Website Tenders
Website Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 14.7 Million (USD 251.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Zamboanga Del Norte 4th District Engineering Office Regional Office Ix M. Francisco, Siocon, Zamboanga Del Norte Invitation To Bid For 25jj0022 - Construction Of River Bank Protection Works, Lituban Cis, Siocon, Zamboanga Del Norte The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte, Through The Fy 2025 Dpwh Infrastructure Program Based On General Appropriations Act (gaa) R.a. 12116 Intends To Apply The Sum Of Fourteen Million Seven Hundred Thousand Pesos Only (php 14,700,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25jj0022 - Construction Of River Bank Protection Works, Lituban Cis, Siocon, Zamboanga Del Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of River Bank Protection Works, Lituban Cis, Siocon, Zamboanga Del Norte Contract Id No. : 25jj0022 Locations : Zamboanga Del Norte Scope Of Works : Construction Of River Bank Protection Works Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 155 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. 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 Or At The Dpwh Website Www.dpwh.gov.ph. 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 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. 4. Interested Bidders May Obtain Further Information From The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte And Inspect The Bidding Documents At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 Until February 13, 2025 @ 9:00 A.m. 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 Twenty Five Thousand Pesos Only (php 25,000.00). 6. 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. 7. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte Will Hold A Pre-bid Conference On January 24, 2025 At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic Electronicbids_zamboangadelnorte4@dpwh.gov.ph. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Electronicbids_zamboangadelnorte4@dpwh.gov.ph Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_zamboangadelnorte4@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 @ 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. 10. Bid Opening Shall Be On February 13, 2025 @ 10:00 A.m. At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte. 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. 11. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte 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. 12. For Further Information, Please Refer To: Niel Arden O. Ambabang Procurement Unit Ambabang.neil_arden@dpwh.gov.ph Jonas D. Manlangit Assistant District Engineer Bac - Chairperson
Department Of Agrarian Reform Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date26 Mar 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Invitation To Bid Itb#: 2025-004 Supply And Delivery Of Rtk Global Navigation Satellite System (gnss) Surveying Equipment 1. The Department Of Agrarian Reform, Provincial Office, Nabunturan, Davao De Oro Thru General Appropriations Act For Fy 2025 Intends To Apply The Sum Of One Million Pesos (php 1,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Rtk Global Navigation Satellite System (gnss) Surveying Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dar Provincial Office Now Calls For The Submission Of Eligibility Documents For Supply And Delivery Of Rtk Global Navigation Satellite System (gnss) Surveying Equipment: No Particulars Quantity Unit Approved Budget Of Contract Amount Of Bidding Doc Lot 1 Rtk Global Navigation Satellite System (gnss) Surveying Equipment 1 Set 1,000,000.00 5,000.00 Specifications: Main Equipment Components Multi-frequency (capable Of Receiving Multitude Of Signals From Any Gnss System) Integrate Transmit And Receive Data Link Satellite Tracking: Gps, Glonass, Beidou, Galileo, Qz, Sbas High Accuracy Static (rmc): Horizontal: 3 Mm ± 0.1ppm Vertical: 3.5 Mm ± 0.4 Ppm Real Time Kinematic (rtk): Horizontal: 8 Mm ± 1.0 Ppm Vertical: 15 Mm ± 1.0 Ppm Allowable Pole Tilt: 30 Degrees (min) Receiver (base/rover) Measure Capability: Single Base Rtk, Network Rtk And Ppk Base And Rover Interchangeable (same Brand And Model) No. Of Channels: 440 Channels (min.) Static And Fast Static (rms): Horizontal : 3 Mm ± 0.5 Ppm Vertical: 5 Mm ± 0.5 Ppm Equipment Time To Fix: 15 Sec (max) Battery Life 6 Hours (min., Signle/multiple, Hot-swapplable) Communication: Bluetooth, Wi-fi, Usb, Cellular Same Brand As The Receiver Or With Certificate Of Compatibility From The Manufacturer Of Main Equipment Screen Size: 7" (min), Colored