Website Tenders
Website Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Nsn 7r-1680-016568079-e7, Ref Nr 60716-000 Ametek Approved Distr, Qty 14 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss)source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/"interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094.the Proposed Contract Action Is For Supplies Or Services For Which Thegovernment Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.based Upon Market Research, The Government Is Not Using The Policies Containedin Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For Thedescribed Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice. No Drawings Are Available.
Closing Date9 Apr 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Zamboanga Del Sur 1st District Engineering Office Rizal Avenue, Balangasan District, Pagadian City, Region Ix Invitation To Bid For Replacement Of Permanent Weak Bridges, Dipolo Daku Bridge (b00461mn) Along Jct. Aurora – Ozamis City Road (phase 2) Molave, Zamboanga Del Sur 1. The Dpwh-zds 1st Deo, Pagadian City, Through Gaa 2025 Intends To Apply The Sum Of Php 19,300,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25je0059. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-zds 1st Deo, Pagadian City Through Its Bids And Awards Committee Now Invites Bidders For The Hereunder Works: Name Of Contract : Replacement Of Permanent Weak Bridges, Dipolo Daku Bridge (b00461mn) Along Jct. Aurora – Ozamis City Road (phase 2) Contract Id No. : 25je0059 Location : Molave, Zamboanga Del Sur Scope Of Works : Construction Of Bridge, Deck Slab, Diaphragm, Rail Post, Approach Slab, And Flood Control Approved Budget For The Contract : Php 19,300,000.00 Contract Duration : 177 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm At The Dpwh Website Www.dpwh.gov.ph. 4. 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information And Inspect The Bidding Documents At The Dpwh-zds 1st Deo, Pagadian City During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 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 Php 25,000.00. 7. 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. 8. The Dpwh-zds 1st Deo, Pagadian City Will Hold A Pre-bid Conference On February 20, 2025 (10:00 Am) At Dpwh Procurement Unit, Zds 1st Deo, Pagadian City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_zamboangadelsur1@dpwh.gov.ph For Electronic Submission On Or Before March 04, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 04, 2025 At 10:00 Am At Dpwh Procurement Unit, Zds 1st Deo, Pagadian City. 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. 12. The Dpwh-zds 1st Deo, Pagadian 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Arturo E. Suarin Engineer Ii Oic-procurement Engineer Date Of Publication: February 13, 2025 To February 19, 2025 Approved By: Maria U. Floren Oic-asst. District Engineer Bac Chairperson Website: Https://www.dpwh.gov.ph Tel. No(s).: (062) 214 1460 / 70822 R09.16.0 Ccp/deopu
Closing Soon4 Mar 2025
Tender AmountPHP 19.3 Million (USD 333.5 K)
City Of Olongapo Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines City Of Olongapo -0- Bids And Awards Committee Bac Office 3rd Floor Olongapo City Hall Web: Www.olongapocity.gov.ph Invitation To Bid For Oc-38 (ceo-sef-38) 25 Cw Repair Of Classroom At James L. Gordon Integrated School, Barangay New Kababae, Olongapo City 1. The City Government Of Olongapo, Through The Local Fund Of 2025 To Apply Four Million Eight Hundred Pesos Only (p/4,800,000.00) The Approved Budget For The Contract (abc) To Payments Under The Repair Of Classroom At James L. Gordon Integrated School, Barangay New Kababae, Olongapo City Oc-38 (ceo-sef-38) 25 Cw. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Olongapo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Contract Duration: 256 Cd. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section 11. Instruction 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 City Government Of Olongapo And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13 To March 5, 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 Five Thousand Pesos Only (p/5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The In Person. 6. The City Government Of Olongapo Will Hold A Pre-bid Conference On February 21, 2025 @ 2:00 Pm At Bac Office 3rd Floor Olongapo City Hall Rizal Ave. West Bajac-bajac, Olongapo 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 As Indicated Below On Or Before 2:00 Pm March 5, 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 Be On March 5,2025 At 10:00 Am At The Given Address Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Olongapo 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: Mr. Joseph Pepe D. Padilla Bids And Awards Committee Secretariat Bac Office Olongapobac@gmail.com 3rd Floor, Bac Office Rizal Ave., West Bajac-bajac, Olongapo City Hall Olongapo City 12. You May Visit Our Website: Https://www.olongapocity.gov.ph/items-to-bid Aris R. Busayong Bac Chairman
Closing Soon5 Mar 2025
Tender AmountPHP 4.8 Million (USD 82.9 K)
Province Of Pampanga Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Pampanga City Of San Fernando Invitation To Bid No. 2025-22 Ig – Bac Invitation To Bid For Purchase Request Nos. 25-0631, 25-0446, 25-0417 And 25-0418 The Provincial Government Of Pampanga (“province”) Intends To Apply The Following Sums From The Following Funds, As Follows: Source Of Funding/year Approved Budget For The Contract (abc) Purchase Request Number Description General Fund 4,996,129.45 #25-0631 To Supply Labor, Materials And Necessary Equipment For The Improvement/concreting Of Barangay Road At San Pedro Cutud, City Of San Fernando, Pampanga General Fund 18,584,067.39 #25-0446 To Supply Labor, Materials And Necessary Equipment For The Construction Of Multi-purpose Building (dialysis Center) At Plazang Luma, Arayat, Pampanga. General Fund 2,663,368.11 #25-0417 To Supply Labor, Materials And Necessary Equipment For The Construction/ Improvement Of Multi-purpose Covered Area At Panipuan, City Of San Fernando, Pampanga. General Fund 7,537,872.87 #25-0418 To Supply Labor, Materials And Necessary Equipment For The Improvement Of Electrical System At Mabalacat District Hospital, Camachiles, Mabalacat City, Pampanga. