Website Tenders

Website Tenders

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo))|n/a|tbd|n00104|tbd|s4306a|see Schedule|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| list Of Solicitation Attachments|5|x|||x|x| small Business Program Representations (feb 2024)|4|335313|1250||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| certification Regarding Knowledge Of Child Labor For Listed End Products(feb 2021))|4||||| annual Representations And Certifications (may 2024)|13|335313|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| unless Otherwise Specified, Pricing For This Request For Quote Is Valid For 60 Days After The Closing Date As Indicated On The Proposal. Please Specify (if Other Than 60 Days) ______________ Days. if You Are Submitting Your Quote Via E-mail 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 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 Ase-mail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein. 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. to Request A Copy Of The Solicitation, Please Contact The Contracting Officer Listed And Provide Your Cage Code. in Order For Your Offer To Be Considered, You Must Submit Your Quote Prior To The Closing Date/time Listed On This Solicitation. section "s" Of Clause 52.212-4, Order Of Precedence, Is Not Applicable To This Procurement. red Enamel Paint Is Available From Ncp Coatings Llc (9aed3) Poc; Doug Barger, Dbarger@ncpcoatings.com, Ph: 269-683-337 Ext. 247, Part Number N-5564 In 1 Gallon Qty. Part Number N-5564 Meets The Requirements Of Drawing No. 217-7607392 Note 38. \ 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. technical Documents Associated To This Solicitation Or Award Such As; Drawings,technical Data, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.bpmionline.net/ecommerce/default.asp.) these Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To The Award. This Website Requires A password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 2.2 Not Releasable To Foreign Nationals (noforn) Distribution Statement - ;217-7607392; Is Subject To Special Export Controls And Each Transmittal To Foreign Governments Or Foreign Nationals May Be Made Only With Prior Approval Of The Naval Sea Systems Command. 3. Requirements 3.1 Manufacture And Design - The Switch Box Assy 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: ;naval Sea Systems Command (cage 53711); . b. Drawing: ;217-7607392 (dwg 845-4687584 Also Required For Manufacturing); . c. Piece Number: ;item8; . Revision: ; ; . d. Part Number: ;217-7607392item8; . 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. ; ; . 3.2 Navicp-mech Code87 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 Navicp 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 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 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. Navicp Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navicp Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navicp 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, F Or X 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 Defense Logistics Service Center (dlsc) 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 Forign 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 Dcmc Or Nspcc 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 Ar 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 Offerer Is To Enter The Appropriate Price Group. The Price Group Are Defines 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 Inpricing 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 Becoded "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. 6.2 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 navicp-mech code 87321 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 Command (dcmc) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Spe Cifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. Possible Sources For These types Of Documents Are: ihs At Www.ihserc.com/ , American Bureau Of Shipping (abs) At Www.eagle.org, Subscriptions Are Required To Access Documents. 3. Technical Manual/technical Repair Standard Contract Requirements - To Obtain Information On Ordering Technical Manuals, Access The Navy Logistics Library (nll) At (http://nll.ahf.nmci.navy.mil), Publications P2003 Database; I.e. s9074-ar-gib-010 National Stock Number (nsn) 0910lp7314600 t9074-as-gib-010 National Stock Number (nsn) 0910lp7314700 s9074-aq-gib-010 National Stock Number (nsn) 0910lp7314500 vendors Must Be Registered And Have An Account To Order Publications. 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. 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).

