwosb), Women-owned Small Business (wosb), And Service-disabled Veteran-owned Small Business (sdvosb). provide A Maximum Of Three D-b Project Examples, Similar In Size, Scope And Complexity To The Work Described In This Notice. Provide Details Of The Project(s) Including The Scope, Contract Number If Available, The Project’s Final Price, Start And End Dates Of The Construction Work, Complexity Of The Job, And Small Business Participation, If Applicable. Additionally, Identify Whether You Were The Prime Or A Subcontractor On The Project. Finally, Please Provide Any Project References Including Owner With Phone Number And Email Address. This Ensures Clarity And Brevity In The Analysis Process. The Government May Verify Information In Cpars Or Ppirs. provide Information On Your Bonding Capability. Specifically Identify Capacity Of Performance And Payment Bonds, Both Single And Aggregate. in Addition To The Submission For The Sources Sought Above, The Responses To The Project Labor Agreement Survey Shall Be Limited To Five (5) Pages, And Include The Following Information: responses To Project Labor Agreement Survey, 2., Items1. Through 7. substantiating Project Information As Outlined In Project Labor Agreement Survey, 3., Items1. Through 7. disclaimer And Important Notes. responses Will Be Shared With Government Personnel With A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. this Notice Does Not Obligate The Government To Award A Contract. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Or Any Follow Up Information. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or To Provide Feedback To Respondents With Respect To Any Information Submitted. all Interested Firms Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Remain Current For The Duration Of The Source Selection Process To Be Eligible For Award Of A Government Contract. cenwo Intends To Synopsize A Requirement For Design-build Construction Services In Support Of The Cup Project At The Ft Harrison, Mt Vamc. A Fully Developed Request For Proposal Is Currently Anticipated To Be Issued During The Spring/summer Of 2025.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Description: Contact Information|4|n743.49|wva|7176052147|benjamin.t.spangler.civ@us.navy.mil| 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||| general Information-fob-destination|1|b| 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 Benjamin.t.spangler.civ@us.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||| first Article Approval--contractor Testing (sep 1989)|10|one|0001|30|180|benjamin.t.spangler.civ@us.navy.mil|||80|x|| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|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 (jan 2025)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| evaluation Of First Article Testing|3|||x| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. fat Report 180 Days After Approval Of Pr Lt approval Of Fat Report 60 Days After Receipt Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract. 4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). 5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000. 6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Beta.sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The Solicitation. 7. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). 8. This Solicitation Requires First Article Testing. See Far 52.209-3 First Article Approval - Contractor Testing 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=2177934 |80064| N| |d|0001 | N|49998|9999999 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-b164 | | | |030610|a| | | document Ref Data=qq-n-281 | | |d |851023|a| 2| | document Ref Data=astm-b564 | | | |191101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-2035 | | |a |950515|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=mil-c-15726 | | |f |911008|a| 1| | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-c-24679 | | | |880506|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;complete Flow Control Device In-line Stop Valve Must Be In Accordance With Navships Drawing 803-2177934 Assembly Number 803-2177934-c5j1af, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;body; Piece No.1; material - ;hot Forged Mil-c-24679 Alloy C71500; part - ;bonnet; Piece No.85; material - ;forged Mil-c-24679 Alloy C71500 Or Mil-c-15726 Alloy C71500; part - ;bonnet Ring; Piece No. 4; material - ;qq-n-281 (form 2) Forged And Hot Finished, Or Qq-n-281 (form 1) Cold Drawn (stress Relieved) Bar; Or Astm-b564 Forged, Uns N04400; Or Astm-b164, Uns N04400. Bonnet Ring Must Meet The Minimum Properties As Stated In Note 4, Sheet 2 Of Drawing 803-2177934 And General Note 4.8 Of Drawing 803-2177934; part - ;stem; Piece No. 70 And Disc; Piece 8; material - ;qq-n-281 Class A Or B Or Astm-b164, Uns N04400 And General Note 4.8 Of Drawing 2177934; 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 And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - Dye Penetrant Inspection item - ;body, Piece No. 1 (after Machining) And Bonnet, Piece No. 85 (after Machining); performance - T9074-as-gib-010/271 acceptance - For Mil-c-15726 Wrought Material: Mil-std-2035 (for Mil-c-24679 Forgings: Mil-c-24679) test - Pressure Tests item - Each Assembly performance - ;general Note 1.2 Of Drawing 2177934; acceptance - ;general Note 1.2 Of Drawing 2177934; test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification 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 Specification Change - For Qq-n-281, Class B Material: 1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply. 2 - When Starting Material Is Round Bar Greater Than 3" Dia, The Mechanical Properties Of Hex Bar Apply. 3.6 First Article Approval (contractor Testing) - First Article Test (fat) And Approval Is Required. 3.7 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. 3.8 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.9 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. 3.9.1 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. 3.9.2 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. 3.9.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.10 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/ 3.11 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 T887056132; ) 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. 3.12 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 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.14 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. 3.14.1 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. 3.14.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.14.3 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. 3.15 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 ^ 3.16 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 Welding Requirements - 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 When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met. 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 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 Thateach 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 See Cdrl Di-ndti-80809 (first Article Testing) - First Article Test/inspection (contractor) - The Contractor Must Conduct ;non-destructive; First Article Test/inspection On ;1 (one); Unit(s) In Accordance With Requirements ;of General Note 7 Sheet 4 Of drawing 803-2177934; . 3.19 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. 3.19.1 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. 3.19.2 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. 3.19.3 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. 3.19.4 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. 3.19.5 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. 3.20 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. 3.20.1 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. 3.20.2 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. 3.21 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." 3.21.1 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. 3.21.2 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. 3.21.3 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. 3.21.4 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. 3.21.5 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. 3.22 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: 3.22.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.22.2 Inspection For Completeness And Proper Type. 3.22.3 Verification Of Material Quality Received. 3.22.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.22.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.22.6 Identification And Protection From Improper Use Or Disposition. 3.22.7 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. 3.22.8 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. 3.22.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.23 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. 3.23.1 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. 3.24 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. 3.24.1 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. 3.24.2 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. 3.24.3 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. 3.24.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.25 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: 3.25.1 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. 3.25.2 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.) 3.25.3 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. 3.25.4 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. 3.25.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.26 Material Handling - The Written Material Control Process Must Include The Following: 3.26.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.26.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.26.3 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. 3.26.4 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. 3.26.5 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. 3.26.6 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. 3.27 Receiving Inspection - 3.27.1 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. 3.27.2 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. 3.28 Discrepancy Reporting - 3.28.1 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). 3.29 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.29.1 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. 3.29.2 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. 3.29.3 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. 3.29.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 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 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 12 - See Clause 52.209-3 For Submittal Timeframes.
Closing Date19 Feb 2025
Tender AmountRefer Documents 

