Website Tenders

Website Tenders

Municipality Of Dagami, Leyte Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description The Municipality Of Dagami, Through The Trust Fund (drr Unexpended Balance Form 2019-2023) Intends To Apply The Sum Of Nine Hundred Eighty Two Thousand Twenty Two Pesos & 29/100 Only (982,022.29) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Drainage Canal/tf(drr Unexpended Balance From 2019-2023)-dag-2025(010). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Dagami Now Invites Bids For The Above Procurement Project. Completion Of The Works Is 57 Calendar Days. 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 20160 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Dagami And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 To February 10, 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 One Thousand Pesos Only (1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before February 10, 2025, 10:00 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On February 10, 2025, 10:00 A.m. At The Given Address Below, Office Of The Bac, Municipal Hall, Local Government Unit, Dagami, Leyte And Bids 10 Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Eligible Bidders Should Submit 3 Copies Of The Bidding Documents. All Submitted Bidding Documents Must Be In Proper Tabbing Form. The Second And Third Copy Must Be Duly Signed And Certified By The Proprietor/owner Or Authorized Representative. 10. The Municipality Of Dagami 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. 11. For Further Information, Please Refer To: Reynaldo C. Almenario Bac Secretariat Local Government Unit Dagami, Leyte +639062026560 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Date Of Issue: January 24, 2025 Engr. Imelda C. Delloro Bac Chairperson
Closing Soon10 Feb 2025
Tender AmountPHP 982 K (USD 16.7 K)

Municipality Of Kabugao, Apayao Tender

Textile, Apparel and Footwear
Philippines
Details: Description Procurement Of Attire Of Participants For Apayao Rescuelympics 2025 Lgu-kabugao, Apayao The Local Government Unit Of Kabugao, Through Resolution No. 85 Series Of 2024 Intends To Apply The Sum Of One Hundred Ninety-nine Thousand Two Hundred Pesos (php199,200.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Attire Of Participants For Apayao Rescuelympics 2025 Under Contract No. Sf Goods 2025-49. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Kabugao Now Invites Bids For Procurement Of Attire Of Participants For Apayao Rescuelympics 2025 Under Contract No. Sf Goods 2025-49. Delivery Of The Goods Is Required To Be Delivered Within Fifteen (15) Days From The Contract Effectivity Date Stated In The Notice To Proceed. Bidders Should Have Completed, Within One (1) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. Interested Bidders May Obtain Further Information From Local Government Unit Of Kabugao And Inspect The Bidding Documents At The Address Given Below During 8 Am To 5 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 – February 10, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (₱500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Local Government Unit Of Kabugao Will Hold A Pre-bid Conference On January 31, 2024, 10:00 Am At Bac Office Kabugao Town Hall, Rugrog St., Cor. Jose Agcon St., Poblacion, Kabugao, Apayao, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 10, 2025, 12:45 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 10, 2025, 1:00 Pm At Kabugao Town Hall, Rugrog St., Cor. Jose Agcon St., Poblacion, Kabugao, Apayao. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Local Government Unit Of Kabugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Engr. Junar E. Sirit Kabugao Town Hall Rugrog St., Cor. Jose Agcon St Poblacion, Kabugao, Apayao Cp #09778356560 Baclgukabugao@gmail.com Charlemagne M. Ulayan Municipal Engineer/ Bac Chairman
Closing Soon10 Feb 2025
Tender AmountPHP 199.2 K (USD 3.4 K)

Department Of Energy Tender

Machinery and Tools
United States
Details: Slac National Accelerator Laboratory Is Operated By Stanford University For The Department Of Energy. As A Management And Operating Contractor, Subcontracts Awarded By The Laboratory Are Not Federal Procurements, And Are Not Directly Subject To The Federal Acquisition Regulations In 48 Cfr. Nonetheless, Certain Federal Laws, Executive Orders, And Regulations May Affect Our Doe Approved Purchasing System, As Required By Statute, Regulation, Or Contract Terms And Conditions. slac Has A Requirement For A U.s. Domestic End Item Source Of The Following: spherical Si-533 Diced Crystal Analysers criterion - Si Wafer description - The Analyser Shall Consist Of A Si Wafer Of Thickness Between 1.5 And 4mm, And 100mm Diameter. The Surface Shall Be The (533) Plane. The Silicon Waver Will Be Diced (to Relieve Stain) With A Dicing Index Of 1.65mm X 1.65mm, With A Dicing Blade Thickness