External Storage: 32gb (min) Dust/water Protection: Ip67 (min) Battery Life: 8 Hrs (min., Single/multiple) Application Installed (licensed/certificate Of Compatibility From The Manufacturer Of The Main Equipment Output Power: 35w With 1 Set External Battery Frequency Range (uhf) 300 Mhz-3 Ghz Post Processing Software (license/ Certification Attached) Accessories: • 1 Pc. Base Tripod (same Brand As The Receiver) • 1 Pc. Rover Bipod (same Brand As The Receiver) • 1 Pc. Rover Pole (same Brand As The Receiver) • 2 Pcs. Extra Batteries (aside From The Installed Batteries, Manufacture’s Battery) • 1 Pc. Extra Battery (field Controller, Manufacturer's Battery) • 1 Pc. Usb Flash Drive (32gb) • 1 Pc. External Hard Drive (itb) • 1 Set Dual Nead Battery Charger (manufacturer's Charger) • 1 Set Equipment Manual Other Requirements - Exclusive/ Authorized Distributor's Certificate From Manufacturer (apostolate‘s Certificate Attached) - Certificate Of Manufacturers Service Support Center In The Philippines - With One (1) Year Warranty On Factory Defects - With At Least Five (5) Years' Experience In Supplying Survey Eguipment - With Local Service Center Certified By The Manufacturer - With Five (5) Days Field & Data Post Processing Training - With Fiye (5) Years' Annual Calibration From The Authorized Service Center Accredited By The Bureau Of Design Actual Demo Of Equipment Prior To Award (verification Of Equipment Range= 5km} - With Namria Certification Notes: 1. Specifications Of Main Equipment Must Be Indicated Or Reflected/ Indicated In The Original Brochures, Manual Or Technical Papers That Can Be Downloaded Or Reflected In The Manufacturer's Website. 2. Accessories Shall Be Noted "complied" On The Bidding Documents And Shall Be Checked For Compliance Upon Delivery. 3. Other Requirements Shall Be Supported By Certificates Or Documents Supporting Its Compliance. 4. All Technical Specifications Issued Prior To The Date Of This Issuance Are Considered Invalid/obsolete. Total 1,000,000.00 3. Bidders Should Have Completed Similar Contracts Within The Past Three (3) Years Prior To The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of Eligible Is Contained In The Bidding Documents, Particularly, In Section Ii. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnership, Organization With At Least Sixty Percent (60%), Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, Or To Citizens Or Organizations Of A Country Wherein The Laws And Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. 5183 And Subject To Commonwealth Act No. 138. 5. Interested Bidders May Obtain Further Information From The Dar-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Workdays From 10:00 Am To 5:00 Pm. The Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Same Address And Upon Payment Of A Non-refundable Amount Of Php 5,000.00. 6. It May Also Be Downloaded From The Website Of The Philippines Government Procurement System (http://www.philgeps.net/), Provided That Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. However, Only Those Who Participate In The Face-to-face Pre-bid Conference Shall Be Allowed To Purchase The Bidding Documents And Participate The Bidding. 7. The Dar-pbac Will Hold A Pre-bid Conference On February 14, 2025, 10:00 Am At Darpo Davao De Oro, Conference Room, Purok 18, Palmera Village, Poblacion, Nabunturan, Davao De Oro. 8. Bids Must Be Delivered To The Address Below On Or Before 12:00 Nn On February 26, 2025. All Bids Must Be Accompanied By Bid Security In Any Of The Acceptable Forms And In The Amount Of Itb Clause 18. Late Bids Shall Not Be Accepted. 9. Bid Opening Shall Be On February 26, 2025 At 1:00pm At Darpo Davao De Oro, Conference Room, Purok 18, Palmera Village, Poblacion, Nabunturan, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend At The Address Below. 10. The Department Of Agrarian Reform Provincial Office Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidders. 11. For Further Information, Please Refer To: Ma. Michelle T. Epal, Mpa Bac Secretariat Head Dar Provincial Office, Purok 18, Palmera Village, Poblacion, Nabunturan, Davao De Oro, Philippines 09566334508 Darpocomvalprocurement@gmail.com Sgd. Atty. Maryrose V. Zulueta Bac Chairperson
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
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|n/a||||||
transportation Of Supplies By Sea (jan 2023)|2|||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
annual Representations And Certifications (jan 2025)|13|332510|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
a New Part Number For This Material Has Been Found.
unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. Please Specify (if Otherthan 60 Days) _________ Days.
if You Are Submitting Your Quote Via Email Or Neco, Please Specify The Number Of Days Pricing Is Valid.
technical Documents Associated With This Solicitation, Such As Drawings,individual Repair Part Ordering Data (irpod), Strs And Other Procurement Related Documents May Be Obtained At: Https://logistics.unnpp.gov
this Website Requires A Password And Pre-registration. Please Contact The E-commerce Help Desk At 518-395-4357 To Register Or For Help Logging Into The Website.
a Hard Copy Of The Individual Repair Part Ordering Data (irpod) And/or Drawings Will Not Be Mailed To You.
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.
amended For An Update In Quantity.
unless Otherwise Specified, Pricing For This Quotation
is Valid For 60 Days After The Closing Date As Indicated On The Quotation.
please Specify (if Other Than 60 Days) ______________ Days.
if You Are Submitting Your Quote Via Email Or Neco,
please Specify The Number Of Days Pricing Is Valid.
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 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents; There Are No Technical Documents; Such As, Drawings, Technical Data, Etc. Associated To This Solicitation/award, The Part Number/catalog Number Cited In The Requirements Section Is Fully Descriptive.
3. Requirements
3.1 Manufacture And Design - The Clamp,pinch Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Ordering Data Listed Herein And Throughout The Contract/purchase Order.
(1). Design, Material And Dimensions To Be In Accordance With:
a. Manufacturer: ;military Specification (81348); .
b. Drawing: ;; .
c. Piece Number: ;; . Revision: ;; .
d. Part Number: ;a-a-51245, Type Ii, B
alternate Part Number: A-a-51245, Type Ii, B (cage 49502); .
e. Catalog Number ;; .
(2). The Following Requirements Apply:
a. Exclusion Of Mercury Requirements Are Cited In The Additional Technical Documentation Located Within Section "c" Of The Contract/purchase Order.
b. ;plisn Note: Imanpy Spec 18.3.9 Rev 1; .
3.2 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order.
block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. date Of First Submission=eoc
submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock
number And Item Nomenclature Specified In The Schedule Of Supply/services.
di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control
number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 23.8 Million (USD 407.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Zamboanga Del Norte 4th District Engineering Office Regional Office Ix M. Francisco, Siocon, Zamboanga Del Norte Invitation To Bid For 25jj0012 - Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads, Siocon-sirawai-sibuco-limpapa Rd - K2140 + 301 - K2140 + 334, K2143 + 326 -k2143 + 352, K2143 + 478 - K2143 + 518 The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte, Through The Fy 2025 Dpwh Infrastructure Program Based On General Appropriations Act (gaa), R.a. 12116 Intends To Apply The Sum Of Twenty Three Million Eight Hundred Fourteen Thousand Pesos Only (php 23,814,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25jj0012 - Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads, Siocon-sirawai-sibuco-limpapa Rd - K2140 + 301 - K2140 + 334, K2143 + 326 -k2143 + 352, K2143 + 478 - K2143 + 518. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads, Siocon-sirawai-sibuco-limpapa Rd - K2140 + 301 - K2140 + 334, K2143 + 326 -k2143 + 352, K2143 + 478 - K2143 + 518 Contract Id No. : 25jj0012 Locations : Zamboanga Del Norte Scope Of Works : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide Approved Budget For The Contract : Php 23,814,000.00 Contract Duration : 255 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. 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 Or At The Dpwh Website Www.dpwh.gov.ph. 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 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. 4. Interested Bidders May Obtain Further Information From The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte And Inspect The Bidding Documents At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 Until February 10, 2025 @ 9:00 A.m. 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 Twenty-five Thousand Pesos Only (php 25,000.00). 6. 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. 7. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte Will Hold A Pre-bid Conference On January 24, 2025 At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic Electronicbids_zamboangadelnorte4@dpwh.gov.ph. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Electronicbids_zamboangadelnorte4@dpwh.gov.ph Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_zamboangadelnorte4@dpwh.gov.ph For Electronic Submission On Or Before February 10, 2025 @ 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. 10. Bid Opening Shall Be On February 10, 2025 @ 10:00 A.m. At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte. 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. 11. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte 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. 12. For Further Information, Please Refer To: Niel Arden O. Ambabang Procurement Unit Ambabang.neil_arden@dpwh.gov.ph Jonas D. Manlangit Assistant District Engineer Bac - Chairperson