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||| inspection And Acceptance - Short Version|8|x||x|||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report ? Certifications Combo ? Receiving Report & Invoice ? Material ||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery||||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Is Being Issued To Reduce The Quantity To 10 And Extend The Closing Date To 05 February 2025. 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2.drawings Can Be Accessed Thru: Beta.sam.gov. 3.navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000. 4.portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 5.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, End Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In. 6.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (300 Days) the Following Clause Is Hereby Incorporated: Contract Clause For Protection Of Naval Nuclear Propulsion Information during The Performance Of This Contract Naval Nuclear Propulsion Information (nnpi (noforn)) May Be Developed Or Used. Naval Nuclear Propulsion Information Is Defined As That Information And/or Hardware Concerning The Design, Arrangement, Development, manufacturing, Testing, Operation, Administration, Training, Maintenance, And Repair Of The Propulsion Plants Of Naval Nuclear Powered Ships, Including The Associated Shipboard And Shore-based Nuclear Support Facilities. appropriate Safeguards Must Be Proposed By The Contractor, And Approved By The Contracting Officer For Security For The Safeguarding From Actual, Potential, Or Inadvertent Release By The Contractor, Or Any Subcontractor, Of Any Nnpi (noforn) In Any Form, classified Or Unclassified. Such Safeguards Shall Ensure That Only Governmental And Contractor Parties, Including Subcontractors That Have An Established Need-to-know, Have Access In Order To Perform Work Under This Contract, And Then Only Under Conditions Which assure That The Information Is Properly Protected. Access By Foreign Nationals Or Immigrant Aliens Is Not Permitted. A Foreign National Or Immigrant Alien Is Defined As A Person Not A United States Citizen Or A United States National. United States Citizens representing A Foreign Government, Foreign Private Interests Or Other Foreign Nationals, Are Considered To Be Foreign Nationals For Industrial Security Purposes And The Purpose Of This Restriction. in Addition, Any And All Issue Or Release Of Such Information Beyond Such Necessary Parties, Whether Or Not Ordered Through An Administrative Or Judicial Tribunal, Shall Be Brought To The Attention Of The Contracting Officer For Security. the Contracting Officer For Security Shall Be Immediately Notified Of Any Litigation, Subpoenas, Or Requests Which Either Seek Or May Result In The Release Of Nnpi (noforn). in The Event That A Court Or Administrative Order Makes Immediate Review By The Contracting Officer For Security Impractical, The Contractor Agrees To Take All Necessary Steps To Notify The Court Or Administrative Body Of The Navy's Interest In Controlling The release Of Such Information Through Review And Concurrence In Any Release. the Contracting Agency Reserves The Right To Audit Contractor Facilities For Compliance With The Above Restrictions. exceptions To These Requirements May Only Be Obtained With Prior Approval From The Commander, Naval Sea Systems Command (sea 09b2). additional Guidance May Be Obtained From Navsea Instruction 5511.32. \ 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 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 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. drawing Data=4384539 |80064| E| |d|0001 | E|00026|0000000 drawing Data=4384678 |80064| C| |d|0001 | C|49998|1136401 drawing Data=4384678c06 |53711| C|dn |d|0001 | C|49998|0033961 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=qq-n-286 | | |g |001207|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=mil-std-2132 | | |d |080310|f| |01| document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 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 ;stem, Piece 113, For A Size 12 Inch Hull And Backup Valve, Part Number 803-4384539-x-113, Must Be In Accordance With Naval Sea Systems Command Drawing 803-4384539 Along With Naval Sea Systems Command General Notes Drawing 803-4384678 And Drn 4384678-c6, except As Amplified Or Modified Herein.; 3.2 ;no Weld Repair Allowed On Qq-n-286 Material.; 3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;stem, Piece 113; material - ;qq-n-286, Alloy Uns N05500, Form 2, Annealed And Age Hardened; 3.4 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 And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - ;dye Penetrant Inspection; item - ;stem, Piece 113 (external Surface); performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 attribute - Annealing And Age Hardening item - ;stem, Piece 113; performance - Qq-n-286 test - Ultrasonic Inspection On Starting Material item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract; performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286 acceptance - Qq-n-286 3.5 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.6 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. 3.6.1 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. 3.6.2 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. 3.6.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.7 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. 3.7.1 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. 3.7.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.7.3 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. 3.8 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. 3.9 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. 3.10 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. 3.10.1 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. 3.11 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 ^ 3.12 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. 3.13 Welding Requirements - 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. 3.13.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.13.2 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'') 3.13.3 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, S9074-ar-gib-010a/278,248d The contract. 3.13.4 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. 3.13.5 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. 3.13.6 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. 3.13.7 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. 3.13.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.13.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.13.10 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. 3.13.11 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. 3.13.12 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. 3.14 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-4 3.14.1 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. 3.14.2 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. 3.14.3 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. 3.14.4 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. 3.14.5 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. 3.15 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. 3.15.1 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. 3.15.2 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. 3.16 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." 3.16.1 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. 3.16.2 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. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 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: 3.17.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.17.2 Inspection For Completeness And Proper Type. 3.17.3 Verification Of Material Quality Received. 3.17.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.17.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.17.6 Identification And Protection From Improper Use Or Disposition. 3.17.7 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. 3.17.8 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. 3.17.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.18 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. 3.18.1 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. 3.19 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. 3.19.1 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. 3.19.2 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. 3.19.3 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.20 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: 3.20.1 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. 3.20.2 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 Marking Used With The Altered 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.) 3.20.3 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. 3.20.4 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. 3.20.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.21 Material Handling - The Written Material Control Process Must Include The Following: 3.21.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.21.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.21.3 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. 3.21.4 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. 3.21.5 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. 3.21.6 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. 3.22 Receiving Inspection - 3.22.1 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. 3.22.2 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. 3.23 Discrepancy Reporting - 3.23.1 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). 3.24 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.24.1 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. 3.24.2 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. 3.24.3 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. 3.24.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.25 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Jun 28 2012 - Updated Ut Of Qq-n-286 Bar 4" And Over - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section.; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. 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 Date5 Feb 2025
Tender AmountRefer Documents 

Department Of Education Division Of Tangub City Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description 1. The Department Of Education – Division Of Tangub City, Through The General Appropriations Act 2024 Intends To Apply The Sum Of Three Million Nine Hundred Seventy-eight Thousand One Hundred Six Pesos (php 3,978,106.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Second Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools With Identification Number Tvl - 2025 – Rx – Tangub City – 030.a. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Quantity Unit Item Description Abc Lot 1. Lorenzo Tan National High School (caregiving Nc Ii)- Php 400,403.00 5 Piece Airpot 1.type: Water Heater 2. Outer Material: Hard Plastic, (pp) Polypropylene, Heat Resistant 3.cavity Material: Stainless Steel 4. Capacity: 2.5 Liters 5.voltage: 220/240/volts 6.ac 50/60 Hz. Power In Watts: 500 To 800 Watts 7.comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide 8. The Item Must Be Branded And Good Quality. 10 Piece Apron 1.type: Bib Apron 2. Material: Polyester-cotton Fabric 3.length: 20 To 40 Inches (minimum) 4. With 2 To 3 Bottom Pockets; 5.color: Any 6.the Item Must Be Of Good Quality 2 Piece Bath Tub, Baby 1. Material: Hard/sturdy Plastic, (pp) Polypropylene 2. Color: Any 3.dimension: (l X W X H) 670 To 700 Mm X 400 To 420 Mm X 160 To 190 Mm (minimum) 4. Thickness: 3 Mm To 6 Mm (minimum) 5.color: The Item Must Be Of Good Quality 10 Piece Baby Blanket 1. Type: Blanket 2. Material: 100% Cotton 3.color: White 4. Dimension: (l Xw) 38 To 42 Inches X 28 To 32 Inches (minimum) 5. Washable 6. The Item Must Be Of Good Quality 20 Piece Basin (small) 1.material: Hard Plastic, (pp) Polypropylene 2. Color: Any 3.dimension: 280 - 320 Mm Diameter X 80 - 120 Mm Higher (mimimum) 4. Thickness: 2 Mm To 4 Mm (minimum) 5. The Item Must Be Of Good Quality 20 Piece Bath-towel, Towellete 1. Type: Bath Towel 2. Material: 100% Cotton 3.color: White 4. Dimension: ( L X W ) 120 - 125 Cm X 60 - 65 Cm (minimum) 5.washable 6.the Item Must Be Of Good Quality 5 Piece Bedpan 1.material: Hard Plastic, (ps) Polystyrene 2. Color: Any Color 3.dimension: ( L X W X H) 22 - 26 Cm X 27 - 32 Cm X 7 - 12 Cm (minimum) Approximate 4. Capacity: 1 Liter (minimum) 5.thickness: 2 To 5 Mm 6.saddle-shaped And Lightweight 7. The Item Must Be Of Good Quality 10 Piece Blanket 1. Type: Blanket 2. Material: Cotton 3.color: White 4. Dimension: (l X W) 80 - 90 Inches X 54 -64 Inches Approximate 5. Washable 6. The Item Must Be Of Good Quality 3 Piece Bottle Sterilizer, Electric 1. Type: Electric Steam Sterilizer 2. Material: Hard Plastic (p E) Polyethylene Or Its Equavalent 3.color: Any Color 4. Capacity: 6 Bottles (minimum) 5.sterilizes Bottle And Accessories By Steam 6. With Automatic Power Shut-off Function 7. Dimensions: 8. Power Supply: 220 V-240v Ac, 50/60 Hz. 9. The Item Must Be Of Good Quality 5 Piece Bread Toaster 1. Type: Electric Bread Toaster 2. Dimensions ( W X D X H): 25 - 30 Cm X 15 -20 Cm X 18 - 22 Cm (minimum) Approximate 3. Capacity: 2 Slices 4. Power Supply: 220v-240v Ac, 50/60 Hz. 5. 