Of Maximum 120micron criterion - Substrate description - The Waver Will Be Affixed (e.g. Glued) To A Glass Substrate Of 100mm Diameter And Thickness Between 10mm And 20mm. This Substrate Will Have A Spherical Curvature Of 800mm-+3mm criterion - Expertise Of Offerer description - The Offeror Must Possess Extensive Expertise In Manufacturing Such Analyzers. They Should Provide Evidence Of Scientific Publications Demonstrating Instances Where Their Analyzers Have Been Utilized Or Reported, Including Details On The Resolution. In Backscattering Geometry (e.g., Approximately 2-theta Between 185 And 189 Degrees), The Analyzer's Resolution Must Be Less Than 60 Mev. evaluation Criteria - Based On The Scientific Publications Provided the Award Will Be Made Based Upon The Attached Lowest Price Technically Acceptable Method. marking Of Proprietary/confidential Information. Offerors Shall Properly Mark And Identify With A Restrictive Legend Or Information Markings On Pages Of The Proposal That Contain Proprietary/confidential Information. for Offeror To Be Eligible For A Subcontract Award With The University And The U.s. Department Of Energy (doe), Offeror Shall Be Registered With The System For Award Management (sam). Entities May Register At No Cost Directly At The Sam Website: Https://www.sam.gov. the Resulting Purchase Order Shall Be Performed In Accordance With Slac National Accelerator Laboratory's Terms And Conditions For Fixed Price Commercial Supplies And Services Dated August 2023. note: The Following Documents Are Attached In This Solicitation. buy American Act Certificate, Dated 08/29/2023 reps And Certs Rider-september 2022 terms & Conditions For Fixed Price Commercial Supplies And Services, August 2023 please Provide Quoted Price, Delivery, Technical Compliance Statement And Certification To The Attention Of Bernadette Espiritu, Espiritu@slac.stanford.edu. payment Terms: Net 30 Days freight Terms: Fob Destination Prepaid And Add
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n743.49|wvf|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||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| 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|332722|600|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||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. 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 "do" Rated Order; "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-a574 | | | |211201|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=astm-b633 | | | |151201|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Mil-dtl-1222, Except As Amplified Or Modified Herein. Mil-dtl-1222 Ordering Data Information Is Provided Below. (a) Studs, Bolts, Hex Cap Screws, Socket Head Cap Screws, And Nuts; Mil-dtl-1222. (b) Part Number - ;n/a; Configuration - ;screw; Type - ;ii; Style - ;n/a; Grade - ;a574 (astm-a574); Condition - ;hardened And Tempered; Size - ;1/2 Inch; Length - ;3 Inches; Thread Series - ;13 Unrc; Class Of Fit - ;3a; End Configuration - ;chamfered; (c) Issue Of Dodiss Is Specified Elsewhere In The Contract/purchase Order. (d) Heat Treatment Must Be Performed In Accordance With Applicable Specifications. (e) Type Of Coating - ;n/a; (f) Aluminum Alloy Fasteners Must Be Coated In Accordance With Mil-dtl-1222, Unless Otherwise Specified In Paragraph (e) Above. (g) Externally Threaded Titanium Alloy Fasteners Must Be Anodized In Accordance With Mil-dtl-1222, Unless Otherwise Specified In Paragraph (e) Above. (h) Cut Or Ground Threads ;are Permitted; . (i) See Ordering Data Item (b) Above As Applicable. (j) Bearing Surfaces - ;n/a; (k) Self-locking Element - ;n/a; (l) Marking Must Be As Specified In Paragraph 3.13 Of Mil-dtl-1222. (m) Chemical, Mechanical, And Non-destructive Test Results Must Be As Specified Elsewhere In This Contract/purchase Order. (n) Resubmittal Of Fastener Lots That Failed An Examination Is Not Allowed Unless Specifically Approved By The Pco. (o) Retesting Of Mechanical Properties Is Not Allowed Unless Specifically Approved By The Pco. (p) Rework And Resubmittal Of Lots Must Be In Accordance With Mil-dtl-1222. (q) Inspection Of Defects Must Be In Accordance With Mil-dtl-1222, Unless Otherwise Specified Elsewhere In This Contract/purchase Order. (r) Acceptance Criteria For Inspection Of Defects Must Be In Accordance With Mil-dtl-1222, Unless Otherwise Specified In This Contract/purchase Order. (s) Non-destructive Testing Must Be In Accordance With Mil-dtl-1222, Unless Otherwise Specified Elsewhere In This Contract/purchase Order. (t) Mechanical Testing Must Be Performed After Final Heat Treatment, Unless Otherwise Specified Elsewhere In This Contract/purchase Order. (u) Preservation, Packaging, And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (v) - (bb) Substituting Material Grades Is Not Allowed Unless Specifically Approved By The Pco. 3.1.1 ;alloy Steel Must Conform To A Minimum Of 12% Elongation In A Length Of Four Diameters.; 3.1.2 ;modification Of Thru Hole Drilling To Socket Head Cap Screw Must Be In Accordance With Drawing 7108793, Detail 8-g On Sheet 17 For Item 54, As Shown.; 3.2 The Unit Of Issue Is Each. the Contractor Is Required To Provide One Additional Fastener For Each Uniquely Identified Heat/lot Of Material In Each Shipment. Complete Traceability Must Be Maintained On This Extra Fastener. 