Website Tenders

Website Tenders

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Nep Of Cy2025 Intends To Apply The Sum Of Forty Nine Million Three Hundred Forty Thousand Six Hundred Twenty Three Pesos And 18/100 (p 49,340,623.18) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Itb No. : Ncb-infra-isa60-25-egpip-naguilianp3 Name Of Project : Naguilian Clustered Solar Pump Irrigation Project Phase 3 Location : Naguilian, Isabela Name Of Contract : Construction Of Three (3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 49,340,623.18 License Category : General Engineering B; Specialty-well-drilling , Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 24,670,311.59 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required 210 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 02, 2024 From Given Address And Website/s Below In The Amount Of P 25, 000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 09, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 23, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On December 23, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 02, 2024 – December 23, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3.(b)(ii) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 02, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson
Closing Date14 Feb 2025
Tender AmountPHP 49.3 Million (USD 844.7 K)

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Nep Of Cy2025 Intends To Apply The Sum Of Forty-nine Million Three Hundred Twenty-three Thousand Eighty-three Pesos And 61/100 (p 49,323,083.61) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Itb No. : Ncb-infra-isa35-25-egpip-delfinp3 Name Of Project : Delfin Albano Clustered Solar Pump Irrigation Project Phase 3 Location : Delfin Albano, Isabela Name Of Contract : Construction Of Three (3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 49,323,083.61 License Category : General Engineering B; Specialty-well-drilling, Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 24,661,541.81 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required 210 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 02, 2024 From Given Address And Website/s Below In The Amount Of P 25, 000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 09, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 23, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On December 23, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 02, 2024 – December 23, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3.(b)(ii) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 02, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson
Closing Date14 Feb 2025
Tender AmountPHP 49.3 Million (USD 844.4 K)

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Nep Of Cy2025 Intends To Apply The Sum Of Forty Nine Million Three Hundred Forteen Thousand One Hundred Sixty Three Pesos And 99/100 (p 49,314,163.99) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Itb No. : Ncb-infra-isa51-25-egpip-malligp2 Name Of Project : Mallig Clustered Solar Pump Irrigation Project Phase 2 Location : Mallig, Isabela Name Of Contract : Construction Of Three (3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 49,314,163.99 License Category : General Engineering B; Specialty-well-drilling , Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 24,657,082.00 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required 210 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 02, 2024 From Given Address And Website/s Below In The Amount Of P 25, 000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 09, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 23, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On December 23, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 02, 2024 – December 23, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3.(b)(ii) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 02, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson
Closing Date14 Feb 2025
Tender AmountPHP 49.3 Million (USD 844.2 K)

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+2Irrigation Work, Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Nep Of Cy2025 Intends To Apply The Sum Of Forty-nine Million Three Hundred Twenty-three Thousand Seven Hundred Fifty-seven Pesos And 67/100 (p 49,323,757.67) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Itb No. : Ncb-infra-isa42-25-egpip-sto.tomasp2 Name Of Project : Santo Tomas Clustered Spip Phase 02 Location : Santo Tomas, Isabela Name Of Contract : Construction Of Three (3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 49,323,757.67 License Category : General Engineering B; Specialty-well-drilling , Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 24,661,878.84 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required 210 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 02, 2024 From Given Address And Website/s Below In The Amount Of P 25, 000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 09, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 23, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On December 23, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 02, 2024 – December 23, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3.(b)(ii) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 02, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson
Closing Date14 Feb 2025
Tender AmountPHP 49.3 Million (USD 844.4 K)

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+2Irrigation Work, Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Nep Of Cy2025 Intends To Apply The Sum Of Forty-nine Million Three Hundred Twenty-three Thousand Seven Hundred Fifty-seven Pesos And 67/100 (p 49,323,757.67) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Itb No. : Ncb-infra-isa40-25-egpip-sto.tomasp2 Name Of Project : Santo Tomas Clustered Spip Phase 02 Location : Santo Tomas, Isabela Name Of Contract : Construction Of Three (3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 49,323,757.67 License Category : General Engineering B; Specialty-well-drilling , Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 24,661,878.84 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required 210 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 02, 2024 From Given Address And Website/s Below In The Amount Of P 25, 000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 09, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 23, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On December 23, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 02, 2024 – December 23, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3.(b)(ii) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 02, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson
Closing Date14 Feb 2025
Tender AmountPHP 49.3 Million (USD 844.4 K)