400 To 600 W (minimum) 6. The Item Must Be Of Good Quality 10 Piece Burping Cloth 1. Type: Burping Cloth 2. Material: 100% Cotton 3. Color: Any Color 4. Dimension: Length: 17 -19 Cm Width: 14 -16 Cm (minimum) 5.washable 6. The Item Must Be Of Good Quality 10 Piece Cane 1.type: Adjustable Offset-walking Cane 2. Material: Aluminum 3.tip Size: 18 4. Height Adjustment: 31 Inches To 39 Inches (with 1 Inch. Increment) 5.weight Capacity: 200 - 250 Lbs. (minimum) 6.with Rubber Handle; With Push-botton Height Adjustment 7. The Item Must Be Of Good Quality 5 Piece Carpet 4ft. X 8 Ft 1.material: Polyster 2. Color: Any Patterned Color 3.dimension:48 Inches X 96 Inches (minimum) 4.the Item Must Be Of Good Quality 5 Set China Ware 1.material: Porcelain 2. Fit To Be Used In Ovens And Microwaves 3.specific Dimensions: Dinner Plate Diameter: 10 Inches (minimum) 4. Salad Plate Diameter: 7 Inches (minimum) 5.bowl Diameter: 5 Inches (minimum) 6.mug: 12 Oz. (minimum) 7. The Item Must Be Of Good Quality 8. Set Includes: 1 Piece Dinner Plate, 1 Set Salad Plate, 1 Piece Bowl, 1 Piece Mug 10 Piece Clothes Brush 1. Type: Rectangular Clothes Brush 2. Handle Material: Wood 3. Bristle Material: Plastic Bristle 4. Color: Any Color 5.overall Dimension: ( L X W X H) 140 -160 Mm X 45- 60 Mm X 20 -30 Mm (minimum) 6. The Item Must Be Of Good Quality 10 Piece Clothes Hamper 1. Type: Square Hamper 2. Material: Polyester 3. Color: Any Color 5. Dimension: ( L X W X H) 32 To 34 Cm X 36 To 38 Cm X 56 To 58 Cm (minimum) 5. The Item Must Be Of Good Quality 2 Piece Clothes Rack 1.type: Single-pole Clothes Rack 2. Material: Stainless Steel 3. Dimension: ( L X W X H) 30 To 32 Inches X 14 To 38 Inches X 62 To 64 Inches (minimum) 4. Comes With 4 Caster Wheels 5. The Item Must Be Of Good Quality 3 Piece Comforter 1.type:comforter 2. Material: Polyester 3.color: Any Color 4. Dimension: ( L X W) 84 To 88 Inches X 62 To 65 Inches (minimum) 5.thickness: 20-30 Mm (minimum) 6.washable 7. The Item Must Be Of Good Quality 3 Piece Commode 1.type: Foldable Commode 2. Durable Plastic Snap- On Seat And Lid Withouot Pushing Buttons 3. Blue Powder-coated Steel-welded Construction 4. Plastic Arms For Added Comfort 5.comes Complete With 12 Qt. Commode Bucket With Carry Handle, Cover And Splash Shield 6. Specifications: Width 18 Inches Between Arms/ 22.5 Inches Outside Approximate 7. Set Dimensions: W 32 -36 Cm X D 35 -40 Cm, Height 38 -54 Cm Approximate 8. Weight 13 Lbs., Weitgh Limit 350 Lbs. 9. The Item Must Be Of Good Quality 5 Set Cooking Utensils 1. Material: Stainless Steel 2. The Set Is Comprised Of Ff:; 1 Pc. -16 X 9.5 Cm Sauce Pan With Glass Lid (minimum) 3. 1 Pc. - 16 X 95 Cm Casserole With One Glass Lid, (minimum) 4. 1 Pc. - 18 X 10.5 Cm Casserole With Glass Lid, (minimum) 5.1 Pc. - 20 X 11. 5 Cm Casserole With Glass Lid, (minimum) 6. The Item Must Be Of Good Quality 2 Piece Crutches, Adjustable 1.type: Adjustable Crutches 2. Set Includes: 3 Pcs./set 3.material: Aluminum Powder-coated 4. Color: Any Color 5.weight Capacity: 300 Lbs. (minimum) 6. Dimensions: Youth Size 7. User Heights: 4 Ft. 6 Inches To 5 Ft. 2 Inches 8. Underarm Height: 37 Inches To 46 Inches 9. Adult Size: User Heights: 5 Ft. 2 Inches To Ft. 10 Inches 10. Underam Heights: 45 Inches To 53 Inches 11. Tall Adult Size: User Heights: 5 To 10 Inches 12. Underam Height: 53 Inches To 61 Inches 13. The Item Must Be Of Good Quality 10 Piece Cutlery 1.material: Stainless Steel 2. 20 Pieces Set For 4 3. 4 Dinner Knives 4. 4 Dinner Forks 5. 4 Dinner Spoons 6. 4 Salad Forks 7. 4 Tea Spoons 8. The Item Must Be Of Good Quality 10 Piece Cutting Board, Plastic 1. Material: Polyethylene Plastic 2. Color: Any Color 3. Dimension: ( L X W X H) 240 - 260 Mm X 140 - 160 Mm X 10 - 15 Mm (minimum) 4. Reversible Cutting Surface 5. The Item Must Be Of Good Quality 10 Piece Digital Thermometer, 32 C-42.9 C (90.0f-109.9f 1. Case Material: Hard Plastic (pe) Polyethylene 2. Color: Any Color 3. Range: 32 C - 42.9 C (90.0f-109.9f) 4. Accuracy: + 0.1c 35.5c-42.0c(+ 0.2 F 95.9f-107.6f) 5. Battery Operated 6.memory: Last Measuring Reading 7.alarm: Approx. 10 Seconds Sound Signal When Peak Temperature Reached. 8. The Item Must Be Of Good Quality 2 Piece Dressing Trolley 1.material: Shelves: Powder-coated Steel Sheet 2. Dimensions: ( W X D X H) 48 - 50 Cm X 48 - 50 Cm X 83 - 85 Cm (minimum) 3.number Of Shelves: 2 4. With Four Revolving Castors, Two Lockable 5. The Item Must Be Of Good Quality 10 Piece Electric Knife 1. Type: Electric Knife 2. Material: Stainless Steel And Hard Plastic, (pe) Polyethylene 3. Power Supply: 220/240 Volts, Ac 50/60 Hz. 4. Dimensions: 4.25 X 2.75 X 11.88 Inches (minimum) 5.comes With Touch Button Control, Safety Lock And English User & 39;s Manual 6. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, 7. The Item Must Be Of Good Quality 10 Piece Face Towel/towellete 1. Type: Face Towel 2. Material: 100% Cotton 3. Color: White 4. Dimension: ( L X W ) 28- 32 Cm X 28 -32 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Feeding Bottle Brush 1. Bristle Material: Nylon 2. Color: Any Color 3. Handle Material: Hard Plastic, (ps) Polystyrene 4. Total Length: 280 -320 Mm (minimum) 5. Fit With The Standard Feeding Bottle For The Baby 6.comes With Nipple Brush 7. Washable 8. The Item Must Be Of Good Quality 5 Set Feeding Utensils (child) 1.material: Hard Plastic, (ps) Polystyrene 2. Sets Includes: 6 Pcs./set 3. 1 Pc Knife 4. 1 Pc- Plate 5. 1 Pc. -bowl 6. 1 Pc. - Cup 7. 1 Pc. -fork 8.1 Pc. - Spoon 9. Color: Any 10. The Item Must Be Of Good Quality 7 Set First Aid Kit Type: Emergency Case; Contents: First Aid Quick Reference Guide, 1 Pc; Sterize Gauge Swab (4x 4 X 12 Ply) 100 Pcs/pack, 1 Pack; Adhesive Strips/band-aid, 50 Pcs/pack, 2 Packs; Gloves, Disposable, Medium Size, 2 Pairs; Hypo Allergenic Adhesive Tape, 5 Cm X 5 Cm, 2 Rolls; Triangular Bandage/arm Sling, Min 90 Cm X 90 Cm X 120 Cm, 2 Pcs; Safety Pins, 1 1/4 Inches, (12 Pcs), 1 3/4 Inches (12 Pcs); Stainless Steel Bandage Scissors, 2 Pcs; Betadine, 60ml, 2 -3 Years Expiration, 2 Bottles; Dust Mask, 2 Pcs; Hand Towels Or Face Towels, White Color, 6 Pcs; Gauze Bandage, Minimum 5 Cm X 4cm, 2 Rolls; Antiseptic Handwash/germicidal Soap, 60 Gms, 2 Pcs; Torniquet, 2 Pcs; Spirit Of Ammonia, 30ml, 2-3 Years Expiration, 1 Bottle; Burn Cream Ointment, 20g To 30g, 2-3 Years Expiration, 1 Tube; Medical Tweezers Min. 8 Cm, Plastic, 2 Pcs; Plastic Bags, Resealable, Minimum Of 24 Pcs, 100mm X 180mm, 24 Pcs, 150mm X 230mm; Cotton Balls, 50 Balls In A Sealed Package, 2 Packs; Hot And Cold Pack, Reusable, 1 Pack; Water Resistant And Sturdy Case W/ Handle That Can Accomodate All The Listed Items. 20 Piece Flat Sheet 1.type:bed Sheet 2. Material: 100% Cotton 3. Color: White 4. Dimension: Width - 137 - 145 Cm Length - 180 -200 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: 4 Gallons ( Minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With Packing Case Color: Any Color Smooth And No Rough Surfaces 20 Box Gloves, Rubber (15 Mils) Medium Size (#8) Super Nitrile, Flocklined Interior (acid/solvent Resistant) Individually Packed For Hand Protection 10 Box Gloves, Surgical (disposable) 1.material: Latex 2. Color: White 3. Thickness: .09 Mm (minimum) 4. Disposable And Sterile 5. The Item Must Be Of Good Quality 20 Piece Gown (hospital) 1.type:unisex Hospital Gown 2. Material: Polyester- Cotton 3. Color: Any Color 4. Size: One Size Fits All 5. Comes With Overlap Back Closure 6. The Item Must Be Of Good Quality 5 Set Grooming Kit (hairbrush Comb, Nail Cutter, Nail Brush) 1. Set Includes: 6 Pcs./ Set (minimum) 2. Materials: Stainless Steel And Hard Plastic 3. 2 Nail Clippers/ Trimmers Of Different Sizes 4.1 Multipurpose Scissors 5. 1 Ear Pick 6. 1 Tweezer 7. 1 Comb 8. The Item Must Be Of Good Quality 10 Piece Hand Towel 1. Type: Hand Towel 2. Material: 100% Cotton 3. Color: Any Color 4. Dimension: ( L X W) 65 -75 Cm X 32 -42 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 3 Piece High Chair/booster Seat/ Portable Seat 1. Material: Foldable Powder Coated Steel Frame Or Its Equavalent 2. Phone Type: Corded 3. Polyester Harness, Seat/back Cushion 4. Overall Dimensions: ( L X W) 65 -75 Cm X 50 -60 Cm X 90 - 102 Cm (minimum) 5. Capacity: 40 Lbs. (minimum) 6. With 3-position Seat Recline 7. The Item Must Be Of Good Quality 10 Piece Hot Water Bag 1. Material: Rubber Or Its Equavalent 2. Color: Any Color 3. Overall Dimension: (lxw) 200- 300 Mm X 150 -200 Mm (minimum) 4. Leak-proof And Washable 5. The Item Must Be Of Good Quality 10 Piece Kettle 1. Material: Heat-resistant Hard Plastic 2. Capacity: 1- 1.5 Liters (minimum) 3. Height: 25-35 Cm (minimum) Approx 4. Voltage: 220/240 Volts, Ac 50/60 Hz 5. Power In Watts: 1000 To 1500 Watts 6.comes With Automatic Shut-off Feature And Permanent Water Level Indicator 7. Pitcher-type With Pouring. 8. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, 9. The Item Must Be Of Good Quality 10 Set Measuring Cups .. 1/4, 13, 1/2 1 Cup Set 1. Materials: Stainless Steel 2. Set Includes: 4 Pcs./set; 3. 1 Pc. - 1/4 Cup (60 Ml) 4. 1 Pc- -1/3 Cup (80ml) 5. 1 Pc.- 1/2 Cup (125 Ml) 6. 1 Pc. - 1 Cup ( 250 Ml) 7. Thickness: .5 Mm To 1 Mm (minimum) 8. The Item Must Be Of Good Quality 10 Piece Medical Tray 1. Type: Tray 2. Material: Stainless Steel 3. Overall Dimension: (lxw X D) 300- 350 Mm X 200 -250 Mm X 12 - 19 Mm (minimum) 4. Thickness: .7 To 1 Mm (minimum) 5. The Item Must Be Of Good Quality 2 Set Mixing Bowl, Stainless, 6-piece Set 1. Material: Stainless Steel 2. Quantity Of Set: 6 Pcs./set 3. Dimension: 3/4 Qt., 1.5 Qt., 3 Qt., 4 Qt., 5 Qt., 8 Qt., 4. The Item Must Be Of Good Quality 10 Piece Pail, Plastic, 10 Liters 1. Material: Polyethylene Plastic 2. Dimension: 25-30 Cm Diameter X 23-27 Cm Depth (minimum) 3. Color: Any Color 4. Chromed Finished Handle 5. Capacity: 10 Liters (minimum) 6. Material Must Be Non-toxic 7. The Item Must Be Of Good Quality 10 Piece Pans 1. Type: Frying Pan 2. Material: Stainless Steel 3. Handle: With Hard Plastic Heat Insulation 4. Tempered Glass Lid With Steam Hole 5. Size 23 -26 Cm With Lid 6. The Item Must Be Of Good Quality 10 Piece Peeler 1. Type: Peeler 2. Blade Material: Stainless Steel 3. Handle Material: Stainless Steel 4. Overall Dimensions: 18 X 8 Cm (minimum) 5. Comes With Self-locking 6. The Item Must Be Of Good Quality 10 Piece Pick Up Forcep 1. Type: Curved Forceps 2. Material: Stainless Steel 3. Overall Length: 100-130 Mm (minimum) 4. Comes With Self-locking 5. The Item Must Be Of Good Quality 10 Piece Pillow 1. Material: Cotton 2. Color: Any Color 3. Dimensions: ( L X W) 50 - 56 Cm X 75 - 180 Cm (minimum) 4. With 4 Inches Hems 5. Washable 6. The Item Must Be Of Good Quality 20 Piece Pillow Case 1. Material: Cotton 2. Color: Any Color 3. Dimensions: ( L X W) 50 - 56 Cm X 75 - 180 Cm (minimum) 4. With 4 Inches Hems 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Portable Mixer 1. Type: Portable Mixer 2. Material: Stainless Steel, Clear Acrylic 3. Capacity: 16-18 Oz. (minimum) 4. Size: 170 - 220 Mm X 75- 100 Mm 5. Requires 2 Aaa Batteries 6. Power In Watts: 250 To 300 Watts 7. The Item Must Be Of Good Quality 10 Piece Potato Masher 1. Type: Portable Masher 2. Material: Stainless Steel And Hard Plastic 3. Mesh Head Diameter: 70-90 Mm (minimum) 4. Overall Length: 250 - 270 Mm (minimum) 5. Handle Length: 120-140 Mm (minimum) 6. Washable 7. The Item Must Be Of Good Quality 5 Set Pots 1. Type: Cooking Pot 2. Material: Stainless Steel 3. Set Includes: 4 Pcs./set 4. 1 X Pot With Lid 5. 1 X Pan With Lid 6. 1 X Strainer 7. 