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 5 Million (USD 85.5 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Improvement And Rehabilitation Of Esnchs Gym Esnchs, Brgy. Alang-alang, Borongan City, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Five Million Pesos Only (php5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-060 Improvement And Rehabilitation Of Esnchs Gym, Esnchs, Brgy. Alang-alang, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7- Occupational Safety And Health Program (3.78 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No.1047(2)b – Structural Steel Roof Truss (10,301.21 Kg), Item No. 1047(2)c – Strcutral Purlins (3,605.98 Kg), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (2,418.58 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (162.00 Pc), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (60.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (18.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (18.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span (338.12 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (55.44 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (18.12 M), Item No. 1032(1)c1 – Painting Works (metal Painting) (20.11 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (32.00 M.), Item No. 1038(1) – Reflective Insulation (1,271.12 Sq.m.), Item No. 803(1)a – Structure Excavation (common Soil) (66.19 Cu.m.), Item No. 804(4) – Gravel Bedding (35.59 Cu.m.), Item No. 900 – Structural Concrete (54.89 Cu.m.), Item No. 902(1) – Reinforcing Steel (deformed) (5,824.59 Kg), Item No. 903(1) – Formworks And Falseworks, Completion Of The Works Is Required Within 17 0 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. 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 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable 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), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 23, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 07, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 14 Million (USD 239.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Zamboanga Del Norte 4th District Engineering Office Regional Office Ix M. Francisco, Siocon, Zamboanga Del Norte Invitation To Bid For 25jj0004 - Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads, Liloy-siocon Rd - K2064 + 728 - K2064 + 757, K2064 + 939 - K2064 + 972 The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte, Through The Fy 2025 Dpwh Infrastructure Program Based On General Appropriations Act (gaa), R.a. 12116 Intends To Apply The Sum Of Fourteen Million Pesos Only (php 14,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25jj0004 - Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads, Liloy-siocon Rd - K2064 + 728 - K2064 + 757, K2064 + 939 - K2064 + 972. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads, Liloy-siocon Rd - K2064 + 728 - K2064 + 757, K2064 + 939 - K2064 + 972 Contract Id No. : 25jj0004 Locations : Zamboanga Del Norte Scope Of Works : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads Approved Budget For The Contract : Php 14,000,000.00 Contract Duration : 190 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. 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 Or At The Dpwh Website Www.dpwh.gov.ph. 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 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. 4. Interested Bidders May Obtain Further Information From The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte And Inspect The Bidding Documents At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 Until February 10, 2025 @ 9:00 A.m. 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 Twenty-five Thousand Pesos Only (php 25,000.00). 6. 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. 7. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte Will Hold A Pre-bid Conference On January 24, 2025 At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic Electronicbids_zamboangadelnorte4@dpwh.gov.ph. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Electronicbids_zamboangadelnorte4@dpwh.gov.ph Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_zamboangadelnorte4@dpwh.gov.ph For Electronic Submission On Or Before February 10, 2025 @ 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. 10. Bid Opening Shall Be On February 10, 2025 @ 10:00 A.m. At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte. 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. 11. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte 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. 12. For Further Information, Please Refer To: Niel Arden O. Ambabang Procurement Unit Ambabang.neil_arden@dpwh.gov.ph Jonas D. Manlangit Assistant District Engineer Bac - Chairperson