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Proposed Nep Of Cy 2025 Intends To Apply The Sum Of Forty-four Million Four Hundred Three Thousand Seven Hundred Seventy-four Pesos And Eighty-one Centavos (p 44,403,774.81) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A. Itb No. : Ncb-infra-isa85-25-egpip-cauayanp2 Name Of Project : Cauayan Clustered Spip Phase 02 Location : Cauayan, Isabela Name Of Contract : Construction Of Three(3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 44,403,774.81 License Category : General Engineering B; Specialty-well-drilling , Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 22,201,887.41 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required Two Hundred Ten (210) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 05, 2024 From Given Address And Website/s Below In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 12, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 26, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On December 26, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 05, 2024 – December 26, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3.(b)(ii) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 05, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson
Closing Date14 Feb 2025
Tender AmountPHP 44.4 Million (USD 760.2 K)

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Proposed Nep Of Cy 2025 Intends To Apply The Sum Of Forty-four Million Four Hundred Three Thousand Seven Hundred Seventy-four Pesos And Eighty-one Centavos (p 44,403,774.81) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A. Itb No. : Ncb-infra-isa83-25-egpip-cauayanp2 Name Of Project : Cauayan Clustered Spip Phase 02 Location : Cauayan, Isabela Name Of Contract : Construction Of Three(3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 44,403,774.81 License Category : General Engineering B; Specialty-well-drilling , Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 22,201,887.41 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required Two Hundred Ten (210) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 05, 2024 From Given Address And Website/s Below In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 12, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 26, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On December 26, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 05, 2024 – December 26, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3.(b)(ii) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 05, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson
Closing Date14 Feb 2025
Tender AmountPHP 44.4 Million (USD 760.2 K)