1 X Egg Streamer 8. Size: (l X W X H) 40 To 42 Cm X 12 To 14 Cm X 26 To 28 Cm 9. The Item Must Be Of Good Quality 5 Piece Skillet 1. The Item Shall Have The Following Specifications. Material Including Handle: Cast Iron 2. Color: Any Color 3. Dimension ( Dia. X Depth): 250 - 320 Mm X 50 - 70 Mm (minimum) 4. Handle Casted With The Body And Having Plastic Or Rubber Heat Insulator 5. Body Thickness: 1.5 - 3 Mm (minimum) 6. Washable 7. The Item Must Be Branded And Have Good Quality. 5 Piece Sphygmomanometer 1. Type: Aneroid 2. Material: Nylon Cuff And Inflation Bag, Die - Cast Zinc Manometer 3. Package Inlcluded: 1 X Aneroid Sphygmomanometer. 4. Size: ( L X W X H Cm) = 18 To 20 Cm X 11 To 13 Cm X 11 13 Cm 5. Nylon Zippered Carrying Case 6. Capacity: 0 To 300 Mm Hg 7. The Item Must Have Good Quality. 5 Piece Stethoscope 1. Type: Dual Head Stethoscope 2. Material: Stainless Steel Chestpiece And Eartubes 3. Reinforced Pvc Tubing 4. Soft Pvc Eartips 5. Color: Any Color 6. Bell Diameter: 18-25 Mm Approx. 7. Diaphragm Diameter: 25-50 Mm Approx. 8. Overall Length: 66-75 Cm (minimum) 9. The Item Must Be Of Good Quality 5 Piece Urinal 1. Type: Unisex Portable Urinal 2. Material: Hard Plastic, (pp) Polypropylene 3. Color: Any Color 4. Total Capacity: 28 Oz. Minimum 5. Dimension: ( L X W X H) 270 To 290 Mm X 145 To 160 Mm X 70 To 80 Mm ( Minimum) 6. Thickness: 1 Mm To 3 Mm (minimum) 7. The Item Must Have Good Quality. 5 Piece Vacuum Cleaner 1. Material: Plastic (pp) Polypropylene Or Its Equavalent 2. Color: Any Color 3. Suction Power: 18 To 22 Kpa (minimum) 4. Tank Capacity: 24 Liters (minimum) 5. Vacuum Hose Length: 6 To 8 Ft. (minimum) 6. Power Supply: 220 V - 240 Ac , 50/60 Hz. 7. With Accesories: Extension Wand, Utility Nozzle, Standard Paper Filter 8. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide 9. The Item Must Be Branded And Good Quality 3 Piece Wheel Chair 1. Type: Foldable Wheel Chair 2. Overall Dimensions: ( L X W X H) 40 - 44 Inches X 26 - 30 Inches X 34 - 38 Inches ( Minimum) 3. Folded Dimensions: ( L X W X H ) 40 To 44 Inches X 10 To 14 Inches X 34 To 38 Inches (minimum) 4. Capacity: 350 Lbs. (minimum) 5. With Padded Arm Rests; With Push-to-lock Wheel Brakes 6. The Item Must Be Of Good Quality Lot 2. Sta. Maria National High School (hairdressing Nc Ii)- Php 323,170.00 5 Pcs. Bowl, Mixing, Plastic With 10.5 Cm X 6cm 2 Pcs. Bowl, Shampoo, Stainless Steel Frame, Bowl Dimensions: 19 Inch X 20 Inch X 10 Inch With Hose Attachment Of 7 Ft. 5 Box Box, Hairpin, Metal With 3.5 X 4.5 X 0.5 Inches(100 Pcs Per Box) 5 Pcs. Brush, Applicator, Plastic With 70mm X 80mm 5 Pcs. Brush, Hair, Plastic Bristle And Wooden Handle, Width - 2 Inches 10 Pcs. Cap, Frosting, With Hook, Silicone With 31cm X 22cm,rounded Metal Hook 10 Pcs. Cap, Heating, Waterproof, Cordless With 21-24 Inches 10 Pcs. Cape, Polyester With 125 Cm X 140 Cm 5 Pcs. Chair,high, Metal Painted With Anti Rust With 15 Inches X 33 Inches, Synthetic Leather Seat 5 Pcs. Chair, Hydraulic, Metal Base With 59 Cm X 54 Cm X 51-78cm, 180kg, 360' Rotation 10 Pcs. Clamp, Plastic, Length:9.5cm, Thickness:10mm 10 Pcs. Clamp, Duck Bill, Metal, Length: 11 Cm, Elasticity Stainless Steel Spring 5 Pcs. Clipper, Hair, Body Material: Hard Plastic, Blade Material: Carbon Steel, 6 Watts 10 Pcs. Comb, Afro, Plastic, Length: 7 Inches, Width: 3.25 Inches, Number Of Teeth: 12 Teeth, Teeth Height: 2.5 Inches 10 Pcs. Comb, All Purpose, Plastic, 18 Cm Long , Has Both Fine And Medium Teeth Position On One Side Only, Height Of The Teeth: 2 Cm 10 Pcs. Comb, Haircutting, Hard Plastic, Length Including The Handle:180mm, Width: 30mm With Detachable Steel Blades And Blade Holder 10 Pcs. Comb, Large Toothed, Plastic, Size:15 Cm, Number Of Teeth: 10 Teeth, Gap Between Comb's Teeth: 0.4 To 0.5 Cm , Teeth Size: 0.3 Cm X 4cm 10 Pcs. Comb, Tail, Plastic, Size : 8 Inches X 1 Inches, Tail Length: 4 Inches Tooth Length: 3/4 Inch 10 Pcs. Comb, Teasing, Plastic,1st Row: Large Teeth 25 Mm Long, 2nd Row: Small Teeth 19 Mm, Over-all Size: 20cm X 3.8 Cm 5 Pcs. Comb, Wide Tooth, Plastic, Size:15 Cm, Number Of Teeth:10 Teeth, Gap Between Comb's Teeth:0.4 To 0.5 Cm, Teeth Size: 0.3cm X 4cm 8 Pcs. Crimpers, 25 Watts, Size:38 Cm X 15.5 Cm X 9 Cm, Maximum Temp.: 200 Degrees Centigrade, Rated Voltage:10 -230volts Ac 5 Pcs. Curling Iron, Ceramic, 65watts, 210-240volts Ac, Barrel Size: 1 Inch, Adjustable Heat Setting Of 200 Degrees Centigrade, Swivel Cord Up To 360 Degree 5 Pcs. Drip Pan, Hard Plastic, Size:17.5 X 25.8 X 1 Inches, Thickness: 1/8 Inch, Shallow Rectangular Type 5 Pcs. Dryer, Hair, 1000w, Rated Voltage: 220vac, 18.5cm X 16cm X 6.5cm With Plastic Handle Design 10 Box Gloves, Disposable, Size: 25cm X 23cm, 100 Pcs Per Box 5 Pouch Gloves, Rubber, Medium, Thickness: 4 Mil, Acid Resistant 5 Pouch Gown, Smock, Polyester, Sizes: Small (50inches X 56inches);medium (52inches X 58inches); Large (54 Inches X 60inches) 10 Pouch Hairclips, Metal, Size:67mm X 19mm 10 Pack Hairnet, Invisible, Nylon, Size: 55mm, Stretchable, Color: Black 10 Pc Headband, 6 Inches, Woven Crochet Tube 10 Pc Headband, Flannel, Cloth, Size : 45 Cm, Width: 8 Cm 6 Pc Infrared Iron, Ionic Ceramic Tourmaline-infused Plates And Abs Plastic Body, Power: 70 Watts, Power Rating: 220-240 Volts Ac; Over-all Size: 24 Cm, Heating Plate 50 Mm, Heating Time: Within 30 Seconds;variable Heat Settings: From 250 To 450 Degrees Fahrenheit 10 Pc Mirror, Hand, Plastic, Size 15 Cm Diameter, Frame Thickness: 6.5mm, Over-all Length With The Handle: 20 Cm 3 Pc Mirror, Modular, Plain Mirror, Mirror Material: Glass, Frame Material: Aluminum (cut To Fit), Dimensions: 75 Cm X 65 Cm, Mirror Thickness: 6mm 10 Pc Prong Clip, Double, Steel, Size: 45 Mm 10 Pc Prong Clip, Single,steel, Size: 55 Mm 10 Pc Razor, Straight, High Carbon Steel, Foldable Straight Razor, Replaceable Blade; Dimensions: 14 Cm X 2 Cm When Folded; Double-edged Razor Blades 3 Dz Roller Pins, Metal, Size: 60mm Long, Quantity By Dozen(12 Pieces) 10 Pc Rollers, Jumbo, Plastic 44mm In Diameter X 64mm 10 Pc Rollers, Large Sized, Plastic, Size: 40mm Diameter X 60mm Long 10 Pc Rollers, Medium Sized, Plastic; Diameter: 38 Mm ,length: 58mm 4 Pc Scissor, Cutting, Stainless Steel,length: 17cm,blade Width 10 Cm 4 Pc Scissor, Thinning, High Carbon Steel, Blade Length 6cm, Style: Right Handed Scissor, Length: 17cm 5 Pc Scoop, Plastic, Capacity:1/2 Cup, Rounded Edges With Handle Thickness: 1.5 Mm 5 Pc Shower Cap, Plastic, Size: One Size Fits All Or 30cm 5 Pc Spatula, Plastic, Dimension: 7.5 Cm X 1.5 Cm 5 Pc Spray Gun, Transparent Plastic, Capacity: 300ml, Dimension: Bottom Is 7 Cm And The Height Is 17cm 3 Pc Steamer, Hair, 450 Watts, 220 Volts/50-60hz, Hood Material: Polycarbonate, Hood 30 Cm Diameter Opening X 25 Cm, Timer Setting Is Up To 60 Minutes, 32 Ounce Water Reservoir, Adjustable Height 100- 150cm 30 Pcs. Stool, Metal, Electroplated, Load Capacity: 150kg, Design: Swivel Stool With Backrest With Hydraulic Lift To Adjust Height Freely Lot 3. Sta. Maria National High School (wellness Massage Nc Ii)-php 198,338.00 5 Pcs. Dummy, Anatomical, Plastic, 32" Tall, 27 Removable Parts That Are Held On By Metal Screws, Posts, And Hooks, Brain (2parts), Lungs (2 Parts), Heart (2 Parts, Liver, Intestines, Stomach, Base Is 13" X 9" (removable), Weighs 12 Lbs. 5 Pcs. Massage Bed/table, Hard Wood With Steel Bracings, Hardwood Frame, Marine, Plywood Deck; Color: Black, Dimensions: W:75 Cm X L:183 Cm X H: (adjustable) Height: Adjustable From 24 In. - 33in., Leg Thickness - 35mm, Cushion System: High Density Foam (7.5 Cm / 2.95") With Pu Leather Cover (1mm Thick), Weight Capacity: 250 Kg(minimum), Gross Weight: 21 Kg 2 Pcs. Massage Chair, Padded With 3" Thick, High-density, Small-cell Foam, Size: 14"-diameter Seat But Without Back And Arm Rest, With Metal Post And Hard Plastic Star, Pneumatic Spring Will Effortlessly Adjust The Height From 18" To 24" With The Pull Of A Lever, Five Heavy-duty, Smooth-rolling Wheels, Load Capacity: 265 Lbs / 120 Kg (maximum), Smooth Surface And No Sharp Edges 6 Pcs. Sphygmomanometer, 33 To 42 Cm Arm Diameters, Accuracy: ±3mm Hg;measurement Range : 0mm Hg To 300mm Hg; Smallest Scale: 1mm Hg Index And Range Markings On The Dial For Clear Readings, Nylon Cuff Is Durable And Stain Resistant With A Velcro Closure 6 Pcs. Stethoscope, Stainless Steel Double Chest Piece, Color: Black, Tubing Description: Y-tube Pvc, Uses Extra Soft Replaceable And Pivotable Ear Tips, The Binaural Is Chromium-plated, Chest-piece Diameter: 44 Mm And Non-chill Rim, Overall Length: 29" /74 Cm 6 Pcs. Talking Sphygmomanometer, Nylon Cuff Sizes: 33 To 42 Cm Arm Dia, Dimensions: 98mm*126mm*60mm, Measurement Range : 0mm Hg To 300mm Hg; Smallest Scale: 1mm Hg, Weight: 450g , Range: 20~280mmhg(0.4kpa-37.3kpa), Pressure Accuracy: ±3mmhg(±0.4kpa), Pulse Measurement Range: 40 ~199 Beats /min, Voltage: 4*aaa Alkaline Batteries 25 Pcs. Talking Thermometer, Hard Plastic, Sensing Unit: Thermistor, Measurement Range: 32 C - 42 C (89.6f-107.6f), Measurement Accuracy: ± 0.1c 32c-42.0c (± 0.2 F 89.6.9f-107.6f), Power Supply: 1.5v Dc, Lr41 Alkaline-magnesium Button Battery Real Voice, Temperature Display: 3-digit, +deg C (deg F) Display In 0.1 Degree Increment, Dimension Approx.: 2.0 (w) X 4.4 (h) X 1.2 (d) Inches / 51 (w) X 110 (h) X 30 (d) Mms 26 Pcs. Thermometer, Digital, Hard Plastic, Sensing Unit: Thermistor, Measurement Range: 32 C - 42 C (89.6f-107.6f), Measurement Accuracy: ± 0.1c 32c-42.0c (± 0.2 F 89.6.9f-107.6f) Power Supply: 1.5v Dc, 1 Lr41 Alkaline-magnesium Button Battery , Power Consumption: 0.1mw, Temperature Display: 3-digit, +deg C (deg F) Display In 0.1 Degree Increment, External Size (mm): 19.4(w) × 132.5 (l) × 10.0(d) 10 Pcs. White Board, White Formica Laminated, Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm Wih Plastic Corner Caps, The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube , Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels, Height From Floor: 210 To 214cm Lot 4. Sumirap National High School And Tangub City National High School (bpp Nc Ii)-php 519,702.00 10 Set Air Compressor With Airbrush Cake Decorating Set(airbrush Gravity Feed Dual Action Airbrush Compressor Kit 0.2/0.3/0.5mm Needle Air Brush For Cake Decorating Painting. Material: Aluminum + Copper Type: Single Cylinder Piston Compressor Power: 1/5 Hp Plug Type: Eu Voltage: 220-240v/50hz Speed: 1450 Rpm Air Volume Per Minute/liter: 23l/min Maximum Pressure: 7bar (100psi) Working Pressure Of Spray Gun: 15-50psi Low Noise: ≤50db Accessories: Pressure Gauge, Pressure Gauge, Air Filter Automatic Stop, Starts At 2.8 Bar, Stops At 4 Bar (special Pressures Available) Connection: With Connection G 1/8" Bsp Cable: Approx. 