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Province Invites Bids For The Foregoing Projects. Completion Of The Works Is Required As Follows: , Purchase Request Number Expected Contract Duration #25-0631 205 Calendar Days From Receipt Of Notice To Proceed #25-0446 240 Calendar Days From Receipt Of Notice To Proceed #25-0417 90 Calendar Days From Receipt Of Notice To Proceed #25-0418 90 Calendar Days From Receipt Of Notice To Proceed 2. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction 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 The Province And Inspect The Bidding Documents At The Bids And Awards Committee (bac) Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga Between 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 (thursday) Between 8:00 A.m. To 5:00 P.m. Up To March 5, 2025 (wednesday) Until 8:30 A.m. Only From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Purchase Request Number Abc Amount #25-0631 4,996,129.45 5,000.00 #25-0446 18,584,067.39 25,000.00 #25-0417 2,663,368.11 5,000.00 #25-0418 7,537,872.87 10,000.00 6. The Province Will Hold A Pre-bid Conference On February 21, 2025 (friday), 10:00 A.m. At The Executive House, 2nd Floor, Provincial Capitol, City Of San Fernando, Pampanga, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bids And Awards Committee (bac) Secretariat Office Thru Manual Submission At Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga On Or Before 8:45 A.m. Of March 5, 2025 (wednesday). 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. Opening Of Bids Will Be On March 5, 2025 (wednesday), 10:00 A.m. At The Executive House, 2nd Floor, Provincial Capitol, City Of San Fernando, Pampanga. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. Online Bid Submission Is Not Applicable. 11. The Province Reserves The Right To Accept Or Reject Any And All Bids, Declare A Failure 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 Hereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Filipina R. Sevilla Chairperson-bids And Awards Committee (bac) Secretariat Bac Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.pampanga.gov.ph February 13, 2025 _____________________________ Francis V. Maslog (sgd) Chairman Bids And Awards Committee
Closing Soon5 Mar 2025
Tender AmountPHP 18.5 Million (USD 321.1 K)
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BATAAN 3RD DEO B Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Convergence And Special Support Program - Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Installation / Application / Construction Of Road Safety Facilities (roadway Lighting) Along Bataan Technical Park Inc Rd ( Btpi ) - Morong, Bataan – Contract Id No. 25co0046 1. The Dpwh – Bataan 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 98,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25co0046: Convergence And Special Support Program - Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Installation / Application / Construction Of Road Safety Facilities (roadway Lighting) Along Bataan Technical Park Inc Rd ( Btpi ) - Morong, Bataan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bataan 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works. Name Of Contract : Convergence And Special Support Program - Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Installation / Application / Construction Of Road Safety Facilities (roadway Lighting) Along Bataan Technical Park Inc Rd ( Btpi ) - Morong, Bataan Contract Id No. : 25co0046 Locations : Morong, Bataan Scope Of Works : Road Safety Devices Approved Budget For The Contract : Php 98,000,000.00 Contract Duration : 150 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particular In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. 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, Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From Dpwh – Bataan 3rd District Engineering Office And Inspect The Bidding Documents At The Bac – Secretariat/ Procurement Unit, This Office From 8:00 A.m. – 5:00 P.m. During Weekdays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 – March 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 7. Bidding Documents 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. 8. The Dpwh – Bataan 3rd District Engineering Office Will Hold A Pre-bid Conference On February 20, 2025 – 9:00 A.m. At The Conference Room, Procurement Unit, Dpwh-bataan 2nd Deo And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 878 7580 7197 And Passcode: Dpwhbat3) And Livestreamed On Youtube (https://www.youtube.com/ @dpwh.bataan3_deo), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_bataan3@dpwh.gov.ph) For Electronic Submission From February 13, 2025 To March 6, 2025 Before 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. 11. Bid Opening Shall Be On March 6, 2025 At 10:00 A.m. At The Conference Room, Procurement Unit, Dpwh-bataan 2nd Deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.bataan3_deo). Late Bids Shall Not Be Accepted. 12. The Dpwh – Bataan 3rd District Engineering Office 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b) (ii) C) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Revised Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Katrina M. Lacanlale Head, Bac Secretariat Dpwh – Bataan 3rd Deo Temporary Headquarters, Dpwh Bataan 2nd Deo Compound, Vicarville Subd., Bagong Silang, Balanga City, Bataan 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_bataan3@dpwh.gov.ph Date Of Issue: February 13, 2025 ________________________________ Henry John U. Morada Assistant District Engineer Bac - Ch
Closing Soon6 Mar 2025