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS METRO MANILA 3RD ED Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 77.1 Million (USD 1.3 Million)
Details: Description Invitation To Bid For Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Macarthur H-way - K0011 + (-447) - K0011 + 226 1. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Gaa, Intends To Apply The Sum Of Php 77,198,422.19 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Cid No. 25od0119 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Macarthur H-way - K0011 + (-447) - K0011 + 226 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bids For The Following Hereunder Works; Contract Id No. : 25od0119 Contract Name And Location : Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Macarthur H-way - K0011 + (-447) - K0011 + 226 Brief Description : Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads Approved Budget For The Contract (abc) : Php 77,198,422.19 Source Of Funds : Fy 2025 Nep Contract Duration : 360 Calendar Days Cost Of Bidding Documents : Php 50,000.00 Pcab License Size Range : Medium A Pcab License Category/classification : B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category/classification. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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 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 From The Dpwh-ncr-metro Manila 3rd District Engineering Office And Inspect The Bidding Documents At Apdc-bai Compound R. Valenzuela Extension, Marulas, Valenzuela City During Weekdays From 7:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 6, 2025 From The Given Address And Upon Payment Of The Applicable Fee Up To 10:00 A.m. Of February 6, 2025 For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 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 Department Of Public Works And Highways (dpwh), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-ncr-metro Manila 3rd District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025, 9:00 A.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls, 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. 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_metromanila3@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025, 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 15. 11. Bid Opening Shall Be On February 6, 2025, 2:00 P.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. Any Person Purchasing The Bid Documents Must Present Any Valid Identification Cards, Together With A Government Issued Identification Card And Authorization From The Prospective Contractor To Purchase Bidding Documents For The Specific Projects. This Will Also Apply To Those Paying Bidding Documents Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And Present Their Philgeps Order Form (document Request List (drl)). 13. Pursuant To D.o. No. 127 Dated August 16, 2018 Series Of 2018, 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 To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Dpwh-metro Manila 3rd District Engineering Office 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. 14. The Dpwh-ncr-metro Manila 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. 15. For Further Information, Please Refer To: Rejeane G. Mangulabnan / Jessel Torres - Gatchalian Dpwh-ncr-mm3deo Apdc-bai Compound R. Valenzuela Ext., Marulas, Valenzuela City Email Address: Electronicbids_metromanila3@dpwh.gov.ph Tel. No.: 8 293-2739 Local 35408 16. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.notices.philgeps.gov.ph Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_metromanila3@dpwh.gov.ph Approved By: Rejeane G. Mangulabnan Bac Chairperson Date Of Publication: Dpwh/philgeps Website: January 16, 2025 Dpwh-infr-04-2016
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Nsn 1h-5640-016767444-x7, Tdp Ver 001, Qty 200 Ro, Deliver To Sw3117, Dla Distribution Norfolk Va, Norfolk, Va 23511-0001, Deliver To Sw3216, Distribution Depot Puget Sound, Bremerton, Wa 98314-6001. The Rights To Use The Data Needed To Purchase/repair This Part From Additional Source(s) Are Not Owned By The Government And Cannot Be Purchased, Developed, Or Otherwise Obtained. It Is Uneconomical To Reverse Engineer This Part. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single 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 Assist Help Desk At 215-697-2667 Or 215-697-2179(dsn: 442-2667), Or Mail Their Requestdla Document Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government 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, Quotations Or Capability Statements. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) After Date 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. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice.