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208| 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 Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| inspection System Program Plans, Or Premanufacturing Or Test Procedures|1|45| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4|||x|| annual Representations And Certifications (may 2024)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| a Material Irpod Is Available At The Bpmi Site. Vendor Review Of The Irpod Is Mandatory. 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 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. the Bpmi Ecommerce Website Is Being Moved To A New Url (https://logistics.unnpp.gov/ecommerce) Effective 17 July, 2019. The Current Site Address (https://logistics.bpmionline.net) Will Be Active Until 1 August, 2019, But We Encourage You To Ensure You Are Able To access The New Website At Your Earliest Convenience. If You Have Any Questions, Please Contact The Poc Listed Below. n9432.41 Danny O'neal, Ph: 717-605-4954, Email: Danny.l.oneal8.civ@us.navy.mil \ 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; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 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 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod). 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 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. 6.3 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. mark The Packaging Label With The Nomenclature Identified On The Irpod. date Of First Submission=eoc submit To Navsup-wss, Code N9433 For Review, A Complete Package Of All Applicable Vendor Certified Reports Of Test And Inspection Per Di-qcic-8872(latest Rev) See (individual Repair Parts Ordering Data) Irpod For Individual Documentsrequired. the Package Will Be Submitted Per The Contract Delivery Schedule, And Authorization To Ship Material Must Be Obtained From The Pco. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-qcic-a8872s Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Roti Package To Be Iaw Did Di-qcic-8872(latest Rev). date Of First Submission=045 Dac submit For Approval One Package (iaw Di-qcic-8871) Of All Applicable Procedure, Drawing And Other Pre-manufacturing Submittals, Listed On The Individual Repair Part Ordering Data (irpod) Document(s) And Detailed In The Cited Specification, Within 45 Days After contract Award To The Contracting Officer (navsup-wss Code N9433). See Irpod For Individual Documents Required. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-qcic-a8871 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Procedure Package To Be Iaw Did Di-qcic-8871(latest Rev).

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n9432.23|n/a|717-605-5722|duana.g.cloyd.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8||||||||| 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)||tbd|tbd|tbd|tbd|tbd|tbd|||n/a |||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (feb2024))|11|||||||||||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| small Business Program Representations (feb 2024)|4||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (feb 2024)|13|333613|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| amendment 0001 Brings The Total Quantity To 2 In Lieu Of 3. please Provide Quote solicitation Notes: unless Otherwise Specified, Pricing For Request For Quotation Is Valid 60 Days After The Closing Date Unless Otherwise Specified. Please Specify (if Other Than 60 Days) ____ Days. If You Are Submitting Your Quote Via Email Or Neco Specify The Number Of Days That Pricing Is Valid. 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 Ei9ther 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. bilateral Agreement To Issue Contractual Documents As Detailed Herein. technical Documents Associated With This Solicitation, Such As Drawings, Individual Repair Part Ordering Data (irpod), Strs And Other Procurment Related Documents May Be Obtained At: Htpps://logisitics.unnpp.gov/ecommerce. 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 Irpod And Or Drawings Will Not Be Sent To You. prior To Providing A Quote If Any Exceptions Apply Or Quoting A Different Part Number Other Than The Requirement, Please Provide The Exceptions And Or Documents To Support For Engineering Review Prior To Award. upon Quote, Please Provide Pricing Support With Quote \ 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; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 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 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod). 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 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. 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 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. date Of First Submission=eoc submit To Navsup-wss, Code N9433 For Review, A Complete Package Of All Applicable Vendor Certified Reports Of Test And Inspection Per Di-qcic-8872(latest Rev) See (individual Repair Parts Ordering Data) Irpod For Individual Documentsrequired. the Package Will Be Submitted Per The Contract Delivery Schedule, And Authorization To Ship Material Must Be Obtained From The Pco. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-qcic-a8872s Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Roti Package To Be Iaw Did Di-qcic-8872(latest Rev).