1.8m / 6ft) 40 Pc Egg Beater(stainless Steel Semi-automatic Mixer/manual Whisk Egg Beater Kitchen Cooking Tool) 40 Set Board, Chopping ,6 Color( Type: Food Grade Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 38 Cm (minimum) Width: 30 Cm (minimum) Thickness: 1.27 Cm (minimum) Color-coded For Use With Different Types Of Food, Blue, Red, Yellow, Green, Brown And White, Preferably Packed In Set Comes With No Sharp Edges And With Hole For Storage Purposes) 10 Pc Double Boiler (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 A Set Which Includes One (1) Saucepan, One (1) Boiler, And One (1) Lid With Stainless Steel Handle And Smooth Surfaces With No Sharp Edges) 80 Set Bowl, Mixing Set Stainless (premium Stainless Steel Mixing Bowls Bowl Sizes Are: 5 Qt, 4 Qt, 3qt, 1.5qt, And ¾ Qt And They Each Fit Perfectly Within One Another) 70 Set Cake Pan, Round, Size: 4''x3'' (non-stick Aluminum Alloy Cake Round Pan) 30 Set Cake Stand, With Tier (type: Cake Stand With Tier, Food Grade Body Shape: Circular With 3 Tier Material: Hard Plastic, Polypropylene, 4 Mm Thick The Tier Consists Of The Following Sizes: Tier 1: 18 Cm Diameter (minimum) Tier 2: 25 Cm Diameter (minimum) Tier 3 : 30 Cm Diameter (minimum) Column Diameter: 20 To 30 Mm (solid) Distance Between Tiers: 15 Cm Over-all Length: 30 Cm (minimum) Assembled Column Is Used For Maximum Strength And Stability Of The Stand Must Be Packed In Set ) 60 Pc Cake Turn Table (type: Turn Table Body Shape : Circular Material: Cast Aluminum Plate.and Cast Iron Base Upper Plate: 30 Cm Diameter (minimum) And 1.4 Cm Thickness (minimum) Base Dimensions: 18 Cm (minimum); 1.4 Cm Thickness (minimum) Total Height: 10 Cm To 15 Cm Turntable With Ball Bearing To Turn Easier Preferably Packed In Any Kind Of Packaging Comes With No Sharp Edges To Rotate Smoothly In 360 Degrees Clockwise Or Counter Clockwise ) 30 Pc Coupler (type: Foood Grade Body Shape: Tubular Material: Hard Plastic, Polypropylene, Any Bright Color Height: 3cm (minimum) Top Diameter: 1.27 Cm (minimum) Bottom Diameter: 2.54 Cm (minimum) Preferably With Storage Case The Materials Used Must Be Non-toxic And Dishwasher Safe ) 50 Set Cup, Measuring (stainless Steel Measuring Cup Set For Dry Ingredients. Composed Of 1 Cup, 3/4 Cup, 1/2 Cup, 1/4 Cup, 1/8 Cup) 50 Set Cup, Measuring 250 Ml. For Liquid Glass (250 Ml Heat Resisting Measuring Glass) 40 Set Cup, Measuring 500 Ml. For Liquid Glass (500ml Heat Resisting Measuring Glass) 40 Pc Cutter, Dough (type: Scrapper Body Shape: Straight Blade Material: Stainless Steel Straight Blade With Stainless Steel Handle Blade Dimension: Lenght : 15 Cm X Width: 11 Cm X Thickness: 1.2 Mm(minimum) Handle Dimension: Length: 15 Cm X Diameter: 3 Cm (minimum) Preferably With Packing Case Food Grade And Dishwasher Safe Design Allows Item To Be Hung For Storage) 40 Pc Cutter, Pie (stainless Steel Rolling Knife/pizza Cutter) 30 Pc Flour Sifter,hand Cranked (type: Hand Cranked Body Shape: Round Shape Material: Stainless Steel Dimension: Diameter: 133.3 Mm ( Minimum) X Height: 165 Mm (minimum) Thickness: 0.79 Mm (minimum) (body) And Constructed With Stainless Steel Wire Mesh # 30 Bottom Volume Markings Should Be Seen Inside And Outside Of The Sifter Capacity: 5 Cups (1.18 Liter) Spring Action Squeeze Handle Stainless Steel Preferably With A Packing Case Dishwasher Safe) 40 Pc Grater (type: Four Sided Box Grater Body Shape: Box In Shape Material: Stainless Steel Blade And Plastic (polypropylene Handle) Grater Dimensions: Height- 25 Cm X Width-13 Cm X Depth-10 Cm (minimum) Side 1: Large-hole Shredder With 6 Mm Hole Side 2: Slicer Side 3: Small-hole Shredder With 3 Mm Hole Side 4: Grater With Strips About 1.27 Cm To 2.54 Cm Length Preferably With Packing Case Food Grade & Dishwashing Safe) 50 Pc Knife, Kitchen (premium Quality Stainless Steel Kitchen Knife, 6-8” In Length) 20 Pc Knife, Pallete (premium Quality Stainless Steel Pallete Knife Ideal For Butter.) 50 Pc Ladle, 3oz (premium Quality Stainless Steel Soup Ladle, 3oz) 40 Pc Loaf Pan, Big (carbon Steel Non-stick Loaf Pan, Size: L=32,w=13,h=7cm Minimum) 40 Pc Loaf Pan, Medium (carbon Steel Non-stick Loaf Pan, Size: L=28, W=15.5, H=7cm Minimum) 40 Pc Loaf Pan, Small (carbon Steel Non-stick Loaf Pan, Size: L=25.5, W=13.5, H=6cm Minimum) 40 Pc Muffin Pan, Big (carbon Steel Non-stick Muffin Pan, 12 Holes,3oz) 40 Pc Muffin Pan, Medium (carbon Steel Non-stick Muffin Pan, 9 Holes,3oz) 40 Pc Muffin Pan, Small (carbon Steel Non-stick Cupcake Pan, 6 Holes) 70 Pc Pie Pan, 10'' (premium Stainless Steel/aluminum Pie Plate. Thick And Durable, 10” In Diameter) 70 Pc Pie Pan, # 8 (premium Stainless Steel/aluminum Pie Plate. Thick And Durable, 8” In Diameter) 50 Set Pillars, Cake (premium Quality Acrylic Cake Support Pillar, 12cm In Diameter(minimum),straw Size Diameter ) 60 Pack Piping Bag (reusable Silicone Piping Bag, Biggest Size, 100pcs Per Pack) 40 Pc Rectangular Pan (carbon Steel Non-stick Rectangular Cake Pan. Size: L=10.8", W=7", H=1.5", Minimum) 70 Pc Rolling Pin, Plastic (non-stick Rolling Pin Made With Food Grade Nylon, Size:13") 100 Pc Rubber Scraper, Silicone (size: 21cm X 4.1cm, Material: Silicone) 40 Pc Sauce Pan Non Stick (non-stick Sauce Pan With Lid, Size: 20cm) 40 Pc Sheet Pan / Cookie Sheet (aluminum Baking Sheet, Size: 13x18”) 50 Set Spoon, Measuring (premium Quality Stainless Steel Measuring Spoon Set, Compost Of 1/8tsp, 1/4tsp, 1/2tsp, 1tsp, 1/4tbsp, 1/2tbsp, 1tbsp)) 70 Pc Spoon,wooden (premium Quality And Durable Long Handled Wooden Spoon/ladle. Length: 30.5cm Minimum) 40 Pc Strainer (stainless Steel, Fine Mesh Strainer, Size: 18cm) 40 Set Tip, Decorating, Large (type: Tube Tips Body Shape: Nozzles With Different Shape Material: Stainless Steel 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, Roping,stars, Leaves And Other Designs Comes With 24 Different Shapes Of Nozzles Packed In Plastic Storage Box Smooth And Deformities Free Must Be Branded) 30 Pc Weighing Scale, 10 Kg. (kitchen Weighing Scale, 10kg Maximum) 40 Pc Weighing Scale, 5 Kg. Digital(digital Kitchen Weighing Scale, Digital Price Computing Weight Electronic Scale, Capacity Is At Least 5kilograms, Pan Size 34.5 X 23.5cm) 70 Pc Wire Whisk, Medium (stainless Steel Wire Whisk, Size: 14”) Lot 5. Sumirap National High School And Tangub City National High School ( Cookery Nc Ii )-php 1,405,964.00 30 Pcs. 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. 4 Pcs. 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 20 Pcs. Blender, Electric Heavy Duty, 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 40 Pc Board, Chopping/ Cutting, Plastic, 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. 20 Pcs. Boiler, Double, Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Riveted Handle 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) 30 Pcs. Braising Pan, Medium, 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 30 Pcs. 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. 30 Pcs. Casserole,medium 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 . 30 Pcs. Casserole,small 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. 20 Pcs. Colander, Medium, 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 Body Thickness: 0.8 Mm (minimum) 20 Pcs. 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 20 Set Cup,measuring( For Solid) 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 20 Pcs. Dispenser,paper Towel 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 12 Pcs. Fan, Electric, Ceiling 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 6 Pcs. Fire Extinguisher With Contents .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 20 Pcs. Fish Poacher,medium, 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 Includes Stainless Steel Lid With Handle And Removable Insert 20 Pcs. Fork, Carving 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 400 Pcs. Fork, Kitchen 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 36 Dozen Frying Pan, Large, Non Stick, 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) 40 Pcs. Frying Pan, Medium, Non Stick, 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) Preferably With A Packing Case 30 Pcs. Frying Pan Small, Non Stick , 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 22 Pcs. Funnel, S/s, Medium, 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 22 Pcs. Funnel, S/s, Small, 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. 20 Pc Garbage Bin, 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. 20 Pc 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 20 Pc Ice Cream Scoop, Stainless Steel Ice Cream Scoop 45mm. Simply Squeeze Handle. 30 Pc Knife,boning, 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 30 Pc Knife,chef, 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) 30 Pc Knife,cleaver, Cutting Edge: Straight, Pointed End 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 Blade Thickness: 3 Mm (minimum) 30 Pc Knife,oyster, 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) 4 Pc Light,emergency, 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 4 Pc 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 30 Set Pastry Tube, Stainless Steel Pastry Tube 24, Big 40 Pc Peeler, Y -type, Rack Dimension: Length: 38 Cm X Width 23 Cm (minimum) 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 14 Set Pepper And Salt Mill Food Grade And Non-toxic Material. Mill Cookery Nc Ii 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 20 Pack 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) 10 Pc Plate Rack Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum) 12 Set Preparation Table With Sink, Heavy Duty Wire Shelving, 2.6 Mm Diameter (minimum) Table With Sink Cookery Nc Ii 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) 4 Pc Pressure Cooker, 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 24 Pc 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 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) 30 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 30 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 30 Pcs. Skimmer,spider, Dishwashing Safe 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. 24 Pcs. 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 20 Pc Soup Ladle, 12oz 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 20 Pc Soup Ladle, 3 Oz 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 20 Pc Soup Ladle 6 Oz. 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 20 Pc Soup Ladle 8 Oz. 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 62 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. 400 Pc Spoon, Kitchen 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. 60 Pc Spoon, Kitchen (slotted) 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) 30 Set Spoon, Measuring 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) 40 Pcs. Spoon, Parisienne 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 40 Pc Spoon, Serving Preferably With A Packing Case 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. 30 Pc Spoon,wooden 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 20 Pc Stock Pot,large . Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) 30 Pc Strainer, Chinois,small 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.) 30 Pc Strainer,chinois,medium 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.) 26 Pc 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.) 30 Pc 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.) 30 Pc Tenderizer, Medium Aluminum Meat Tenderizer 16 Pc Thermometer,pocket/pin Pocket/pin Food Thermometer 20 Pc Tong,12'' 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 20 Pc Tong 8'' 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 30 Pc Tray,baking,small, Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) 36 Pc Tray,utility,medium,plastic White Plastic, White Multi Purpose 13”x10”utility Tray 30 Pc Turner,3'x6'', Slotted 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 4 Pc Utility Cart, Stainless Steel 3 Tier Trolley Cart 75x40x85. 20 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) 20 Set Weighing Scale 5kg. 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 40 Set 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. 40 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. 40 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. 40 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. 