University Of The Philippines Tender
Software and IT Solutions
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 999 K (USD 17 K)
Details: Description Invitation To Bid Maintenance Support Project For Ihg Laboratory Information Management System (lims), University Of The Philippines Manila 1. The University Of The Philippines Manila, Through The 2040101000-184-142 Intends To Apply The Sum Of Nine Hundred Ninety-nine Thousand Pesos (php999,000.00) Being The Approved Budget For The Contract For One Year To Payments Under The Contract Maintenance Support Project For Ihg Laboratory Information Management System (lims), University Of The Philippines Manila. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The University Of The Philippines Manila Now Invites Bids For The Above Procurement Project. Delivery Of The Services Is Required For One (1) Year. Bidders Should Have Completed, Within The Last Five 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. 4. 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. 5. Prospective Bidders May Obtain Further Information From The University Of The Philippines Procurement Office, Bac2 Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Days, 8:00 To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 16 January 2025 From The Given Address And Website(s) Below The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Bidding Documents Fees Amounting To One Thousand Pesos. (php1,000.00) In Person, By Facsimile Or Electronic Means (email). 7. The University Of The Philippines Manila Will Hold A Pre-bid Conference On 28 January 2025 At 1:30 P.m. At Procurement Management Office, 2nd Floor Joaquin Gonzales Compound, Padre Faura St., Ermita Manila. Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Procurement Office Through Manual Submission, On Or Before 11 February 2025 Not Later Than 1:00p.m. At Procurement Management Office, 2nd Floor Joaquin Gonzales Compound, Padre Faura St., Ermita Manila. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On 11 February 2025, 1:30p.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The University Of The Philippines Manila 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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n712.28|aan|717-605-3550|sarah.r.haley2.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Recieving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
option For Increased Quantity (mar 1989)|1|100%|
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|336413|1250 Emp.||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| The Purpose Of This Amendment Is To://extend The Offer Due Date The Offer Due Date Is Extended To 21 Feb 2025. All Other Terms And Conditions Remain The Same. Poc: Sarah Haley Email: Sarah.r.haley2.civ@us.navy.mil The Purpose Of This Amendment Is To://extend The Offer Due Date The Offer Due Date Is Extended To 24 Jan 2025. All Other Terms And Conditions Remain The Same. Poc: Sarah Haley Email: Sarah.r.haley2.civ@us.navy.mil
the Purpose Of This Amendment Is To://extend The Offer Due Date The Offer Due Date Is Extended To 27 Dec 2024. All Other Terms And Conditions Remain The Same. Poc: Sarah Haleyemail: Sarah.r.haley2.civ@us.navy.mil Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. Do Not Include The Cost For Shipping
material.
freight Is Fob Origin.
government Source Inspection And Acceptance Is Required.
please Provide The Following Information:
unit Price:__________ Firm
total Price:__________ Firm
procurement Turnaround Time (ptat) :__________
awardee Cage: __________
inspection & Acceptance Cage, If Not At Source:__________
delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Currentboa/idiq, For Example) :__________
required Shipping Procedure Is Military Packaging And Bar Coding. Important Traceability Notice
1. If You Are Not The Manufacturer Of The Material You Are Offering, You Must State Who The Manufacturer Is (name & Cage Code) And Provide Traceability Information, If Requested, Prior To Receiving An Award. The Evidence Must Be Submitted Within 2 Days, Or As
otherwise Specified, Or The Offer May Not Be Considered. 2. By Submitting A Quotation Or Offer, The Contractor Agrees That, When The Contractor Is Not The Manufacturer Of The Item, It Is Confirming That It Currently Has Or Will Obtain Before Award And Shall Retain Documented Evidence (supply Chain Traceability
documentation) That The Item Is From The Approved Manufacturer And Conforms To The Technical Requirements. The Retention Period Is Five Years After Final Payment Under This Contract.