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - ;liquid Penetrant Inspection Or Magnetic Particle Inspection (wet Method) (either Inspection Is Acceptable); item - ;socket Head Cap Screw; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 3.4 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate fasteners From Those Required For The Yield Test. 3.4.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.4.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used. a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge. b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge. c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows: sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable. 3.4.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot. 3.5 Hydrogen Embrittlement Relief - Plated/coated Fasteners And Fasteners Per Paragraph 3.7 Of Mil-dtl-1222 Require Hydrogen Embrittlement Relief Heat Treatment In Accordance With ;mil-dtl-1222 For Externally Threaded Fasteners Of Paragraph 3.7 Of mil-dtl-1222; . certification Is Required. 3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.6.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.7 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.8 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. 3.9 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222. 3.9.1 In Order To Qualify For "alternate Mechanical Testing" Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Utilize The Mechanical Properties For The Starting Bar Stock In Lieu Of Performing Yield Strength Or Proof Stress Testing On Finished Fasteners, All Of the Subsequent Provisions Found In Mil-dtl-1222j Paragraphs 4.5.2.7 A Through E Must Be Met. If Any Single Provision Is Not Met, All Required Mechanical Testing Must Be Performed On The Finished Full Sized Fasteners. These Provisions Are Explained As Follows: a. Proper Product Lot Control And Traceability Must Be In Place. b. No Heat Treatment (including Hot Heading And Hot Forming), Cold Forming, Drawing, Rolling And Thread Rolling May Be Performed On The Starting Bar, Fastener Blanks Or Finished Fasteners After The Completion Of The Mechanical Testing On The Starting Bar. c. And D. The Proper Size Starting Bar Must Be Selected To Ensure Mechanical Properties Of Finished Fasteners Are Represented By The Mechanical Properties Of The Starting Bar. e. The Mandatory Testing, Axial Tensile (studs) And Wedge Tensile (screws And Bolts) Must Be Performed On Full Sized Fasteners. Note That There Is A Typographical Error In Paragraph 4.5.2.7 And That The Axial Load Test Is A Mandatory Test That Must Be performed On Studs As Required In Paragraph 4.5.2.7.e. 3.9.2 Thread Rolling Is A Cold Working Process And Is Not Considered To Be A Machining Or Grinding Operation. Therefore, Fasteners Which Have Rolled Threads Do Not Satisfy The Provisions Of Mil-dtl-1222j Paragraph 4.5.2.7.b And Are Not Eligible For The "alternate Mechanical Testing" Provision. 3.9.3 Thread Rolling Alone Is Not A Sufficient Cold Working Process To Qualify A Fastener To Be In The Cold Worked (cw) Condition. This Condition Is Only Applicable To Some 300 Series Stainless Steel Studs, Screws And Nuts. These Cw Condition Fasteners Must be Manufactured From Cold Worked Bar Stock Or Be Cold Headed In Order To Qualify. The Threads May Subsequently Be Rolled, Machined Or Ground. Testing Of The Finished Fasteners And/or Reporting Of The Starting Bar Stock Material Properties Is Subject To The same Provisions Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Discussed Above. ^ Quality Assurance Requirements ^ 3.10 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. 3.11 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. 3.11.1 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. 3.11.2 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. 3.11.3 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. 3.11.4 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. 3.11.5 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. 3.12 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. 3.12.1 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. 3.12.2 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. 3.13 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." 3.13.1 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. 3.13.2 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. 