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|s4306a|see Schedule|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| inspection System Program Plans, Or Premanufacturing Or Test Procedures|1|45| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| list Of Solicitation Attachments|5|x|||x|x| small Business Program Representations (feb 2024)|4|333992|1250||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| certification Regarding Knowledge Of Child Labor For Listed End Products(feb 2021))|4||||| annual Representations And Certifications (jan 2025)|13|333992|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| unless Otherwise Specified, Pricing For This Request For Quote Is Valid For 60 Days After The Closing Date As Indicated On The Proposal. Please Specify (if Other Than 60 Days) ______________ Days. if You Are Submitting Your Quote Via E-mail 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 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 Ase-mail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein. 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 Drawingswill Not Be Mailed To You. to Request A Copy Of The Solicitation, Please Contact The Contracting Officer Listed And Provide Your Cage Code. in Order For Your Offer To Be Considered, You Must Submit Your Quote Prior To The Closing Date/time Listed On This Solicitation. section "s" Of Clause 52.212-4, Order Of Precedence, Is Not Applicable To This Procurement. \ 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; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 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 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod). 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. the Packaging Label Shall Be Marked With The Nomenclature: repair Station Kit in Lieu Of: soldering-desolderi \ 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). date Of First Submission=045 Dac submit For Approval One Package (iaw Di-qcic-8871) Of All Applicable Procedure, Drawing And Other Pre-manufacturing Submittals, Listed On The Individual Repair Part Ordering Data (irpod) Document(s) And Detailed In The Cited Specification, Within 45 Days After contract Award To The Contracting Officer (navsup-wss Code N9433). See Irpod For Individual Documents Required. a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-qcic-a8871 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Procedure Package To Be Iaw Did Di-qcic-8871(latest Rev).

Bicol Medical Center Tender

Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 19.6 Million (USD 339.7 K)
Details: Description Invitation To Bid For Procurement Of Security Services For Bmc-naga For Cy 2025 Ib No. 2024-71 1. The Bicol Medical Center, Through The National Expenditure Program 2025 Intends To Apply The Sum Of Pesos Nineteen Million Six Hundred Eighty-six Thousand Eight Hundred Sixty-eight & 80/100 (php 19,686,868.80) Being The Abc To Payments Under The Contract For Procurement Of Security Services For Bmc-naga For Cy 2025- Ib No. 2024-71. For Purpose Of Early Procurement Authorized Under Section 7.6 Of The 2016 Revised Irr Of Ra No. 9184, The Proposed Budget Under The Fy 2025 National Expenditure Program Shall Be Used As Basis. Further, Consistent With The Requirement In The Same Section 7.6, No Award Of Contract Shall Be Made Until The Approved And Effectivity Of The Fy 2025 General Appropriations Act. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bicol Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bicol Medical Center And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Bac Secretariat Office (procurement Office), Bicol Medical Center. Schedule And Fees Of The Procurement Activities Is Listed In Tabular Form Below: Name Of Project Schedule Of Activities Sale Of Bid Documents Pre – Bid Conference Deadline Of Bid Submission Bid Opening Price Of Bid Documents Procurement Of Security Services For Bmc-naga For Cy 2025 December 12, 2024 – January 2, 2025 December 20, 2024 2:30p.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center January 2, 2025 1.00p.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center January 2, 2025 2.00p.