3. At A Minimum, The Supply Chain Traceability Documentation For The Item Shall Include: Basic Item Description, Part Number And/or National Stock Number, Manufacturing Source, Manufacturing Source's Commercial And Government Entity (cage) Code, And Clear
identification Of The Name And Location Of All Supply Chain Intermediaries Between The Manufacturer To The Contractor To Item(s) Acceptance By The Government. The Documentation Should Also Include, Where Available, The Manufacturer's Batch Identification For The
time(s), Such As Date Codes Lot Codes, Or Serial Numbers As Date Codes Lot Codes, Or Serial Numbers.
4. Examples Of Traceability Information/documentation: The Invoice Received By The Offeror From The Approved Source Ie. Oem Or From An Authorized Dealer/distributor For The Approved Source. Or A Letter/official Email From The Oem Confirming Offeror Is Authorized
to Resell Their Items. Or The Packing Slip That Accompanied The Shipment To The Offeror/ Contractor From The Approved Source, Or From An Authorized Dealer/distributor For The Approved Source.
any Questions Should Be Directed To The Poc For This Solicitation.
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Heat Exchanger,left , Part Of The ;am-7190/spy-1b Amplifier, Radio Frequency Of The Aegis Radar System; .
1.1.1 Full Item Name For Heat Exchanger,left Referenced In This Contract/purchase Order Is ;amplifier-regulator,broadband,radio Frequency; .
1.2 Master Phototools (artwork) - The Government Cannot Provide The Stable Base Master Phototools (artwork). The Contractor Is Required To Acquire Or Develop The Stable Base Master Phototools (artwork) For Manufacture Of
the Heat Exchanger,left .
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.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order,
however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
document Ref Data=mil-std-130 | | |n |120116|a| | |
3. Requirements
3.1 Design, Manufacture, And Performance - Except As Modified Herein,
the Heat Exchanger,left Furnished Under This Contract/purchase Order Shall Meet The
design, Manufacture, And Performance Requirements Specified On Drawing ;8729530,part Number 8729530-001 Or Tf7904g1;
cage ;8729530 Part Numbers 8729530-001 - Tf7904g1; .
3.2 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130.
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.
3.4 Vendor Waivers/deviations - Compliance With The Delivery Date And Technical Requirements Of Navicp-mech Repair Part Material Contracts Is Expected. As A Cautionary Note, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements Shall Be Identified As An Exception In Response To This Solicitation. Request For Delivery Date Extensions And Waivers/deviations Shall Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Nonconformance To This Solicitation In The Event The Procurement Contracting Officer (pco)
concurs With Your Request. Request For Waivers/deviations Shall Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Nonconformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Requests For Waiver/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. (the Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Within Five Working Days After Receipt.)
3.5 Source Control Item - Previous Delivery Of The Specified National Stock Number Or Similar Item Manufactured To Technical Procurement Specifications And/or Drawings Supplied By A Government Activity Or Price Contractor Does Not In Itself Qualify A Supplier
as A Government Approved Source. Only Those Sources For This Item Previously Approved By The Government Have Been Solicited. The Time Required For Approval Of A New Supplier Is Normally Such That Award Cannot Be Delayed Pending Approval Of The New Source. If You Have Not Been Solicited And You Can Furnish Either (a) Proof Of Your Prior Approval As A Supplier Of This Item, Or (b) Data Showing You Have Produced The Same Or Similar Items Satisfactorily For The Government Or A Commercial Source, Or (c) Test
data Indicating Your Product Can Meet Service Operating Requirements, Or (d) Other Pertinent Data Concerning Your Qualificatin To Produce The Required Item, Notify The Procurement Contracting Officer In Writing, Furnishing Said Proof Of Data For Evaluation
possibly Leading To Your Firm Being Authorized As An Approved Source For This Procurement Or Subsequent Procurements.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection/quality System Acceptable To The Government. The Inspection System Requirements For This Contract/purchase Order Shall Be In Accordance With Mil-i-45208. Suppliers
certified To Perform Under Iso 9001 Or Iso 9002 Are Granted Permission To Utilize The One Desired In Lieu Of Mil-i-45208.
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 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 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.
9461-9470 of 10000 active Tenders