3.13.3 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.13.4 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.13.5 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. 3.14 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: 3.14.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.14.2 Inspection For Completeness And Proper Type. 3.14.3 Verification Of Material Quality Received. 3.14.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.14.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.14.6 Identification And Protection From Improper Use Or Disposition. 3.14.7 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. 3.14.8 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. 3.14.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.15 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. 3.15.1 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. 3.16 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. 3.17 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: 3.17.1 Quantitative Chemical And Mechanical Analysis Of Material Is Required ;in Accordance With Mil-dtl-1222; .test Reports Must Be Traceable To Traceability Marking On The Material. Material Certification Test Reports Must Include The Class, Form, Condition, grade, Type, Finish, And/or Composition, As Applicable, Of The Material Supplied. 3.17.2 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 For Chemical Composition Must Be Overstamped And/or 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.) 3.17.3 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. 3.17.4 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. 3.17.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.18 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 Marking 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. 3.18.1 Fasteners Must Be Marked In Accordance With ;mil-dtl-1222. Material Grade Marking For Astm-a574 Must Be Stm In Lieu Of No Marking Unlessthe Material Provided Is Grade 4340. Grade 4340 Material Must Be Marked 43400; . The Method Of Marking Must Be Types i, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective Compounds. 3.18.2 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side Location if Necessary). Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed By Approximately .010" Located On The Top Perimeter Of The Head Of the Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.19 Material Handling - The Written Material Control Process Must Include The Following: 3.19.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.19.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.19.3 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 Or Loss Of Traceability. The Traceability Marking must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.19.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By The Traceability Marking 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. 3.19.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.20 Receiving Inspection - 3.20.1 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. 3.20.2 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. 3.21 Discrepancy Reporting - 3.21.1 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 Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.22 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.22.1 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. 3.22.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided 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. 3.22.3 All Data Concerning Material Verification (chemical And Mechanical 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. 3.22.4 All Metallic Material Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.23 See Di-misc-80678 (hydrogen Embrittlement Relief) - For Mil-dtl-1222 Externally Threaded Fasteners Of The Following Grades: grades 410, 416, 416se, And 431 In The I And H Conditions. grades 8, 4340, A574, And 630 In The Final Heat Treated Condition. 3.23.1 Unplated - A Certificate Of Compliance Is Required, When Exposed To Pickling Or Any Other Process That May Introduce Hydrogen, Stating Compliance With The Hydrogen Embrittlement Relief Treatment In Accordance With Astm-b633. The C Of C Must Include times And Temperatures Showing Compliance With The Required Process Baking Cycle. 3.23.2 Plated - A Certificate Of Compliance Is Required For Plated/coated Fasteners That Includes A Statement Signifying Minimum Compliance With The Plating/coating Specification. The C Of C Must Include Times And Temperatures For All Baking Cycles Required By the Plating/coating Specification (pre And Post Process Baking), And The Time Between Plating/coating And Post Process Baking. When Electroplated Or Exposed To Pickling Or Any Other Process That May Introduce Hydrogen, The C Of C Must State Compliance With The hydrogen Embrittlement Relief Treatment In Accordance With Astm-b633. 3.23.3 Stress Durability Testing - When Electroplated Or Exposed To Pickling Or Any Other Process That May Introduce Hydrogen And Hydrogen Embrittlement Relief Treatment Is Required, Certification For Stress Durability Testing Is Also Required On Each Lot Of material In Accordance With Paragraph 4.5.6 Of Mil-dtl-1222. In Addition To A Statement Signifying Minimum Compliance, The Certification Must Include The Exposure Time. 3.24 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - 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 Date24 Feb 2025