Tender AmountPHP 98 Million (USD 1.6 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Sur Ii District Engineering Office Regional Office Xiii Bislig City Invitation To Bid 1.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City, Through The Gaa Fy 2025 Intends To Apply The Corresponding Sums Being The Approved Budget For The Contract (abc) To Payments Under The Contracts For The Projects Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City Now Invites Contractors To Bid Through For The Hereunder Works: Contract Id : 25ni0055 Contract Name : Road Widening - Secondary Roads - Surigao-davao Coastal Rd - K1397 + 428 - K1399 + 516 Contract Location : Wakat, Barobo, Surigao Del Sur Brief Description : Road Widening Approved Budget For The Contract (abc) : Php 96,500,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 291 Calendar Days Contract Id : 25ni0056 Contract Name : Preventive Maintenance - Secondary Roads - Surigao-davao Coastal Rd - K1448+740 - K1451+399, K1454+443 - K1457+084 Contract Location : San Vicente - Kahayag, Bislig City, Surigao Del Sur Brief Description : Preventive Maintenance Approved Budget For The Contract (abc) : Php 96,500,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 160 Calendar Days Contract Id : 25ni0057 Contract Name : Construction Of Bank Revetment Along Bislig River (burboanan Section), Bislig City, Surigao Del Sur Contract Location : Burboanan, Bislig City, Surigao Del Sur Brief Description : Construction Of Bank Revetment Approved Budget For The Contract (abc) : Php 96,500,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 352 Calendar Days Contract Id : 25ni0058 Contract Name : Construction Of Road Of Barobo National Highschool, Barobo, Surigao Del Sur Contract Location : Barobo, Surigao Del Sur Brief Description : Road Concreting Approved Budget For The Contract (abc) : Php 8,505,090.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 59 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.) Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium B For Contract Id 25ni0055-25ni0057, Small B For Contract Id 25ni0058. 4.) Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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. 5.) Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6.) A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 – March 04, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount 50,000.00 For The Bidding Documents Of Contract Id 25ni0055-25ni0057, 10,000.00 For The Bidding Documents Of Contract Id 25ni0058. 7.) The Bidding Documents 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. 8.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City Will Hold A Pre-bid Conference On February 20, 2025 At 10:00 A.m. At Bac, Dpwh-bislig City, Surigao Del Sur 2nd District Engineering Office Conference Room And/or Through Official You Tube Account: @surigaodelsur_2nd_deo, Which Shall Be Open To Prospective Bidders. 9.) Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10.) Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_surigaodelsur2@dpwh.gov.ph For Electronic Submission On Or Before March 04, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11.) All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12.) Bid Opening Shall Be On March 04, 2025 At 10:00 A.m. At The Bac, Dpwh-bislig City, Surigao Del Sur 2nd District Engineering Office Conference Room And/or Through Official You Tube Account: @surigaodelsur_2nd_deo. 13.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig 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. 14.) For Further Information, Please Refer To: Rosanna M. Siega Head, Procurement Unit Surigao Del Sur 2nd District Engineering Office Bislig City Telefax (086) 853 – 4308 Email Address: Siega.rosanna@dpwhnet.gov.ph 15.) You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_surigaodelsur2@dpwh.gov.ph Armando R. Salinas Engineer Iii Chief, Maintenance Section Bac Chairperson
Closing Soon4 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n97113a|fba|717-605-4356|joshua.d.martin76.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|joshua.d.martin76.civ@us.navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|339991|600||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Solicitation Contains Multiple Clins; Therefore Award Will Be Based Ontotal Dollar Value And Not Individual Unit Price.
p/n: Fy03mm1841 (cage: 3cx85)
p/n: Fyo3mm1842 (cage: 3cx85)
p/n: Fy03mm1843 (cage: 3cx85)
p/n: Fy03mm1847 (cage: 3cx85)
government Source Inspection Per Far 52.246-2 Is Required.
delivery_______________days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Gasket,liner .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Gasket,liner Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for Part Number Fy03mm1841, Cage 3cx85; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.4 Shelf Life Requirement - The Following Is Excerpts From Dod 4140.27-m Shelf Life Management Manual. This Requirement Is Mandated By Mil-std-129p Referenced Under The Preservation, Packing And Marking Portion Of This Tdp.
2-12. 85 Percent Shelf-life Remaining Requirement Applicable To Acquisition/procurement
A. Acquisition/procurement Documentation Shall Specify That Shelf-life Items/material Will Have Not Less Than 85 Percent (allowing For Rounding To Whole Months) Of Shelf-life Remaining At Time Of Receipt By The First Government Activity. Any Delivery
from A Contractor Not Having At Least 85 Percent Shelf-life Remaining Shall Normally Be Considered Non-conforming. Refer To Appendix E Of This Manual To Determine The Amount Of Time That 85% Equates To In Terms Of Remaining Shelf Life For Type I Or Type Ii
shelf-life Codes.
B. In Supporting Imminent Use Or Consumption, The 85% Shelf-life Remaining On Receipt By First Government Activity May Be Modified Or Adjusted As Deemed Prudent At The Discretion Of Pms And Imms, When Support Alternative Arrangements Such As Ec, Pv, Dvd
or Local Purchase Are Effected. Use Of Support Alternatives For Shipment/delivery To Storage Facilities As Stock Will Conform To The 85% Rule.
2-13. Contractor Marking. Shelf Life Items Will Be Marked For Identification And Control. Markings, Shown Below The Item Identification Data Are Required On All Units, Intermediate, And Exterior Packs Or Unpacked Items, Shall Be Per Mil Std 129, Mil-std-130,
mil Std 290 (fsc 9150 Only), Or Fed Std 123, (references (m) Through (p)) Respectively, And Will Include The Following:
A. For Type I Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Rubber Products Only), Date Assembled, Or Date Packed (subsistence Only); And Expiration Date.
B. For Type Ii Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Other Rubber Products Only), Date Assembled, And Date Packed (subsistence Only), And Inspect/test Date.