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center Pesos Twenty Five Thousand (php 25,0000.00) Site Inspection Contact Person: Mr. Sofio U. Mella Iii / Mr. Rolando Tianes Assistant Head Security Security Guard I Contact No. 0947 349 1577 0921 356 2541 December 12 -27, 2024 To– 8:00 Am To 12:00 Noon; 1:00 Pm To 5:00pm (office Hours) Note: For Site Inspection Beyond Office Hours, Bidders Should Submit A Request In Writing To The Security Section At Least 3 Days Prior To The Inspection Date. Site Inspection Certificate Shall Be Issued Upon Presentation Of Official Receipt Or Validated Deposit Slip As Proof Of Payment For Bidding Documents. Payment For The Bidding Documents Can Be Made Through Cash Deposit, Online Bank Transfer Or Through The Land Bank Of The Philippines Link.bizportal (lbp-eservices.com) Using The Details Below: Account Name: Bicol Medical Center – Lbp Rotunda, Naga City Account Number: 3762-1010-67 Link.bizportal Merchant Name: Bicol Medical Center For Cash Deposits: Bidders Must Submit The Bank Validated Deposit Slip Of The Transaction Indicating The Name Of The Company And Purpose Of The Transfer. For Online Bank Transfers Or Link.bizportal Payments: Bidders Must Submit A Screenshot Of The Successful Transaction Together With The Name Of The Company And Purpose Of The Transfer. Kindly Email The Proof Of Payment To Bmc.bac2@gmail.com For The Processing Of The Official Receipt. 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 Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bicol Medical Center Will Hold A Pre-bid Conference On The Above Stated Date And/or Through Video Conferencing Or Webcasting Via Cisco Webex, Which Shall Be Open To Prospective Bidders. The Prospective Bidders Are Advised To Register First On Or Before December 20, 2024 – 1:00pm At Bmc.bac2@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Pre-bid Conference Starts. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Or Online / Electronic Submission On The Address, Date And Time As Stated Above. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening In The Address, Date And Time As Stated Above And/or Via Cisco Webex. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Official Representative Of Prospective Bidders Who Acquired Bidding Documents Who Will Be Participating Online Are Advised To Register First On Or Before January 2, 2025 – 1:00pm At Bmc.bac2@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Bid Opening Starts. 10. In Case Of Electronic Bid Submission, Please Take Note Of The Following: • Bids Must Contain The Technical And Financial Eligibility Requirements Inside Two (2) Separate Archived And Password Protected Folders (pdf Format). • The Folder Containing The Technical Eligibility Requirements Must Be Named And Identified With The Word Technical E.g. Ib-2024-71-companyname-technical • The Folder Containing The Financial Eligibility Requirements Must Be Named And Identified With The Word Financial E.g. Ib-2024-71-companyname-financial • The Archived And Password Protected Technical And Financial Folders Must Be Placed Inside A Main Folder With A File Name Indicating The Itb Number Followed By The Name Of Your Company • The Main Folder Shall Again Be Archived Without Password Protection • All Electronic Submissions Must Be Submitted On Or Before January 2, 2025, 1:00pm Philippine Standard Time To Bmc.ebidding@gmail.com • The Subject Of Your Email Must Indicate The Itb Number Followed By The Name Of Your Company In Uppercase Format Exactly As Seen In The Example Below. E.g. Ib-2024-71-companyname • Upon Submission, Bidders Shall Receive An Automatically Generated Acknowledgement From The Bmc Bac Secretariat Confirming The Receipt. • The Acknowledgement Shall Serve As Your Proof Of Submission Of The Bidding Document. • Bidders Who Submitted Through Electronic Mail But Did Not Receive An Acknowledgement Are Advised To Review The Subject Of Their Submission To Make Sure That It Follows The Required Format. • If The Bidders Are Still Encountering Problems With Their Bid Submissions, Kindly Contact The Bmc Bac Secretariat At 0998-247-0239 For Further Assistance. For Bidders Who Submitted Bids Through Electronic Mail, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through Videoconferencing, Webcasting Or Similar Technology. Bidder Who Opt To Participate In The Bid Opening Through Video Conferencing May Do So By Following The Instructions Provided In The Acknowledgement Email. 11. The Bicol Medical Center 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mr. Dustin P. Formalejo Head, Bac Secretariat Procurement Section 2nd Floor, New Er Building Bicol Medical Center Concepcion Pequeña Naga City, 4400 Email Address: Bmc.bac2@gmail.com Cellphone Numbers: 0998 247 0239 Website: Http://bmc.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bmc.doh.gov.ph/opportunities/bidding-documents For Online Bid Submission: Bmc.ebidding@gmail.com December 12, 2024 [date Of Issue] Sgd.wulfrano J. Ricafort Jr., Md, Mha, Dpbs Bac Ii Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 1.2 Million (USD 20.6 K)