Tender AmountRefer Documents 

Province Of Occidental Mindoro Tender

Telecommunication Services
Corrigendum : Closing Date Modified
Philippines
Details: Description The Occidental Mindoro State College (omsc) Through Its Bids And Awards Committee (bac), Intends To Procure The Fiber Internet Connection For Library, Cte Hub & Speech Laboratory, Bsit Computer Laboratory 1 & 2 And Bsit Computer Laboratory 3 & Bsit Technical Laboratory - Omsc San Jose - 2nd Posting (omsc Rfq 25-003) With An Abc Of 180,349.60 Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described And Required Herein, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq). Quotation Should Be Duly Signed By You Or Your Duly Authorized Representative And Submitted On Or Before February 11, 2025 (10:00am) Addressed To The Undersigned: Cathelyn M. Alacaba Administrative Officer V / Oic- Procurement Occidental Mindoro State College, Labangan Campus, San Jose, Occidental Mindoro Email Address: Omscpmu.main@gmail.com Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 Pursuant To Appendix A “documentary Requirement For Alternative Methods Of Procurement Of Annex “h: Of 2016 Revised Irr Of Ra No. 9184, The Following Documents Are Required To Be Submitted Together With The Proposal. Document Remarks "copy Of Current Year Mayor’s Or Business Permit " In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of Your Current Year Mayor’s Or Business Permit Shall Be Required To Be Submitted Before Award Of Contract. "notarized Omnibus Sworn Statement (gppb-prescribed Form) For Abcs Above P50k" If Unable To Have The Document Notarized, You May Submit A Signed Nonnotarized Omnibus Sworn Statement (in The Prescribed Template), For Notarization Before Award Of Contract. "income / Business Tax Return For Abcs Above P500k" The Occidental Mindoro State College (omsc) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Procurement, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 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. For Any Clarification, You May Contact Us At Telephone No. (043) 457-0231 Local 125 Email Address At Omscpmu.main@gmail.com In Case Of Discrepancy On The Business Name As Reflected On This Rfq And As Reflected In The Business Permit, The Latter Shall Prevail. Administration Building, Omsc Labangan Campus, Labangan Poblacion, San Jose, Occidental Mindoro (5100) 043 457-0231 Www.omsc.edu.ph Omsc_9747@yahoo.com.ph
Closing Soon11 Feb 2025
Tender AmountPHP 180.3 K (USD 3 K)

Municipality Of Laoac, Pangasinan Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid The Municipal Government Of Laoac, Pangasinan Through Its Bids And Awards Committee (bac), Invites Suppliers/ Manufacturers/distributors/contractors To Bid For The Hereunder Contract/s: Name Of Project : Labor And Materials For The Repair Of Sb Van Location : Poblacion, Laoac, Pangasinan Approved Budget For The Contract : 196,500.00 Source Of Fund : Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Prospective Bidders Should Be Registered With The Philgeps At Www.philgeps.net. The Schedule Of Bac Activities Is As Follows: Activities Schedule 1. Issuance Of Bid Documents February 4-11, 2025 2. Pre-bid Conference N/a 3. Submission Of Letters Of Intent And Application For Eligibility (if Single-stage Bidding Is Used, Delete This Activity) N/a 4. Submission And Opening Of Bids February 12, 2025 (2:00 Pm) Conference Room, Municipal Hall, Laoac, Pangasinan 5. Bid Evaluation February 13, 2025 6. Post-qualification February 14, 2025 7. Notice Of Award February 17, 2025 8. Preparation And Contract Signing February 18, 2025 9. Approval Of The Higher Authority (necessary) N/a 10. Notice To Proceed February 19, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Office Of The Bac Secretariat, Laoac, Pangasinan And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Corresponding Amount Of Approved Budget For The Contract (abc) At Municipal Treasurers Office. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Above Address. Late Bids Shall Not Be Accepted. The Municipal Government Of Laoac Pangasinan, Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Contact Person: Emelia E. Balbin Bac Secretariat Municipality Of Laoac Tel No.: (075) 560-2344 Email Address: Emsbalbin@yahoo.com Approved: Mrs. Armi A. Toralba Bac Chairman
Closing Soon11 Feb 2025