C. For Both Type I And Type Ii Markings In Subparagraphs A And B Above: The Date Shall Be Expressed By The Numeric Month And The Last 2 Digits Of The Calendar Year; I.e., 06/95, With The Day Of That Month Being The Last Day.
D. Different Dates On Identical Items. When Two Or More Unit
packs Of Identical Items Bear Different Dates Of Manufacture, Dates Of Cure, Dates Of Pack, Or Dates Of Assembly, The Earliest Date Shall Be Shown On The Shipping Container.
E. For Type I Drugs And Biologicals: The Expiration Date Only Is Required. The Expiration Date Should Be Marked In Accordance With Fed-spec Ppp C 186 (reference (q)). Manufacturer Date Shall Not Be Shown For Medical Items Having Expiration Dates.
F. For Cure-dated Items: Shelf Life Markings On Physical Material Are Expressed By Month Or Quarter And Year Designations (i.e., 11/2001,or 3q2001). Shelf Life Periods End On The Last Day Of The Cited Month Or Quarter.
Appendix E
shelf Life Codes
Required Number Of Months/quarters
Remaining Upon Receipt By The First
Government Activity
Type I Type Ii Months Quanters
shelf Life Period
non-deteriorative 0 0 N/a N/a
no Shelf-life Applies (zero) (zero)
01 Month A N/a 25 Days N/a
02 Months B N/a 50 Days N/a
03 Months C 1 75 Days N/a
04 Months D N/a 3 1
05 Months E N/a 4 1
06 Months F 2 5 2
09 Months G 3 8 3
12 Months (1.00-years) H 4 10 3
15 Months (1.25-years) J N/a 13 4
18 Months (1.50-years) K 5 15 5
21 Months (1.75-years) L N/a 18 6
24 Months (2.00-years) M 6 21 7
27 Months (2.25-years) N N/a 23 8
30 Months (2.50-years) P N/a 26 9
36 Months (3.00-years) Q 7 31 10
48 Months (4.00-years) R 8 41 14
60 Months (5.00-years) S 9 51 17
72 Months (6.00-years) I N/a 61 20
84 Months (7.00-years) T N/a 71 24
96 Months (8.00-years U N/a 82 27
variable Such As: V N/a 77, 113, 26, 38, 61
90, 132,216,228, Etc. 184, 194 65, Etc.
months Or Any Other Etc.
number Of Months Not
specifically Assigned.
120 Months (10-years) W N/a 102 34
180 Months (15-years) Y N/a 153 51
240 Months (20-years) Z N/a 204 68
shelf-life Period Greater N/a X 85 Percent 85 Percent
than 60 Months For Type Of Number Of Number
ii Extendible Items Months Months
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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
Navicp-mech
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 From:
Commanding Officer
Navicp-mech
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:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval.
Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources.
Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Pco To Arrange For Testing And, If Approved, Added To The Od
as An Approved Source Of Supply For Subsequent Procurements.
pn: Fy03mm1841 Cage 3cx85
hardigg (11214) P/n 14355-325-4-verified With Hardigg 1/29/25
the Individual Catalog Part Identification Shall Be In Accordance With Themanufacturer's Standard Practice. In Addition, The Unit Shipping Package And/or Packing Slip Shall Identify The Gdais Pt. Number, Manufacturer, Catalognumber And Quantity Of Items.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Gasket,liner .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Gasket,liner Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for Part Number Fy03mm1842, Cage 3cx85; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.4 Shelf Life Requirement - The Following Is Excerpts From Dod 4140.27-m Shelf Life Management Manual. This Requirement Is Mandated By Mil-std-129p Referenced Under The Preservation, Packing And Marking Portion Of This Tdp.
2-12. 85 Percent Shelf-life Remaining Requirement Applicable To Acquisition/procurement
A. Acquisition/procurement Documentation Shall Specify That Shelf-life Items/material Will Have Not Less Than 85 Percent (allowing For Rounding To Whole Months) Of Shelf-life Remaining At Time Of Receipt By The First Government Activity. Any Delivery
from A Contractor Not Having At Least 85 Percent Shelf-life Remaining Shall Normally Be Considered Non-conforming. Refer To Appendix E Of This Manual To Determine The Amount Of Time That 85% Equates To In Terms Of Remaining Shelf Life For Type I Or Type Ii
shelf-life Codes.
B. In Supporting Imminent Use Or Consumption, The 85% Shelf-life Remaining On Receipt By First Government Activity May Be Modified Or Adjusted As Deemed Prudent At The Discretion Of Pms And Imms, When Support Alternative Arrangements Such As Ec, Pv, Dvd
or Local Purchase Are Effected. Use Of Support Alternatives For Shipment/delivery To Storage Facilities As Stock Will Conform To The 85% Rule.
2-13. Contractor Marking. Shelf Life Items Will Be Marked For Identification And Control. Markings, Shown Below The Item Identification Data Are Required On All Units, Intermediate, And Exterior Packs Or Unpacked Items, Shall Be Per Mil Std 129, Mil-std-130,
mil Std 290 (fsc 9150 Only), Or Fed Std 123, (references (m) Through (p)) Respectively, And Will Include The Following:
A. For Type I Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Rubber Products Only), Date Assembled, Or Date Packed (subsistence Only); And Expiration Date.
B. For Type Ii Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Other Rubber Products Only), Date Assembled, And Date Packed (subsistence Only), And Inspect/test Date.