DEFENSE LOGISTICS AGENCY USA Tender

Security and Emergency Services
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Request For Quote. No Solicitation Number Has Been Assigned At This Time. Dla Troop Support Is Seeking To Identify Possible Sources Who Can Supply The Below Item: extinguisher,fire rp001: Dla Packaging Requirements For Procurement rq032: Export Control Of Technical Data this Item Has Technical Data Some Or All Of Which Is Subject To export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be exported Without Prior Authorization From Either The Department Of State or The Department Of Commerce. Export Includes Disclosure Of Technical data To Foreign Persons And Nationals Whether Located In The United states Or Abroad. This Requirement Applies Equally To Foreign National employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control technical Data To Dla Contractors That Have An Approved Us/canada Joint certification Program (jcp) Certification, Have Completed The introduction To Proper Handling Of Dod Export-controlled Technical Data training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been approved By The Dla Controlling Authority To Access The export-controlled Data. Instructions For Obtaining Access To The export-controlled Data Can Be Found At: https://www.dla.mil/logistics-operations/enhanced-validation/ to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed for Use Are Required To Have An Approved Jcp Certification And Have been Approved By The Dla Controlling Authority To Access export-controlled Data Managed By Dla. Dla Will Not Delay Award In order For An Offeror Or Its Supplier To Apply For And Receive Approval by The Dla Controlling Authority To Access The Export-controlled Data. ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The dla Master List Of Technical And Quality Requirements Found On The Web at: http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx for Simplified Acquisitions, The Revision Of The Master In Effect On The solicitation Issue Date Or The Award Date Controls. For Large acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date applies Unless A Solicitation Amendment Incorporates A Follow-on revision, In Which Case The Amendment Date Controls. rq011: Removal Of Government Identification From Non-accepted Supplies the Approved Source(s) Must Meet The Requirements Of the Current Revision Of The Source Control Drawing offerors Not Cited As Approved Sources In The purchase Order Text Are Required To obtain Source Approval From The Oem. A Copy Of the Source Approval Request, Technical Data package Or Certification Of Prior Approval Must also Be Submitted To Dla With The Offer. hazard Communication Standard Notice: effective June 1, 2015, Federal Standard No. 313-e, Material Safety data, Transportation Data And Disposal Data For Hazardous Materials furnished To Government Activities, Establishes The Requirement For preparation And Submission Of Safety Data Sheets (sds) In Lieu Of material Safety Data Sheets (msds) By Suppliers Who Provide Hazardous materials To Government Activities. the Occupational Safety And Health Administration (osha) Has Modified its Hazard Communication Standard (hcs) To Conform To The United Nations globally Harmonized System Of Classification And Labeling Of Chemicals. as A Result Of This Change, Gsa Revised Federal Standard No. 313-e requiring Safety Data Sheets For Classifying Chemicals And Communicating the Applicable Information On Labels. in Accordance With The Revised Standard After June 1, 2015: 1. Suppliers Will Be Required To Submit, To The Contracting Officer For review And Approval Prior To Award, Safety Data Sheets Consistent With the Requirements Found At 29 C.f.r. 1910.1200 For Hazardous Materials delivered To The Government. 2. Suppliers Will Also Be Required To Submit, To The Contracting Officer for Review And Approval Prior To Award, Hazardous Communication Standard (hcs) Labels In Accordance With 29 C.f.r. 1910.1200 Requirements Or current Consumer Product Safety Act (cpsa), Federal Hazardous Substance act (fhsa) Labels When Subject To Labeling Requirements Under Those statutes. This Product Labeling Is Required For Hazardous Materials delivered To The Government. 3. Finally, Suppliers Must Train Their Employees On The New Safety Data sheets, Hazardous Communication Labels, And Requirements Of 29 C.f.r. 1910.1200. for More Information On Sds, Refer To Oshas Website, Available At: https://www.osha.gov/law-regs.html for Information On 29 C.f.r. 1910.1200, Refer To The Below Link: https://www.osha.gov/dsg/hazcom/index.html rd003, Covered Defense Information Potentially Applies rd002, Covered Defense Information Applies rs023: Shelf-life Requirement Rs001 For A Type I (code S) Item With A shelf Life Of 60 Months (non-extendable) Applies To This Item. firetrace Aerospace Llc 3r5k2 P/n 913900 oshkosh Defense Llc 75q65 P/n 3883951 iaw Basic Drawing Nr 45152 3883951 revision Nr A3 Dtd 04/28/2010 part Piece Number: 3883951 pkging Data - Mil-std-2073-1e qup:001 Pres Mthd:hm Clng/dry:1 Presv Mat:zz wrap Mat:zz Cush/dunn Mat:zz Cush/dunn Thkness:c unit Cont:zz Opi:m intrmdte Cont:zz Intrmdte Cont Qty:xxx pack Code:u marking Shall Be In Accordance With Mil-std-129. special Marking Code:zz -zz Special Requirements palletization Shall Be In Accordance With Rp001: Dla Packaging requirements For Procurement special Packaging Requirements: any Mil-std-2073 Listed Cushioning And Dunnage Must Be Used To Prevent any Movement Of All Contents Including But Not Limited to:hoses,accessories,straps,etc. do Not Double Stack Fire Extinguisher On Pallet. ip025: Packaging, Marking, And Shipping Of Hazardous Materials