Tender AmountPHP 196.5 K (USD 3.3 K)

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 2/case Filter System, Cellulose Acetate, Sterilizing, Low Protein Binding Membrane, Non-pyrogenic (1l/0.22mm) 1system/bag Sterile, 12pieces/case For Pcav Cvt Stock Filtration Process 2 2/box Sterilizing Grade Filter Capsule, Filter Capsule, Capsule Size 4 Filter Size: 0.015 M² | 0.16 Ft² Sterilization: Autoclavable Connector Inlet: S: ¾“ Tri-clamp 25 Mm, O: ¼“ Multiple Stepped Hose Barb Connector Outlet: S: ¾“ Tri-clamp 25 Mm , ¼“ Multiple Stepped Hose Barb , 4pcs/box For Pcav Filtration Process Use Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 2/case Filter System, Cellulose Acetate, Sterilizing, Low Protein Binding Membrane, Non-pyrogenic (1l/0.22mm) 1system/bag Sterile, 12pieces/case For Pcav Cvt Stock Filtration Process 32,088.00 2 2/box Sterilizing Grade Filter Capsule, Filter Capsule, Capsule Size 4 Filter Size: 0.015 M² | 0.16 Ft² Sterilization: Autoclavable Connector Inlet: S: ¾“ Tri-clamp 25 Mm, O: ¼“ Multiple Stepped Hose Barb Connector Outlet: S: ¾“ Tri-clamp 25 Mm , ¼“ Multiple Stepped Hose Barb , 4pcs/box For Pcav Filtration Process Use 78,240.00 Delivery Period: 90 Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Soon7 Feb 2025
Tender AmountPHP 110.3 K (USD 1.8 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description The Department Of Public Works And Highways- Butuan City District Engineering Office, R. Palma Street, Butuan City Now Invites Bids For The Above Listed Works. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways- Butuan City District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00pm., Monday To Fridays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below Starting On January 24, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Department Of Public Works And Highways- Butuan City District Engineering Office, Will Hold A Pre-bid Conference On January 31, 2025 @ 2:00 P.m. At Butuan City-deo Noa Hall Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_butuancity@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February12, 2025 At 10:00 A.m. At Butuan City-deo Noa Hall. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Department Of Public Works And Highways- Butuan City District Engineering Office, R. Palma Street, Butuan 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 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date7 Mar 2025
Tender AmountPHP 46.2 Million (USD 791.7 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description The Department Of Public Works And Highways- Butuan City District Engineering Office, R. Palma Street, Butuan City Now Invites Bids For The Above Listed Works. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways- Butuan City District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00pm., Monday To Fridays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below Starting On January 24, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Department Of Public Works And Highways- Butuan City District Engineering Office, Will Hold A Pre-bid Conference On January 31, 2025 @ 2:00 P.m. At Butuan City-deo Noa Hall Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_butuancity@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February12, 2025 At 10:00 A.m. At Butuan City-deo Noa Hall. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Department Of Public Works And Highways- Butuan City District Engineering Office, R. Palma Street, Butuan 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 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date7 Mar 2025
Tender AmountPHP 42.3 Million (USD 723.7 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description The Department Of Public Works And Highways- Butuan City District Engineering Office, R. Palma Street, Butuan City Now Invites Bids For The Above Listed Works. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways- Butuan City District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00pm., Monday To Fridays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below Starting On January 24, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Department Of Public Works And Highways- Butuan City District Engineering Office, Will Hold A Pre-bid Conference On January 31, 2025 @ 2:00 P.m. At Butuan City-deo Noa Hall Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_butuancity@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February12, 2025 At 10:00 A.m. At Butuan City-deo Noa Hall. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Department Of Public Works And Highways- Butuan City District Engineering Office, R. Palma Street, Butuan 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 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date7 Mar 2025
Tender AmountPHP 46.3 Million (USD 791.9 K)
5091-5100 of 10000 active Tenders