C. For Both Type I And Type Ii Markings In Subparagraphs A And B Above: The Date Shall Be Expressed By The Numeric Month And The Last 2 Digits Of The Calendar Year; I.e., 06/95, With The Day Of That Month Being The Last Day.
D. Different Dates On Identical Items. When Two Or More Unit
packs Of Identical Items Bear Different Dates Of Manufacture, Dates Of Cure, Dates Of Pack, Or Dates Of Assembly, The Earliest Date Shall Be Shown On The Shipping Container.
E. For Type I Drugs And Biologicals: The Expiration Date Only Is Required. The Expiration Date Should Be Marked In Accordance With Fed-spec Ppp C 186 (reference (q)). Manufacturer Date Shall Not Be Shown For Medical Items Having Expiration Dates.
F. For Cure-dated Items: Shelf Life Markings On Physical Material Are Expressed By Month Or Quarter And Year Designations (i.e., 11/2001,or 3q2001). Shelf Life Periods End On The Last Day Of The Cited Month Or Quarter.
Appendix E
shelf Life Codes
Required Number Of Months/quarters
Remaining Upon Receipt By The First
Government Activity
Type I Type Ii Months Quanters
shelf Life Period
non-deteriorative 0 0 N/a N/a
no Shelf-life Applies (zero) (zero)
01 Month A N/a 25 Days N/a
02 Months B N/a 50 Days N/a
03 Months C 1 75 Days N/a
04 Months D N/a 3 1
05 Months E N/a 4 1
06 Months F 2 5 2
09 Months G 3 8 3
12 Months (1.00-years) H 4 10 3
15 Months (1.25-years) J N/a 13 4
18 Months (1.50-years) K 5 15 5
21 Months (1.75-years) L N/a 18 6
24 Months (2.00-years) M 6 21 7
27 Months (2.25-years) N N/a 23 8
30 Months (2.50-years) P N/a 26 9
36 Months (3.00-years) Q 7 31 10
48 Months (4.00-years) R 8 41 14
60 Months (5.00-years) S 9 51 17
72 Months (6.00-years) I N/a 61 20
84 Months (7.00-years) T N/a 71 24
96 Months (8.00-years U N/a 82 27
variable Such As: V N/a 77, 113, 26, 38, 61
90, 132,216,228, Etc. 184, 194 65, Etc.
months Or Any Other Etc.
number Of Months Not
specifically Assigned.
120 Months (10-years) W N/a 102 34
180 Months (15-years) Y N/a 153 51
240 Months (20-years) Z N/a 204 68
shelf-life Period Greater N/a X 85 Percent 85 Percent
than 60 Months For Type Of Number Of Number
ii Extendible Items Months Months
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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
Navicp-mech
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 From:
Commanding Officer
Navicp-mech
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:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval.
Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources.
Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Pco To Arrange For Testing And, If Approved, Added To The Od
as An Approved Source Of Supply For Subsequent Procurements.
pn: Fy03mm1842 Cage 3cx85
Hardigg (11214) P/n 14355-325-5 - Verified With Hardigg 1/29/25
The Individual Catalog Part Identification Shall Be In Accordance With The Manufacturer's Standard Practice. In Addition, The Unit Shipping Package And/or Packing Slip Shall
identify The Gdais Pt. Number, Manufacturer, Catalog Number And Quantity Of Items.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Gasket,liner .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Gasket,liner Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for Part Number Fy03mm1843, Cage 3cx85; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.4 Shelf Life Requirement - The Following Is Excerpts From Dod 4140.27-m Shelf Life Management Manual. This Requirement Is Mandated By Mil-std-129p Referenced Under The Preservation, Packing And Marking Portion Of This Tdp.
2-12. 85 Percent Shelf-life Remaining Requirement Applicable To Acquisition/procurement
A. Acquisition/procurement Documentation Shall Specify That Shelf-life Items/material Will Have Not Less Than 85 Percent (allowing For Rounding To Whole Months) Of Shelf-life Remaining At Time Of Receipt By The First Government Activity. Any Delivery
from A Contractor Not Having At Least 85 Percent Shelf-life Remaining Shall Normally Be Considered Non-conforming. Refer To Appendix E Of This Manual To Determine The Amount Of Time That 85% Equates To In Terms Of Remaining Shelf Life For Type I Or Type Ii
shelf-life Codes.
B. In Supporting Imminent Use Or Consumption, The 85% Shelf-life Remaining On Receipt By First Government Activity May Be Modified Or Adjusted As Deemed Prudent At The Discretion Of Pms And Imms, When Support Alternative Arrangements Such As Ec, Pv, Dvd
or Local Purchase Are Effected. Use Of Support Alternatives For Shipment/delivery To Storage Facilities As Stock Will Conform To The 85% Rule.
2-13. Contractor Marking. Shelf Life Items Will Be Marked For Identification And Control. Markings, Shown Below The Item Identification Data Are Required On All Units, Intermediate, And Exterior Packs Or Unpacked Items, Shall Be Per Mil Std 129, Mil-std-130,
mil Std 290 (fsc 9150 Only), Or Fed Std 123, (references (m) Through (p)) Respectively, And Will Include The Following:
A. For Type I Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Rubber Products Only), Date Assembled, Or Date Packed (subsistence Only); And Expiration Date.
B. For Type Ii Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Other Rubber Products Only), Date Assembled, And Date Packed (subsistence Only), And Inspect/test Date.