18 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 18 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 12 Pc Working Table, Stainless, 4 Seaters Stainless Working Table , Two Layer (120x60x80) 30 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. Lot 6. Sumirap National High School (housekeeping Nc Ii)-php 326,452.00 1 Pc Alarm Clock Alarm Clock, Digital, Overall Dimensions: 13.5 X 8 X 4.5 Cm (approx.) Material: Plastic (pe/abs) Illuminated Lcd Digital Display: Time (12/24), Calendar (mm/dd), Temperature, Alarm Status (on/off), Snooze Display Size: 10 X 5 Cm (minimum), Time Can Be Read 30 Ft Day Time. Runs On Aaa Battery Which Come Together With The Item Smooth Surface, No Sharp Edges, Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting) 25 Pc Apron, Polyester-cotton (bib Apron, Sleeveless Adjustable Neck Loop Material : Polyester - Cotton Fabric Dimension : 70 To 60 Cm (minimum) With 2 Or 3 Pockets Uni-color, Dark No Sharp Edges And Loose Threads) 5 Pc Baskets, Laundry (3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges) 1 Set Bed, Queen (bed Set, Queen Size (60 X 75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 20 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges) 1 Set Bed, Single (bed, Single Size (w36 X L75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 13 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges) 10 Pc Board, Ironing (type: Foldable Type Ironing Board Body Shape : Standard Material : 25 Mm Tubing Approx., 0.8 Mm Thickness Board Size: 32 Inches (minimum ) Body Size :120 Cm X 30 Cm X 5 Cm Color : Any Comes With Box No Sharp Edges) 25 Pair Boots, Safety, Plastic (upper Material: Elastic Pvc Sizes: 7 Inches - 5pcs 8 Inches - 5pcs 9 Inches - 5pcs 10 Inches -5pcs 11 Inches - 5pcs Height: 13 To 14 Inches Plain Toe Type Of Boots: Unisex Rain Boots With Rugged Tractor Lug Outsole Packed With Carton Box Per Size) 15 Pc Brushes, For Housekeeping (brush, Floor Scrubbing, Angled Long Handle Bristle Material : Plastic, Stiff Handle Material : Metal Tubular Corrosion Reistant, Overall Length : 120 Cm. (minimum) Bristle Length : 5 Cm (=/- 1cm) Scrubbing Surface : 25 X 6 Cm (+/-1 Cm) No Sharp Edges) 10 Pc Buckets, Water (water Bucket Bucket Material : Hard Plastic, Round Body Capacity : 10 To 12 Liters Handle Material : Steel Smooth And Glossy Surface, No Sharp Edges) 10 Pc Caddy, Toilet (carrying Caddy For Toilet Cleaning Supplies Holds Spray Bottles And Other Cleaning Supplies, No. Of Compartments: 3 (minimum) Material :plastic Tray Depth: 11 Cm (approx.) Overall Dimension: 36 X 26 Cm (approx.) Smooth Surface, No Sharp Edges) 1 Unit Carpet Sweeper (carpet Sweeper, Cordless Electric Motorized Single Brush Roll (removable) Body Material : Hard Plastic ,(abs) Or Its Equivalent, Any Color Equipped With Rechargeable Battery (16 Minutes Run Time On Carpet), Removable Dirt Box Sweep Width : 8 Inches (minimum) Capacity (volume) : 0.35 Lit.(minimum) Handle: Metal, Powder- Coated, With Plastic/rubber Grip, Swivel Steering Assembled Height: 44 Inches (minimum) Comes With Battery Charger 220/240vac, 50/60hz With Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) No Sharp Edges Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting.) 1 Unit Cart, For Housekeeping Nc Ii (housekeeping Cart Trolley, Equipped With Three-shelves With Steel/laminated Panels Single Door, Top Layer With Divider, Bag Holder, And 4 Wheels. Cart Frame: Steel, Powder Coated. Wheels: 2non-swivel 2 Swivel, 6 Inch Diameter, Non-markings. Overall Dimensions : Rectangular 90 X 48 X 1010 Cm (minimum) Comes With Accessory Linen Bag Smooth Surface, No Sharp Edges) 50 Pc Cleaning Cloth, Linth-free (lint Free Cleaning Cloths Material : Cotton Dimensions : Rectangular 16 X 26 Inch) 1 Unit Coffee Maker (coffee Maker, Electric Material: Metal, Plastic, Glass. Capacity: 6 Cups (minimum). Detachable Tank, With Water Level Indicator. Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher. With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option). Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines) 5 Pc Dust Pan (dust Pan, Upright Standing Material: Plastic Overall Length: 65 Cm (minimum) Pan: Round Back, 24 X 26 X 9 Cm (minimum) Smooth Surface, No Sharp Edges) 5 Pc Duster, Anti-static (anti-static Duster Duster Material : Polypropylene Micro Fiber Duster: Length : 30 Cm (minimum), Overall Length: 50 Cm (minimum) Handle Material : Hard Plastic, No Sharp Edges) 7 Unit 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, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service) 3 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 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality) 10 Pc Flashlight (flashlight Led 1,000 Lumens (minimum), Color : White , Battery: Rechargeable, At Least 3,500 Mah , Can Be Used Also With 3 X Aaa Batteries; Body: Aluminum Alloy, No Sharp Edges Dimensions : 5 Inches X 1 Inch Diameter (minimum) Operating Duration Of Battery When Fully Charged : At Least 2 Hours; Includes 220/240vac, 50/60hz Power Adapter /charger And User's Manual In English Which Includes: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, With 1 Year Warranty 10 Pc Flat Iron (clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines.) 10 Pc Foam, Scrubbing (1. Material: Cellulose And A Scouring Pad On One Side 2. Dimension: Length : 140 - 180 Mm ; Width : 80 - 100 Mm ; Thickness : 12 - 20 Mm 3. The Item Must Be Of Good Quality) 4 Pc Garbage Receptacles (1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality) 30 Pair Gloves, Rubber (1.heavy-duty Latex-free Vinyl Rubber Gloves 2.thickness : 4 Mil 3.color : Any Color 4.size : Medium 5.other Features: Acid/solvent Resistant. 6.the Item Must Be Of Good Quality) 15 Pc Goggles, Safety (safety Goggles, Clear Polycarbonate - One Piece Lens With 180° Panoramic View, Non-fog Size/dimension: L 17 - 18.5 Cm X W 8 Cm X D 5-7.5 Cm High Impact Resistant, Ansi "z87" Compliant Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust Adjustable Head Strap Shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. Smooth Surface, No Sharp Edges) 1 Pc Hairdryer( Electric Hairdryer, With Concentrator Nozzle Two Heat Setting And 1 Speed (minimum) Rating : 220/240 Vac, 1200 W (minimum) Body Length Including Nozzle: 20 Cm Folding Handle Design, With Hanging Ring Smooth Surface, No Sharp Edges Branded, Brand Name And Electric Rating Permanently Mark On The Item, With Dti-bps Certification With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. With Service Centers Located In Major Cities In The Philippines. 1 Year Warranty(parts & Service) 2 Roll Hose, Water(water Hose Material: Pvc Fiber Reinforced, Three (3) Layers; Any Color; Hose Length: 50 Feet; Hose Diameter: 5/8 Inches; Pressure Capacity: 200 Pounds Per Square Inch (minimum); Fitted With Male And Female Brass Couplers (nh, 11.5 Tpi) For Spray Nozzle No Sharp Edges) 3 Pc Kettle, Electric(electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220//240vac, 50/60hz, 1000 -1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item.) 5 Pc Laundry Sorter(3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges) 2 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 Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item.) 2 Pc Mirror Wall Mirror With Frame Flat Glass Mirror, 2 Mm Thick (minimum), Clear With No Distortion Frame: Wood Or Plastic Commercial Finish Rectangular Shape, 3600 Sq.cm (minimum) Includes Mounting Accessories Smooth Surface, No Sharp Edges) 20 Pc Mop (mop, Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges 1 Set Polisher, Floor, Electric, With Accessories(electric Floor Polisher With Accessories Material: Stainless Steel, Aluminum Alloy Handle: Stainless Tube, Adjustable Height 1 Meter Long (approximate), With Dual Switch Lever Size/capacity :13 Inch (minimum) Diameter Power Supply: 220/240 Vac, 50/60 Hz. Power: 1/3 Hp (minimum) Rotation Speed : 160 Rpm (minimum) Heavy Duty (royal) Power Cord Length : 12 Meters (minimum) With Type A Plug (or Providing 10a Plug Adapter Is An Option) With Pair Of Rubber Wheels, Smooth Surface, No Sharp Edges Comes With Pad Holder, 2 Pcs - Polishing Brush And 3 Pcs - Floor Polishing Pads Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, Brand Name And Electric Rating Permanently Mark On The Item, With 1 Year Warranty Parts And Service The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 5 Pc Shelving(shelving, Open, Knockdown Type, Adjustable Shelves Metal Powder Coated Frame Number Of Shelves : 5 Overall Dimensions : 85 X 30 X 180 Cm(minimum) Sturdy Connection, No Wobble Smooth Surface, No Sharp Edges) 5 Pc Sign, Caution(caution Sign, A Shape-2 Panel Self Standing, With D-handle, Collapsible For Easy Storage Material : High Impact Plastic, Panel Dimension : Rectangular (lxw) 55-65 Cm X 25 X 61 0m (minimum), Panel Depth : 2 Cm (minimum) Color : Yellow Print Description : "caution: Wet Floor" On One Side "cleaning In Progress On The Other Side, Both Messages Provided With Graphics Printed In Black. Font Size: 100 -120 Mm X 50 -70 Mm, Arial Smooth Surface, No Sharp Edges) 10 Pc Sponges, Dish(dish Sponge, Cellulose, Non-scratch Dimensions : 5 X 3 X 1 Inch (minimum) Branded) 10 Pc Spray Gun, Water(barber/salon Spray Gun Material: Hdpe Transparent Plastic Capacity: 300 Ml.(minimum) Trigger Type Sprayer Dimension: Diameter :7 Cm. X Height: 16.3 Cm (minimum) Rotating Nozzle To Adjust Spray Patterns Smooth Surface, No Sharp Edges Must Be Branded) 10 Pc Squeegee(squeegee, Short Handle Head/blade Material: Stainless, Rubber Handle: Plastic Or Stainless Steel Blade Length: 25 - 30 Cm Overall Length (handle And Head) 20 - 32 Cm No Sharp Edges ) 5 Pc Squeezer, Mop(mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters "caution" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges) 1 Pc Step Ladder(material: Aluminum U Channel Capacity: 250 Lbs (minimum) Type: Flatform Type Number Of Step: 6 (including Top Step) Reach Height: 6 To 8 Feet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum) Twin Steps With Gripped Treads To Prevent Slipping Step Braces On Top And Bottom Step Heavy Duty Aluminum Foot Bracket With Slip-resistant Foot Pad With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, Brandedfeet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum)) 2 Pc Vacuum Cleaner, Dry And Wet(electric Vacuum Cleaner, Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels Material : Hard Plastic, (abs) Or Rust Proof Body Equivalent Power Supply : 220/240vac, 50/60hz, 1000 Watts (minimum) Auto Shut Off Tank Capacity : 20 Liters (minimum) Equipped With Complete Accessories I.e., Detachable Vacuum Hose Assembly (flexible Non-kink), Extension Tubes/wands, Carpet (long Square) Brush Nozzle, Wet And Dry Floor Brush Nozzle, Crevice Nozzle, Hepa Filter, Sponge Filter/washable Cloth Bag. Comes With 4 Meters (minimum) Heavy Duty (royal) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. The Item Must Be Branded, Brand Name And Electric Rating Permanently Mark On The Item. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 1 Unit Washer, Laundry(1. Front Load Electric Washer, Laundry 2. Electronic Control, Digital Indicator Display , Transparent Glass Door 3. Body Material : Steel, Powder Coated, Any Color 4. Dimensions (wxdxh): 590 Mm (minimum) X 490 Mm (minimum) X 820 Mm (minimum) 5. Drum Material : Stainless Steel 6. Capacity : 8 Kg (minimum) 7. Spin Speed : 1200 Rpm (minimum) 8. Power Rating: 220 /240vac, 50/60 Hz. 9. Comes With A 1 Meter (minimum) Heavy Duty Power Cord With Male Plug To Adapt Type A Outlet (or Providing 20a Plug Adapter Is An Option) 10. Smooth Surface, No Sharp Edges 11. With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 9.includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures 12.the Item Must Be Branded, Dti-bps Certified, 1 Year Warranty Parts And Service 13. With Service Centers Located In Major Cities In The Philippines. 14.the Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 2 Pc White Board(white Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform. Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Caps Comes With Metal Tray For Marker And Eraser The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels Overall Height From Floor: 210 To 214cm Smooth Surface, No Sharp Edges) Lot 7. Tangub City National High School (food And Beverage Services Nc Ii) Php 571,245.00 50 Pcs Chair, Dining Type : Dining Side Chair Body Shape: Square Material : Metal (round Or Square) Dimesion: Total Height - 33" X 15" X15" (minimum) Capacity: 150 Kg. Black Colored Powder Coated Frame With Foam On Seat Packed In Carton Box The Item Must Have Good Quality 4 Pcs Coffee Pot, 2 Pints Type: Manual Drip Body Shape: Round Material : Stainless Steel With Cover Capacity : 2 Pints Outside Diameter : 90 -110 Mm Over-all Height : 200 - 230 Mm Thickness : 0.5 - 1 Mm With Handle And Spout Packed In Carton Box The Item Must Have Good Quality 6 Pcs Container, Creamer Design: Type: Porcelain With Spout Body Shape: Circular Material: Porcelain Diameter : 50 - 65 Mm Height : 80 - 105 Mm Color : White Appearance : Glossy White Packed In Carton Box The Item Must Have Good Quality 24 Set Cups Ans Saucers 5-6 Oz. 1. Material : Porcelain 2. Capacity : 5 Oz./140 Ml 3. Heatproof Up To 300 Deg. C 4. Color : White 5. The Item Must Be Of Good Quality 6. Packed In Carton Box 10 Pcs Folder, Menu Type: Leather Menu Folder Body Shape: Rectangular Material: Leather With 2 Partitions And 6 Inserts Size: 31.5cm X 24.5cm Color: Brown/black Applicable Paper Size: A4 50 Pcs Fork, Cocktail 1. Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design 2. Type : Rounded Tip Handle 3. Over-all Length : 110 - 165 Mm 4. Width : 20 - 30 Mm (minimum) 5. Handle Thickness : 2 Mm To 4 Mm 6. Handle Length : 75 - 90 Mm 7. Small, 8. Color : Silver 9. The Item Must Be Branded And Have Good Quality. 50 Pcs Fork, Dessert Type : Dessert Fork Body Shape: Fork Shape, Round Tip Material/appearance : Stainless Steel, Highly Polished,with Plain Design, Rounded Tip Handle Length : 150 Mm - 175 Mmwidth : 20 - 30 Mmhandle Thickness : 1.5 Mm - 3 Mm Number Of Tines : 4 Handle : 130 Mm (minimum) Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 60 Pcs Fork, Dinner Type: Dinner Fork Body Shape: Fork Shape Material / Appearance : Stainless Steel, Highly Polished, With 4 Tines Over - All Length : 120 - 175 Mm Thickness Of Handle : 2 - 3 Mm Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 36 Pcs Fork, Fish Type : Fish Fork Body Shape: Fork Shape With Round Tip Material / Appearance : Stainless Steel, Highly Polished, With Plain Design Over-all Length : 180 - 215 Mm Fork Width : 1.5 Mm - 3 Mm Fork Thickness : 1 Mm - 2 Mm Number Of Tines : 4 Length Handle : 120 - 130 Mmhandle Thickness : 2 Mm - 3 Mm Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 36 Pcs Fork, Oyster Type: Oyster Fork Body Shape: Fork Shape Material: Stainless Steel, With High Polish Appearance, And With Plain Design Length: 90 - 120 Mm Thickness: 1 Mm - 3 Mm Silver Color With Three Short Wide Curved Tines Packed In Plastic Pouch The Item Must Be Of Good Quality 24 Pcs Glass, Champagne Flute Type : Flute Glass Body Shape: Round Material: Clear Crystal Glass Dimension : Height: 20 -24 Cm, Top Diameter: 50 -70 Mm, Bottom Diameter: 60 - 80 Mm Capacity: 250 Ml. (minimum) Thickness: 1.5 - 3 Mm Packed In Carton Box The Item Must Have Good Quality 36 Pcs Glass, Collins Type: Tumbler Body Shape: Round Material : Clear Glass Capacity : 10 Oz To 14 Oz Thickness : 1.5 -3 Mm (minimum) Packed In Carton Box The Item Must Have Good Quality 36 Pcs Glass, Juice/hi-ball 1. Material : Clear Glass 2. Type : Hi-ball 3. Height : 140 - 160 Mm 4. Bottom Diameter : 50 -70 Mm 5. Top Diameter : 50 - 70 Mm 6. Thickness : 2 - 4 (minimum) 7. Capacity : 8 Oz. To 10 Oz. 8. Diswasher Safe 9. The Item Must Be Branded And Good Quality 10. Packed In Carton Box 36 Pcs Glass ,pilsner(ice Tea Glass) Type:falired Rim,body Shape:round Slender Bowl,material:clear Glass Capacity:20 0z To 23 Oz With Flaired Rimand Slender Shape Packed In Carton Box.the Item Must Have Good Quality. 36 Pcs Glass, Red Wine Type: Royalty Body Shape: Balloon Shaped Bowl Material: Crystal Clear Glass Rim Diameter : 55 - 60 Mm Thickness : 1.5 Mm - 3 Mm Over - All Length : 200 -220 Mm Capacity : 250 -300 Ml Stem Diameter : 6 - 8 Mm Stem Length : 85 - 90 Mm Base Diameter : 75 - 85 Mm Base Thickness : 2 - 4 Mm 40 Pcs Glass, White Wine Type: Royalty Body Shape: Balloon Shaped Bowl Material: Crystal Clear Glass Rim Diameter : 55 - 60 Mm Thickness : 1.5 - 3 Mm Over -all Length : 200 -220 Mm Capacity : 270 - 300 Ml Stem Diameter : 6 - 8 Mm Stem Length : 75 - 85 Mm Base Diameter : 70 - 80 Mm Base Thickness : 2 - 5 Mm 4 Pcs Gravy Boats Type: Steel Type Body Shape: Boat Shape With Handle Material: Stainless Steel Capacity : 5 Oz. Appearance: Mirror Polish Finish Size :17cm X 7.3cm X 8.2 Cm / 6.7 X 2.9 X 3.2 Inches (minimum) The Item Must Have Good Quality Packed In Plastic Pouch 4 Pcs Ice Bucket, 2 Liters With Tongs Type: Steel Type Body Shape: Circular Set Includes: A. Ice Bucket Material : Stainless Steel Diameter : 140 - 180 Mm Height : 140 - 170 Mm Thickness Of Bucket : 0.7 - 2 Mm Capacity : 2 Liters (minimum) The Item Must Have Good Quality 24 Pcs Knife, Butter 1. Material : Stainless Steel W/ Highly Polished Appearance 2. Over-all Length : 140 Mm - 150 Mm 3. Handle Thickness : 3 Mm - 5 Mm 4. With Dull Edge And Rounded Tip 5. The Item Must Have Good Quality. 6. Packed In Carton Box 24 Pcs Knife, Dinner Type: Dinner Knife Body Shape: Flat With Round Tip Material / Appearance : Stainless Steel Blade Highly Polished Handle Material : Stainless Steel Overall Length : 160 - 190 Mm Blade Thickness : 2 - 4 Mmhandle Thickness : 3 - 6 Mm Serrated Blade With Rounded Tip Packed In Carton Box The Item Must Have Good Quality 24 Pcs Knife, Fish Type : Fish Knife Body Shape: Flat With Pointed Tip Material / Appearance : Stainless Steel, Highly Polished W/ Plain Design Overall Length : 200 - 220 Mm Width Blade : 20 - 25 Mm Thickness Of Blade : 2 Mm - 4 Mm Thickness Of Handle: 3 Mm - 6 Mm Wide Blade, Dull Edge, Tip Made With A Notched Point Color : Silver Packed In Carton Box The Item Must Have Good Quality 20 Pcs Napkin Holder (stainless) Type: Steel Type Body Shape: Rectangular Material : Stainless Steel With Highly Polished Appearance Dimension : Width : 70 - 90 Mm X Length : 150 - 170 Mm , Thickness : 0.7 Mm -2 Mm Packed In Plastic Pouch The Item Must Have Good Quality 20 Pcs Order Pads Type: Numbered Pads Body Shape: Rectangular Material : 80 Gsm Offset Paper Each Pad Comes With A 100 Sheets And Corresponding Copy Page Each Pad Has Sequentially Numbered Orders To Make It Easy To Keep Track With 100 Sheets Per Pad And 10 Pads Included Can Take 1000 Orders Before You Run Out Packed In A Plastic Pouch 12 Pc 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 Food Grade And Nontoxic Must Be Branded 50 Pc Plate Covers Type: Steel Type Body Shape: Circular Material: Stainless Steel, Mirror Polished Diameter: 10 1/4 Inches (minimum) Height: 2 7/8 Inches (minimum) Thickness: 1/16 Inch. (minimum) With Handle Packed In Plastic Pouch The Item Must Have Good Quality 50 Pc Plate, Dessert, 7" To 8" Type: Plain Type Body Shape: Circular Material: Porcelain Supply Must Be A Set, Consisting Of One (1) Of Each: 7 Inches And 8 Inches Plates Color : White Inner Diameter: 145 To 165 Mm Thickness : 3 To 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 60 Pc Plate, Dinner, 10" Type: Plain Type Body Shape: Circular Material: Porcelain With No Design Color: White Inner Diameter : 200 Mm - 215 Mm Outer Diameter : 250 - 260 Mm Thickness : 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 50 Pcs Plate, Fish, 8" To 9" Type: Plain Type Body Shape: Circular Material : Porcelain With No Design Supply Shall Be A Set Consisting Of: One (1) Each 8 Inches And One (1) Each, 9 Inches Color : White Inner Diameter : 165 Mm - 190 Mm (minimum) Thickness : 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 10 Pcs Round Table (8's) Type: Foldable Body Shape: Round Material: High Density Polyethylene Table Top Powder Coated Steel Frame Size: 154cm X 74cm X4.5cm (minimum) Good For 8 To 10 Seater Capacity Tube Size : 28 Mm Diameter X 1 Mm Thickness Packed In A Carton Box The Item Must Have Good Quality 50 Pcs Salad Forks Type: Salad Fork Body Shape: Fork Shape Material/appearance: Stainless Steel, Highly Polished, With 4 Tines Length: 150 Mm - 175 Mm Thickness Of Handle : 2 Mm - 3 Mm Color: Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 50 Pcs Salad Knife Type: Salad Knife Body Shape: Semi Rectangular Blade With Pointed Tip Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design Overall Length: 145 -160 Mm Blade Thickness: 2 Mm To 4 Mm Handle Thickness: 4 Mm To 6 Mm Handle Material: Stainless Steel Rounded Tip Handle Packed In Carton Box The Item Must Have Good Quality 50 Pcs Salad Plates 7" To 8" Type: Plain Type Body Shape: Circular Material: Porcelain With No Design Supply Must Be A Set Consisting Of One (1) Each: 7 Inches And 8 Inches Plates Color: White Diameter (inner): 150 Mm - 165 Mm Thickness: 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 20 Pcs Salt And Pepper Shakers Type: Glass Type Body Shape: Square Material: Glass And Aluminum Over-all Height: 75 -90 Mm Length: 50 -60 Mm Width: 50 -60 Mm Aluminum Cover Packed In Carton Box The Item Must Have Good Quality 25 Pcs Sauce Laddles Type: Spouted Bowl Body Shape: Circular With Pouring Spout Material: Stainless Steel, Highly Polished Appearance Over-all Length: 220 -230 Mm Ladle Bowl Length: 60 -65 Mm Long Ladle Bowl Diameter: 65 -70 Mm Depth: 10 -15 Mm Handle Details: 150-155 Mm Long X 20 -30 Mm Wide X 2 - 4 Mm Thick Color: Silver With Hang Hole For Hanging And Easy Access Dishwasher Safe Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Server, Cake 1. Material : Stainless Steel Blade , Highly Polished Appearance 2. Over-all Length : 220 To 270 Mm 3. Width : 60 - 80 Mm 4. Thickness : 1.5 Mm To 2 Mm 5. Handle : 120 -140 Mm Long, Non-toxic Plastic 6. Shape : Shovel-shaped 7. Color : Silver 8. The Item Must Have Good Quality 9. Packed In Carton Box 50 Pcs Service Forks Type : Service Fork Body Shape: Fork Shape Material/appearance: Stainless Steel, Highly Polished, W/ Palin Design Over-all Length: 220 Mm - 260 Mm Width: 20 - 25 Mm Handle Thickness: 1.5 Mm - 4 Mm Handle Length - 165 Mm - 185 Mm 4 Tines Color: Silver Packed In Plastic Pouch 25 Pcs Service Tray Type: Plastic Body Shape: Rectangular Material: Plastic (pp) Size : 14 Inches X 18 Inches X 1 Inch (minimum) Color : Any Packed In Plastic Pouch The Item Must Have Good Quality 25 Set Show/service/base Plates 11" To 14" Type: Plain Type Body Shape: Round Material: Porcelain With No Design Supply Must Be A Set Consisting (1) Of Each: - 11 Inches, - 12 Inches, - 13 Inches, And - 14 Inches Plates Color: White Diameter, Inner : 225 Mm - 250 Mm Thickness: 3 Mm - 6 Mm Smooth And Glossy Surfaces 50 Pcs Side Plates Or Bread Plates 6'' Type: Plain Type Body Shape: Round Material: Porcelain With No Design Color: White Inner Diameter: 95 Mm To 120 Mm Outer Diameter: 145 Mm To 170 Mm Thickness : 3 Mm - 6mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 50 Pcs Side Towels Type: Chef's Towel Body Shape: Rectangular Material: Oxford Polyester Soft Cloth Over-all Length : 640 - 680 Mm Over-all Width : 420 -460 Mm Color : Plain White Packed In Plastic Pouch The Item Must Have Good Quality 25 Pcs Silver Platter Type: Steel Type Body Shape: Round Material: Stainless Steel Diameter: 300 -330 Mm Thickness: 1 - 2 Mm Packed In Plastic Pouch The Item Must Have Good Quality 50 Pc Soup Bowl Type: Plain With Two Handles Body Shape: Circular Material : Porcelain Capacity : 24 Oz. (minimum) Packed In Carton Box The Item Must Have Good Quality Packed In A Carton Box 25 Pc Soup Laddle Type: Steel Type Body Shape: Circular Material: Stainless Steel, Highly Polished Appearance Over-all Length : 220 -235 Mm Ladle Bowl Details : 60 -65 Mm Long, 60 -75 Mm Diameter, 10 -15 Mm Deep Handle Details : 145 - 155 Mm Long X 12 - 25 Mm Wide X 1.5 -3 Mm Thick Color : Silver With Hang Hole For Hanging And Easy Access 15 Pc Soup Tureen Type: Steel Body Shape: Round Material: Stainless Steel Capacity: 7 - 11 Quart Size : 60 X 35 X 32 Cm (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoon, Dinner Type : Dessert Spoon Body Shape: Oval Material/appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length : 175 To 190 Mm Thickness : 2 Mm - 3 Mm Shorter Handle : 120 -130 Mm Color : Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoon, Dessert Type : Dessert Spoon Body Shape: Oval Material/appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length : 175 To 190 Mm Thickness : 2 Mm - 3 Mm Shorter Handle : 120 -130 Mm Color : Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoons, Service Type : Service Spoon Body Shape: Oval Material: Stainless Steel, Highly Polished, W/ Plain Design Over-all Length: 220 Mm - 250 Mm Width: 30 - 38 Mm Handle Thickness: 1.5 Mm - 4 Mm Handle Length - 165 Mm - 185 Mm Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoons, Soup (cream And Cosume) Type: Soup Spoon Body Shape: Round Material/appearance : Stainless Steel, Highly Polished, W/ Plain Design, Rounded Tip Handle