Closing Date15 Feb 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposal Or Request For Quote. No Solicitation Number Has Been Assigned At This Time. Dla Troop Support Is Seeking To Identify Possible Sources Who Can Supplythe Below Item: breathing Apparatus rc001: Documentation Requirements For Source Approval Request (sar) rp001: Dla Packaging Requirements For Procurement ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The dla Master List Of Technical And Quality Requirements Found On The Web at: http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx for Simplified Acquisitions, The Revision Of The Master In Effect On The solicitation Issue Date Or The Award Date Controls. For Large acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date applies Unless A Solicitation Amendment Incorporates A Follow-on revision, In Which Case The Amendment Date Controls. rq009: Inspection And Acceptance At Origin rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For manufacturers And Non-manufacturers rd003, Covered Defense Information Potentially Applies rq011: Removal Of Government Identification From Non-accepted Supplies per Oem Us Divers Aqua Lung Letter, Dated 1 Nov 11, Aerial Machine And tool/cage 70133 Is The Approved Distributor For Subject Nsn And Part number. Us Divers Is Still The Mfg. The Marking Requirements Shall Have us Divers Cage And Part Number Identified Along With Aerial's Cage And contract Number For Tracebility. Per Aqua Lung Letter, Transaero inc/cage 27541 Is An Authorized Distributor Of Aviation And Tactical equipment From Aqua Lung For Subject Nsn And Part Number. The Marking requirements Shall Have Us Divers Cage And Part Number Identified Along with Transaero's Cage And Contract Number For Tracebility when The Purchase Order Text (pot) describes The Required Product(s) By Name And part Number Of A Specific Entity, By The Names and Part Numbers Of A Number Of Specific entities, Or By The Name(s) And Part Number(s) of Specific Entity/entities As Modified By additional Requirements Set Forth In The Pot<(>,<)> only That/those Product(s) Have Been Determined to Meet The Needs Of The Government And Are acceptable. Such Product(s) Are "exact product(s)" As Defined In "dlad 52.217-9002<(>,<)> conditions For Evaluation And Acceptance Of offers For Part Numbered Items." a Vendor Offer/quotation, "bid Without exception," Is A Certification That The "exact product," Manufactured And/or Supplied By One of The Entities Cited In The Pot Will Be furnished Under The Contract Or Order. Any product Not Manufactured And/or Supplied by One Of The Entities Cited In The Pot is An "alternate Product," Even Though It might Be Manufactured In Accordance With The drawing(s) And/or Specifications Of One Of The entities Cited In The Pot. if An Alternate Product Is Furnished Under A contract Or Order For An Exact Product, The alternate Product Will Be An Unauthorized substitution, And May Yield Criminal Penalties in Addition To Any Civil Remedies Available To the Government. adequate Data For The Evaluation Of Alternate offers Is Not Available At The Procurement agency.the Offeror Must Provide A Complete data Package Including Data For The Approved and Alternate Part For Evaluation. this Is A Navy Identified Critical Safety Item (csi) . all Requests For Waivers Or Deviations Must Be forwarded To The Dsc Contracting Officer For review And Approval. . all Items Of Supply Shall Be Marked Iaw mil-std-129. In Addition, Each Unit Pack Will be Marked With Lot And Serial Number (if Available)<(>,<)> contractor's Cage Code, Actual Manufacturer's cage Code And Part Number. hazard Communication Standard Notice: effective June 1, 2015, Federal Standard No. 313-e, Material Safety data, Transportation Data And Disposal Data For Hazardous Materials furnished To Government Activities, Establishes The Requirement For preparation And Submission Of Safety Data Sheets (sds) In Lieu Of material Safety Data Sheets (msds) By Suppliers Who Provide Hazardous materials To Government Activities. the Occupational Safety And Health Administration (osha) Has Modified its Hazard Communication Standard (hcs) To Conform To The United Nations globally Harmonized System Of Classification And Labeling Of Chemicals. as A Result Of This Change, Gsa Revised Federal Standard No. 313-e requiring Safety Data Sheets For Classifying Chemicals And Communicating the Applicable Information On Labels. in Accordance With The Revised Standard After June 1, 2015: 1. Suppliers Will Be Required To Submit, To The Contracting Officer For review And Approval Prior To Award, Safety Data Sheets Consistent With the Requirements Found At 29 C.f.r. 1910.1200 For Hazardous Materials delivered To The Government. 