C. For Both Type I And Type Ii Markings In Subparagraphs A And B Above: The Date Shall Be Expressed By The Numeric Month And The Last 2 Digits Of The Calendar Year; I.e., 06/95, With The Day Of That Month Being The Last Day.
D. Different Dates On Identical Items. When Two Or More Unit
packs Of Identical Items Bear Different Dates Of Manufacture, Dates Of Cure, Dates Of Pack, Or Dates Of Assembly, The Earliest Date Shall Be Shown On The Shipping Container.
E. For Type I Drugs And Biologicals: The Expiration Date Only Is Required. The Expiration Date Should Be Marked In Accordance With Fed-spec Ppp C 186 (reference (q)). Manufacturer Date Shall Not Be Shown For Medical Items Having Expiration Dates.
F. For Cure-dated Items: Shelf Life Markings On Physical Material Are Expressed By Month Or Quarter And Year Designations (i.e., 11/2001,or 3q2001). Shelf Life Periods End On The Last Day Of The Cited Month Or Quarter.
Appendix E
shelf Life Codes
Required Number Of Months/quarters
Remaining Upon Receipt By The First
Government Activity
Type I Type Ii Months Quanters
shelf Life Period
non-deteriorative 0 0 N/a N/a
no Shelf-life Applies (zero) (zero)
01 Month A N/a 25 Days N/a
02 Months B N/a 50 Days N/a
03 Months C 1 75 Days N/a
04 Months D N/a 3 1
05 Months E N/a 4 1
06 Months F 2 5 2
09 Months G 3 8 3
12 Months (1.00-years) H 4 10 3
15 Months (1.25-years) J N/a 13 4
18 Months (1.50-years) K 5 15 5
21 Months (1.75-years) L N/a 18 6
24 Months (2.00-years) M 6 21 7
27 Months (2.25-years) N N/a 23 8
30 Months (2.50-years) P N/a 26 9
36 Months (3.00-years) Q 7 31 10
48 Months (4.00-years) R 8 41 14
60 Months (5.00-years) S 9 51 17
72 Months (6.00-years) I N/a 61 20
84 Months (7.00-years) T N/a 71 24
96 Months (8.00-years U N/a 82 27
variable Such As: V N/a 77, 113, 26, 38, 61
90, 132,216,228, Etc. 184, 194 65, Etc.
months Or Any Other Etc.
number Of Months Not
specifically Assigned.
120 Months (10-years) W N/a 102 34
180 Months (15-years) Y N/a 153 51
240 Months (20-years) Z N/a 204 68
shelf-life Period Greater N/a X 85 Percent 85 Percent
than 60 Months For Type Of Number Of Number
ii Extendible Items Months Months
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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
Navicp-mech
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 From:
Commanding Officer
Navicp-mech
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:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval.
Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources.
Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Pco To Arrange For Testing And, If Approved, Added To The Od
as An Approved Source Of Supply For Subsequent Procurements.
pn: Fy03mm1843 Cage 3cx85
Hardigg (11214) P/n 14355-325-6-verified Part With Hardigg 1/29/25
the Individual Catalog Part Identification Shall Be In Accordance With The Manufacturer's Standard Practice. In Addition, The Unit Shipping Packageand/or Packing Slip Shall Identify The Gdais Pt. Number, Manufacture, Catalog Number And Quantity Of Items.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Drain,plug .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Drain,plug Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for Part Number Fy03mm1847, Cage 3cx85; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.4 Shelf Life Requirement - The Following Is Excerpts From Dod 4140.27-m Shelf Life Management Manual. This Requirement Is Mandated By Mil-std-129p Referenced Under The Preservation, Packing And Marking Portion Of This Tdp.
2-12. 85 Percent Shelf-life Remaining Requirement Applicable To Acquisition/procurement
A. Acquisition/procurement Documentation Shall Specify That Shelf-life Items/material Will Have Not Less Than 85 Percent (allowing For Rounding To Whole Months) Of Shelf-life Remaining At Time Of Receipt By The First Government Activity. Any Delivery
from A Contractor Not Having At Least 85 Percent Shelf-life Remaining Shall Normally Be Considered Non-conforming. Refer To Appendix E Of This Manual To Determine The Amount Of Time That 85% Equates To In Terms Of Remaining Shelf Life For Type I Or Type Ii
shelf-life Codes.
B. In Supporting Imminent Use Or Consumption, The 85% Shelf-life Remaining On Receipt By First Government Activity May Be Modified Or Adjusted As Deemed Prudent At The Discretion Of Pms And Imms, When Support Alternative Arrangements Such As Ec, Pv, Dvd
or Local Purchase Are Effected. Use Of Support Alternatives For Shipment/delivery To Storage Facilities As Stock Will Conform To The 85% Rule.
2-13. Contractor Marking. Shelf Life Items Will Be Marked For Identification And Control. Markings, Shown Below The Item Identification Data Are Required On All Units, Intermediate, And Exterior Packs Or Unpacked Items, Shall Be Per Mil Std 129, Mil-std-130,
mil Std 290 (fsc 9150 Only), Or Fed Std 123, (references (m) Through (p)) Respectively, And Will Include The Following:
A. For Type I Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Rubber Products Only), Date Assembled, Or Date Packed (subsistence Only); And Expiration Date.
B. For Type Ii Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Other Rubber Products Only), Date Assembled, And Date Packed (subsistence Only), And Inspect/test Date.