Over-all Length : 165 Mm - 200 Mm Smaller Oval Shaped Spoon Bowl And Tapers Slightly To The Tip Shorter Handle : 110 Mm - 170 Mm Thickness : 1.5 Mm - 3 Mm Color : Silver Packed In Plastic Pouch 50 Pc Steak Knife Type: Steak Knife Body Shape: Flat With Serrated Edge Material: Stainless Steel Steel Blade With Wooden Handle Length: 170 Mm To 203 Mm Handle Wood Thickness: 10 - 14 Mm With Serrated Blade Packed In Carton Box The Item Must Have Good Quality 25 Pc Sugar Container Type: Glass Type Body Shape: Round Material: Glass With Brass Lid (or Equivalent) Diameter: 70 -80 Mm Height: 130 -140 Mm Capacity: 12 Oz. Packed In Carton Box The Item Must Have Good Quality 50 Pc Table Cloth, 54 X 54 Inches Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Color: Plain White Dimension: L 54 Inches X W 54 Inches (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Table Cloth, Rectangular Type: Plain Cloth Body Shape: Rectangle Material : Linen Size : 120cm X160cm (minimum) Color : Any Color But Not Black Feature: Washable Packed In A Plastic Pouch 100 Pc Table Napkins, Cloth, 16"x16" Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Or Its Equivalent Size: L 16 Inches X W 16 Inches (minimum) Color: Plain White Packed In Plastic Pouch The Item Must Have Good Quality 80 Pcs Table Skirting Cloth 90" To 90" Type: Plain Cloth Body Shape: Square Material: American Cotton Twill Cloth Color: Any Color Except Black Dimension: 90 Inches X 90 Inches (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Table, Square/rectangular (4's Or 6's) Type: Foldable Plastic Body Shape: Square/rectangle Material: High Density Polyethylene Table Top Powder Coated Steel Frame Dimension: 37 - 39 X 37 - 39 Inches Color: White Good For 4 Persons Packed In Carton Box The Item Must Have Good Quality 20 Pcs Tea Pot, 2 Pints Type: Porcelain Type Body Shape: Round With Handle And Pouring Spout Material : Porcelain Capacity : (2 Pint) Color : White Packed In Carton Box The Item Must Be Of Good Quality 50 Pcs Teaspoon Type : Tea Spoon Body Shape: Oval Tip Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design Over-all Length: 120 Mm To 140 Mm Handle Thickness: 2 Mm To 4 Mm Short Handle Length - 100 Mm (minimum) Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 15 Pcs 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 Must Be Branded 30 Pcs Tooth Pick Holder Type: Steel Type Body Shape: Round Material: Stainless Steel, Highly Polished In Appearance Diameter: 30 -35 Mm Diameter (minimum) Height: 65 -75 Mm Capacity: 1.24 Oz. (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 20 Pcs Tray Stand Type: Foldable Body Shape: Rectangular Material: Chrome Plated Metal Folding Tray Stand Length: 470 -490 Mm Width: 400 -440 Mm Height: 770 -790 Mm Packed In Plastic Pouch The Item Must Have Good Quality 30 Pcs Tray, Bill Folders/change 1. Material : Heavy Duty Plastic ( Abs ) Or Its Equivalent 2. Height : 190 - 220 Mm 3. Width : 120 -140 Mm 4. Thickness : 2 Mm To 3 Mm (minimum) 5. Color : Black 6. With Check And Pen Holder 7. The Item Must Have Good Quality 8. Packed In Plastic Pouch 20 Pcs Tray, Round (bar) Type: Plastic Body Shape: Round Material: ( Pe/abs) Plastic Rubberized Surface, Non-slip/grip Tight Over-all Diameter: 345 -360 Mm (minimum) Thickness: 2 - 4 Mm (minimum) Color: Black Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Water Goblet Type: Water Goblet Body Shape: Balloon-shaped Bowl Material: Crystal Clear Glass Over-all Length: 200 -220 Mm Capacity: 270 Ml To 300 Ml Rim Diameter - 55 -65 Mm Thickness: 1 Mm To 3 Mm Stem Length : 75 -85 Mm Stem Diameter : 6 -8 Mm Base Thickness : 3 -4 Mm Base Diameter : 7 -80 Mm Packed In Carton Box The Item Must Have Good Quality 30 Pcs Water Pitcher (stainless) Type: Steel Type Body Shape: Circular Material: Stainless Steel, Highly Polished Appearance Height: 170 Mm To 220 Mm Top Diameter: 110 -120 Mm (approximate) Capacity: 1 - 1.5 Liter With Pour Spout Dishwasher Safe Packed In Plastic Pouch The Item Must Have Good Quality Lot 8. Tangub City National High School (front Office Services And Local Guiding Services) Php 232,832.00 50 Pcs Calculator Type: Simple Calculator, Non Scientific Body Material: Hard Plastic Minimum Size: 110mm Width X 140mm Long Lcd Display: At Least Font Size Is 8mm X 5mm With Dual Power; Solar Cell And Battery With At Least 8 Digits Display Includes Spare Battery Packed With Protective Carton Box User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions C. Operating Procedures On How To Use The Equipment, 1 Pcs Cart, Bell Boy Type:hotel Luggage Trolley Capacity: At Least 450 Kilograms Minimum Dimensions: Length - 1000mm X Width - 600mm X Height - 1700mm Frame Material: Stainless Steel Tubing Stainless Tube Diameter: At Least 35mm Black Powder Coated Steel Platform With Carpeted Surface And Rubber Bumper At The Edge With 4 Pieces X 200mm Diameter Black Pneumatic Swivel Wheels Packed With Shipping Carton Box Branded 1 Pcs Cash Register With Drawer Printer: Width: 57mm (minimum) Speed: 2 Lines/sec (minimum) Lcd Display Size: 5cm Width X 10cm Long(minimum) With Drawer At Least 4 Bills And 5 Coins Compartments With Drawer Dimension At Least 410mm Width X 450mm Depth Input Method: Numeric 10-key Interface With At Least 2 Ports Power Source: 220-240volts Ac, 50/60hz; With Ac/dc Adapter Can Be Operated With Battery Programmable User's Manual In English Which Includes: A. Parts Manual With Labels, 1 Pcs Credit Card Imprinter Height Of The Imprinter 2 1/2 Inch (minimum) X Width 5 1/2 Inch (minimum) X Length 11 Inches (minimum) Carriage Material: Steel Body:plastic Color: Black 20 Characters Per Line Card Mounting Can Accepts At Least 0.030" Thick Size Credit Cards Plate Can Accommodate Up To 5 Lines, Manual Type With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, C. Operating Procedures 30 Pc Credit Card Voucher Holder Material: 3 Mm Thick Clear, Acrylic, Dimensions: Height: At Least 255 Mm, Width: At Least 210 Mm, Thickness: At Least 70 Mm 1 Pcs Detector, Fake Bills Led Display; Led Display Size: At Least 5 Cm Width X 10 Cm Long; Hard Plastic Casing; Ultraviolet (uv) And Magnetic (mg) Sensors; Power Source: Built In Rechargeable Battery,12v Output And Ac 100- 240v Adapter; With Complete Detection; Accessories Includes: Tough Plastic Carrying Case, Power Cord, Cleaning Brush, And Power Charger; User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, 3 Pcs Guest Folio Rack Material: Hard Plastic; Accommodates At Least 50 Room Divider Indexes; With Divider Boards With Metal Tabs; A4 Size Divider; With Metal Sidings 1 Pc Hypercom Memory: 1 Mb Ram (minimum) Lcd Display; 160 X 80 Pixel Graphics (minimum) With Card Reader Magnetic Stripe Pin Pad Port: 4-wire, Rs485; With Peripheral Ports For Pc Connection; Electronic Cash Register Or Journal Printer; With At Least 2400bps Modem; Support Synchronous (sdlc) And Asynchronous, Lan Operation; With Pin Encryption; With Thermal Printer At Least 576 Dots Per Line; Thermal Paper – 2 Inches Wide X 3 Inches Roll Diameter (min.); Keypad: Membrane, 12 Keys, Water-resistant; 1 Pc Key Card Maker With Verifier Set Of Hotel Door Lock System With Management Software; A) 1 Unit - Card Type Door Lock With Inductive Distance At Least 4cm B) 1 Unit - Card Encoder Unit With 25 Pieces Door Room Key Cards Computer Software System For Door Lock And Making Cards With Complete Accessories Including The Usb Type A Cable Interface To The Computer User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions C. Operating Procedures On How To Use The Equipment 1 Pcs Key Rack Rack Material: Wood Number Of Racks: Can Accommodate At Least 40 Key Cards Minimum Rack Size: 70mm Width X 110mm Height Depth Of The Rack At Least 50mm Any Color Paint Type:wall Mounted Rack Pack With Shipping Carton Box 1 Pc Safety Deposit Box Vault Material: Metal, Powder Coated, Solid Steel Door Thickness: 4mm(minimum) Body Thickness: 2mm(minimum) Minimum Outer Dimension: L: 30cm X H: 20cm X W: 20cm Electronic Lock System Battery Operated Digital Panel: Requires 4 X ‘aa’ Batteries User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, C. Operating Procedures On How To Use The Equipment, Branded 20 Pcs Speaker, Lapel Frequency At Least 500mhz With Audio Input Connector With Operation Range At Least 50meters Receiver/70ma Earphone Output Level: 32ohm, 65mw Operates With Energizer Battery With Minimum Powerconsumption Of Transmitter At Least 3v/70ma Receiver: 3v/70ma 25 Sets First Aid Kit Type: Emergency Case; Contents: First Aid Quick Reference Guide, 1pc; Sterize Gauge Swab(4 X4 X12 Ply) 100 Pcs/pack, 1 Pack; Adhesive Strips/band -aid, 50 Pcs/pack, 2 Packs; Gloves, Disposable, Medium Size, 2 Pairs; Hypo Allergenic Adhesive Tape, 5cm X 5cm, 2 Rolls; Triangular Bandage/arm Sling, Min 90cm X 90cmx 120cm, 2pcs; Safety Pins, 1 1/4 Inches, (12 Pcs), 1 3/4 Inches (12 Pcs); Stainless Steel Bandage Scissors, 2pcs; Betadine, 60ml, 2 -3 Years Expiration, 2 Bottles; Dust Mask, 2pcs; Hand Towels Or Face Towels, White Color, 6 Pcs; Gauze Bandage, Minimum 5cm X 4cm, 2 Rolls; Antiseptic Handwash/germicidal Soap, 60 Gms , 2pcs; Torniquet, 2 Pcs; Spirit Of Ammonia, 30ml, 2-3 Years Expiration, 1 Bottle; Burn Cream Ointment, 20g To 30g, 2- 3years Expiration, 1 Tube; Medical Tweezers Min. 8cm, Plastic, 2pcs; Plastic Bags, Resealable, Minimum Of 24pcs, 100mm X 180mm, 24pcs, 150mm X 230mm Cotton Balls , 50 Balls In A Sealed Package, 2 Packs Hot And Cold Pack, Reuseable, 1 Pack Water Resistant And Sturdy Case W/ Handle That Can Accommodate All The Listed Items. 4 Pcs Megaphone Battery Operated (4 Pcs - Size D Battery) With Built-in Siren Power Output: 20-watts (minimum) Range: 700 Meters (minimum) With Hand Grip And Carrying Strap Branded With Users Manual That Contains The Specification, List Of Parts, Instruction Guide, Troubleshooting, Safety Instruction. 100 Pcs Whistle Anodized Aluminum;size : Length - 6.5cm X 3cm Diameter; Handy And Lightweight; Loud Whistle Can Be Heard For Far Distance Of 100 Meters; With Key Ring For Attachment 2 Pcs White Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform.board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Capscomes With Metal Tray For Marker And Eraserthe Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobblewith 4 Lockable Hard Plastic Caster Wheelsoverall Height From Floor: 210 To 214cmsmooth Surface, No Sharp Edges Total Abc 3,978,106.00 2. The Department Of Education – Division Of Tangub City Now Invites Bids For The Above Procurement Project. Second Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Education – Division Of Tangub City And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. , Mondays To Fridays Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Lot 1 - Five Hundred Pesos (p500.00) Lot 2 - Five Hundred Pesos (p500.00) Lot 3 - Five Hundred Pesos (p500.00) Lot 4 – One Thousand Pesos (p1,000.00) Lot 5 - Five Thousand Pesos (p5,000.00) Lot 6 - Five Hundred Pesos (p500.00) Lot 7 – One Thousand Pesos (p1,000.00) Lot 8 - Five Hundred Pesos (p500.00) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Education – Division Of Tangub City Will Hold A Pre-bid Conference On January 20, 2025, 9:00 Am At Division Office Conference Hall Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 9:00 A.m. On February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall February 4, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Or Its Authorized Representatives Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. 11. The Department Of Education – Division Of Tangub City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gina L. Mandawe Head, Bac Secretariat Deped, Division Of Tangub City, Anecito Siete St., Mantic, Tangub City 7214 (088) 530-5988 Depedtangub.bacsec@deped.gov.ph Https://tangub.deped.gov.ph/ 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://tangub.deped.gov.ph/ Erlinda G. Dael, Phd., Cese Assistant Schools Division Superintendent Bac Chair
Closing Date4 Feb 2025
Tender AmountPHP 3.9 Million (USD 68 K)
9801-9810 of 9823 archived Tenders