2. Suppliers Will Also Be Required To Submit, To The Contracting Officer for Review And Approval Prior To Award, Hazardous Communication Standard (hcs) Labels In Accordance With 29 C.f.r. 1910.1200 Requirements Or current Consumer Product Safety Act (cpsa), Federal Hazardous Substance act (fhsa) Labels When Subject To Labeling Requirements Under Those statutes. This Product Labeling Is Required For Hazardous Materials delivered To The Government. 3. Finally, Suppliers Must Train Their Employees On The New Safety Data sheets, Hazardous Communication Labels, And Requirements Of 29 C.f.r. 1910.1200. for More Information On Sds, Refer To Oshas Website, Available At: https://www.osha.gov/law-regs.html for Information On 29 C.f.r. 1910.1200, Refer To The Below Link: https://www.osha.gov/dsg/hazcom/index.html ip025: Packaging, Marking, And Shipping Of Hazardous Materials this Is A Navy Identified Critical Safety Item (csi). all Requests For Waivers Or Deviations Must Be forwarded To The Dsc Contracting Officer For review And Approval. . all Items Of Supply Shall Be Marked Iaw mil-std-129. In Addition, Each Unit Pack Will be Marked With Lot And Serial Number (if Available), contractor's Cage Code, Actual Manufacturer's cage Code And Part Number. critical Application Item aqualung Usa, Inc 94120 P/n 108445 pkging Data - Mil-std-2073-1e qup:001 Pres Mthd:10 Clng/dry:1 Presv Mat:00 wrap Mat:00 Cush/dunn Mat:00 Cush/dunn Thkness:0 unit Cont:10 Opi:o intrmdte Cont:d3 Intrmdte Cont Qty:aaa pack Code:u marking Shall Be In Accordance With Mil-std-129. special Marking Code:00 -00 No Special Marking palletization Shall Be In Accordance With Rp001: Dla Packaging requirements For Procurement ip025: Packaging, Marking, And Shipping Of Hazardous Materials
Closing Date15 Feb 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|exempted By Military Service||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report|n/a|tba |sprmm1|tba|tba|tba|tba|tba|tba|tba|||||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|x|x|x|||x|||||||| annual Representations And Certifications (jan 2025)|13|334412|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 2. No Drawings Or Technical Data Are Available For This Item. 3. Rfid Is Only Required If The Ship To Code Identified Above Is Listed At The Website With Dfars 252.211-7006 Passive Rfid, As The Time Of Shipment. Currently, There Are No Locations Listed That Require Passive Rfid Tagging. 4. Delivery Days_________aro. 5. Offer Valid For _____ Days. 6. Notice To Surplus/new Surplus/new Manufactured Surplus Suppliers: submission Of Your Quote Without A Surplus Certificate Will Null And Void Your Quote. A Surplus Material Certificate Must Accompany All Quotes For Surplus/new Surplus/new Manufactured. If Submitting Quote Via Edi, A Faxed Or Scanned Copy Must Be Sent To The buyer. 7. When Submitting Quotes Via Edi, Make Sure You Specify Any Exceptions (i.e. Mil Specs/standards, Packaging, I&a, Packaging Houses Etc) Or Follow Up With A Hardcopy Of The Exceptions. If Nothing Is Indicated Or Received, Award Will Be Based Upon Solicitation requirements. Changes Or Requests For Changes After Award Will Have Consideration Costs Deducted On Modifications. 8.if Supplies Will Be Packaged At A Location Different From The Offeror Address, The Offeror Shall Provide The Name And Street Address Of The Packaging Facility. inspection Of Material Will Be At: ______________________________________________________________ inspection Of Packaging And Final Acceptance Of Material Will Be At: ______________________________________________________________ 9. If You Are Not The Manufacturer Of The Material You Are Offering, You Must State Who The Oem Is (cage Code) And The Part Number You Are Offering. 10. Please Provide An Email Address For Follow Up Communications. ____________________________________________________________ it Is Recommended That Vendors Provide Contact Information To Navsup Wss Mechanicsburg In Order To Receive Automated Notifications From Navy Electronic Commerce Online (neco) When Contracts/modifications Are Issued By Dla Maritime Mechanicsburg And Posted On Eda. To Receive These Notifications, Contact: Navsupwss Code 025, Procurement Systems Design And Contract Support Division Via Email At Navsupwssitimphelpdesk@navy.mil. Please Include The Following Information With Your Request: Cage Code, Company Name, Address And poc With Phone Number And Email Address. contractors Can View Their Orders, Contracts And Modifications At The Electronic Document Access (eda) Web Tool. This Web Tool Is Located At The Procurement Integrated Enterprise Environment (piee) Website. It Is Recommended That The Contractor Register For Eda At Https://piee.eb.mil Click On New User And Registration. any Order Resulting From This Request For Quotation Will Require Electronic Submittal Of Receiving Report And Invoices Through Piee-wawf. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Circuit Card Assemb Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;63812 456060-2; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 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. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Closing Date14 Feb 2025
Tender AmountRefer Documents 
9301-9310 of 9976 active Tenders