C. For Both Type I And Type Ii Markings In Subparagraphs A And B Above: The Date Shall Be Expressed By The Numeric Month And The Last 2 Digits Of The Calendar Year; I.e., 06/95, With The Day Of That Month Being The Last Day.
D. Different Dates On Identical Items. When Two Or More Unit
packs Of Identical Items Bear Different Dates Of Manufacture, Dates Of Cure, Dates Of Pack, Or Dates Of Assembly, The Earliest Date Shall Be Shown On The Shipping Container.
E. For Type I Drugs And Biologicals: The Expiration Date Only Is Required. The Expiration Date Should Be Marked In Accordance With Fed-spec Ppp C 186 (reference (q)). Manufacturer Date Shall Not Be Shown For Medical Items Having Expiration Dates.
F. For Cure-dated Items: Shelf Life Markings On Physical Material Are Expressed By Month Or Quarter And Year Designations (i.e., 11/2001,or 3q2001). Shelf Life Periods End On The Last Day Of The Cited Month Or Quarter.
Appendix E
shelf Life Codes
Required Number Of Months/quarters
Remaining Upon Receipt By The First
Government Activity
Type I Type Ii Months Quanters
shelf Life Period
non-deteriorative 0 0 N/a N/a
no Shelf-life Applies (zero) (zero)
01 Month A N/a 25 Days N/a
02 Months B N/a 50 Days N/a
03 Months C 1 75 Days N/a
04 Months D N/a 3 1
05 Months E N/a 4 1
06 Months F 2 5 2
09 Months G 3 8 3
12 Months (1.00-years) H 4 10 3
15 Months (1.25-years) J N/a 13 4
18 Months (1.50-years) K 5 15 5
21 Months (1.75-years) L N/a 18 6
24 Months (2.00-years) M 6 21 7
27 Months (2.25-years) N N/a 23 8
30 Months (2.50-years) P N/a 26 9
36 Months (3.00-years) Q 7 31 10
48 Months (4.00-years) R 8 41 14
60 Months (5.00-years) S 9 51 17
72 Months (6.00-years) I N/a 61 20
84 Months (7.00-years) T N/a 71 24
96 Months (8.00-years U N/a 82 27
variable Such As: V N/a 77, 113, 26, 38, 61
90, 132,216,228, Etc. 184, 194 65, Etc.
months Or Any Other Etc.
number Of Months Not
specifically Assigned.
120 Months (10-years) W N/a 102 34
180 Months (15-years) Y N/a 153 51
240 Months (20-years) Z N/a 204 68
shelf-life Period Greater N/a X 85 Percent 85 Percent
than 60 Months For Type Of Number Of Number
ii Extendible Items Months Months
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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
Navicp-mech
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 From:
Commanding Officer
Navicp-mech
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:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval.
Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources.
Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Pco To Arrange For Testing And, If Approved, Added To The Od
as An Approved Source Of Supply For Subsequent Procurements.
p/n: Fy03mm1847 Cage 3cx85
hardigg (11214) P/n 14355-331-verified With Hardigg 1/29/25
the Individual Catalog Part Identification Shall Be In Accordance With The
manufacturer's Standard Practice. In Addition, The Unit Shipping Package
and/or Packing Slip Shall Identify The Gdais Pt. Number, Manufacturer,
catalog Number & Quantity Of Items.
shelf Life Is 120 Months, Non-extendible (wuu)
\
Closing Soon5 Mar 2025
Tender AmountRefer Documents
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BULACAN 3RD DEO Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid I. The Department Of Public Works And Highways (dpwh), Bulacan 3rd District Engineering Office, Through The Government Of The Philippines - Fy 2025 Gaa Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Projects. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Department Of Public Works And Highways (dpwh), Bulacan 3rd District Engineering Office, Through Its Bids And Award Committee (bac), Now Invites Bids For The Hereunder Works: 9. Contract Id: 25cp0019 Contract Name: Asset Preservation Program - Preventive Maintenance - Tertiary Roads - San Miguel - Sibul Road, San Miguel, Bulacan (package A) Contract Location: San Miguel, Bulacan Scope Of Work: Roads: Construction - Asphalt Source Of Fund: Fy 2025 – Gaa Approved Budget For The Contract (abc): P96,499,795.14 Contract Duration: 210 Cal. Days Cost Of Bidding Documents: P50,000.00 Pcab License Category: Category B Size Range: Medium A For Roads, Highways, Pavements, Railways, Airports, Horizontal Structures, And Bridges Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Iv. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. V. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. Vi. Interested Bidders May Obtain Further Information From The Dpwh - Bulacan 3rd District Engineering Office And Inspect The Bidding Documents At Bac-secretariat – Procurement Office, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. Vii. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 - March 04, 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 Stated Above. Viii. 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. Ix. The Dpwh - Bulacan 3rd District Engineering Office Will Hold A Pre-bid Conference February 20, 2025 – 9:00 A.m. At The Bidding Room, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 379 437 3222 And Passcode: Bulacan3rd) And Livestreamed On Youtube (https://www.youtube.com/@dpwh.bulacan.3rddeo), Which Shall Be Open To Prospective Bidders. X. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. Xi. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_bulacan3@dpwh.gov.ph) For Electronic Submission From February 13, 2025 To March 04, 2025 Before 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. Xii. Bid Opening Shall Be On March 04, 2025 At 10:00 A.m. At Bidding Room, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.bulacan.3rddeo)) Late Bids Shall Not Be Accepted. Xiii. The Dpwh - Bulacan 3rd District Engineering Office 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. Xiv. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. Xv. For Further Information, Please Refer To: Jomar O. Mendoza Head, Bac Secretariat Dpwh Bulacan 3rd Deo Tambubong, San Rafael, Bulacan Engr. Mark Lester S. Castro Chief, Construction Section Bac – Chairman Date Of Issue: February 13, 2025
Closing Soon4 Mar 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Municipality Of San Isidro, Northern Samar Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Repair/rehabilitation Of Barayong Road 1. The Local Government Unit Of San Isidro, Northern Samar, Through The General Fund, Intends To Apply The Sum Of Four Million Two Hundred Sixty Four Thousand Nine Hundred Fifty Five Pesos And 89/100.(php4,264,955.89) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair/rehabilitation Of Barayong Road. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of San Isidro, Northern Samar Now Invites Bids For Repair/rehabilitation Of Barayong Road. Completion Of The Works Is Required For Fifty Seven (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). Scope Of Works Repair/rehabilitation Of 6m Width × 190m Length Road With Cross Drain 1070mm Ø Rcpc, 76m Length Drainage Canal Including Catch Basin, And Stone Masonry. 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 Local Government Unit Of San Isidro, Northern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 To 12:00 In The Morning And 1:00 To 5:00 In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders During Office Hours From February 13, 2025 Until 9:00 A.m. Of March 05, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Bidder’s Representative May Likewise Acquire The Bidding Documents Upon Presentation Of The Following Documents And Proof That The Bidder Have Ordered The Bidding Documents In The Philgeps (including In The Drl), To Wit: A. Duly Notarized Special Power Of Attorney/authorization Letter; B. Photocopy Of The Authorizing Officer’s Identification Card (id); C. Photocopy Of Representative’s Identification Card (id). 6. The Local Government Unit Of San Isidro, Northern Samar, Will Hold A Pre-bid Conference On February 21, 2025 2:00 O’clock In The Afternoon At 3rd Floor, Conference Room, Municipal Building, Poblacion Sur, San Isidro, Northern Samar, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9;00 Am Of March 05, 2025 At Bids And Awards Committee, Third Floor, Conference Room, Municipal Building, San Isidro, Northern Samar. 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 Nine O’clock In The Morning (9:00 Am) Of March 05, 2025 At 3rd Floor, Conference Room, Municipal Building, Poblacion Sur, San Isidro, Northern Samar. Bids Will Be Opened In The Presence Of The Bidder’s Duly Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Local Government Unit Of San Isidro, Northern Samar 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. 9. For Further Information, Please Refer To: Diana C. Balunan Bac Secretariat Bids And Awards Committee G/f Municipal Building, Poblacion Sur, 6409 San Isidro, Northern Samar Contact No. 09533855113 Email Address: Bac@sanisidro-nsamar.gov.ph 10. You May Visit The Following Websites: For Downloading Of Bidding Documents: Htttps://philgeps.gov.ph Https://sanisidro-nsamar.gov.ph [february 13, 2025] John M. Puayap Mpdc/gso Designate/bac Chairperson
Closing Soon5 Mar 2025
Tender AmountPHP 4.2 Million (USD 73.7 K)
Philippine Veterans Affairs Office - PVAO Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of National Defense Philippine Veterans Affairs Office Camp General Emilio Aguinaldo, Quezon City Invitation To Bid For The Supply And Delivery Of Ambulatory Devices For Cy 2025 Under Framework Agreement 1. The Philippine Veterans Affairs Office, Through The Fy 2025 General Appropriations Act Intends To Apply The Sum Of Two Million Pesos (php 2,000,000.00) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Ambulatory Devices For Cy 2025 Under Framework Agreement With Identification Number: Pvao-itb-01-ambulatory-2025. Bids Received In Excess Of The Total Costs Per Item Shall Be Automatically Rejected At Bid Opening. 2. The Philippine Veterans Affairs Office Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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 Pvao Bac-secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon Mondays Thru Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 13 February To 05 March 2025 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 Php 2,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And Pvao Website: Https://pvao.gov.ph/, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Philippine Veterans Affairs Office Will Hold A Pre-bid Conference On 10:00 Am, 21 February 2025 Through Video Conferencing Via Zoom Platform 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 9:30 Am, 05 March 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:00 Am, 05 March 2025 At The Lad Conference Room, Mabini Hall, Pvao Compound, Camp General Emilio Aguinaldo, Quezon City Through Video Conferencing Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Bid Opening May Also Be Attended Physically At The Above-stated Venue, Limited To One (1) Representative Per Bidder Only. 10. The Philippine Veterans Affairs Office 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. 11. For Further Information, Please Refer To: Mr. Vladimir R. Suan Head, Pvao Bac Secretariat Pvao-bids And Awards Committee Procurement Office, 2nd Floor, Teresa Magbanua Hall, Pvao Compound, Camp General Emilio Aguinaldo, Quezon City Email Address: Procurement.service@pvao.gov.ph Telephone Number: 8912-4762 And 8912-4649 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: 1. Pvao Website - Https://pvao.gov.ph/ 2. Philippine Government Electronic Procurement System (philgeps) Website 13 February 2025 ______________________________________________ Capt Edwina Lucrecia M Taylor Pn (ret) Chairperson, Pvao Bids And Award Committee
Closing Soon5 Mar 2025
Tender AmountPHP 2 Million (USD 34.5 K)
7411-7420 of 10000 active Tenders