Details: Description Invitation To Bid I. The Dpwh-lanao Del Norte 2nd District Engineering Office, Through (gaa) Fy 2025 Intends To Apply The Sum As Enumerated Below Being The Approved Budget For The Contract (abc): 1. 25kf0060– Asset Preservation Program- Rehabilitation/reconstruction Of Roads With Slips, Slope Collapse And Landslide – Tertiary Roads, Dobleston-butadon Road, K2005+043-k2005+075, Kapatagan, Lanao Del Norte Abc – Php 2,421,580.00 2. 25kf0061– Special Road Fund – Motor Vehicle Users Charge (mvuc) As Per R.a. 11239 – Installation/application Of Road Safety Facilities (pavement Markings, Road Signs) Along Linamon-zamboanga Road, K1604+000-k1604+500, Kapatagan, Lanao Del Norte Abc – Php 1,205,400.00 3. 25kf0062– Special Road Fund – Motor Vehicle Users Charge (mvuc) As Per R.a. 11239 – Installation/application Of Road Safety Facilities (pavement Markings, Road Signs) Along Linamon-zamboanga Road, K1602+700-k1603+500, Lala-kapatagan, Lanao Del Norte Abc – Php 1,131,900.00 4. 25kf0063- Special Road Fund – Motor Vehicle Users Charge (mvuc) As Per R.a. 11239 – Installation/application Of Road Safety Facilities (pavement Markings, Road Signs) Along Linamon-zamboanga Road, K1604+800-k1605+300, Kapatagan, Lanao Del Norte Abc – P1,445,500.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Asset Preservation Program- Rehabilitation/reconstruction Of Roads With Slips, Slope Collapse And Landslide – Tertiary Roads, Dobleston-butadon Road, K2005+043-k2005+075 Contract Id No. : 25kf0060 Locations : Kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction (rc Slope Protection) Part G: Drainage And Slope Protection Structures Approved Budget For The Contract : Php 2,421,580.00 Contract Duration : 57 Cd Cost Of Bidding Document : Php 4,000.00 2.name Of Contract : Special Road Fund – Motor Vehicle Users Charge (mvuc) As Per R.a. 11239 – Installation/application Of Road Safety Facilities (pavement Markings, Road Signs) Along Linamon-zamboanga Road, K1604+000-k1604+500 Contract Id No. : 25kf0061 Locations : Kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part H: Miscellaneous Structures Approved Budget For The Contract : Php 1,205,400.00 Contract Duration : 21 Cd Cost Of Bidding Document : Php 2,000.00 3.name Of Contract : Special Road Fund – Motor Vehicle Users Charge (mvuc) As Per R.a. 11239 – Installation/application Of Road Safety Facilities (pavement Markings, Road Signs) Along Linamon-zamboanga Road, K1602+700-k1603+500 Contract Id No. : 25kf0062 Locations : Lala-kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part H: Miscellaneous Structures Approved Budget For The Contract : Php 1,131,900.00 Contract Duration : 21 Cd Cost Of Bidding Document : Php 2,000.00 4.name Of Contract : Special Road Fund – Motor Vehicle Users Charge (mvuc) As Per R.a. 11239 – Installation/application Of Road Safety Facilities (pavement Markings, Road Signs) Along Linamon-zamboanga Road, K1604+800-k1605+300 Contract Id No. : 25kf0063 Locations : Kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part H: Miscellaneous Structures Approved Budget For The Contract : Php 1,445,500.00 Contract Duration : 25 Cd Cost Of Bidding Document : Php 2,000.00 Iii. 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. Iv. 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. V. Interested Bidders May Obtain Further Information From The Dpwh - Lanao Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At 0054 Seminary Drive, Del Carmen, Iligan City During Weekdays From 8:30 Am To 4:30 Pm. Vi. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Vii. 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. Viii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On December 23, 2024 At 10:00 A.m. At The Conference Room, Dpwh-ldn 2nd Deo, Seminary Drive, Del Carmen, Iligan City, Which Shall Be Open To Prospective Bidders. Ix. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) Which Is Contract Specific And Presentation Of Two (2) Valid Identification Issued By Government Institution. X. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lanaodelnorte2 For Electronic Submission On Or Before January 6, 2025 At 2:00 Pm . All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xi. Bid Opening Shall Be On January 6, 2025 At 2:05 Pm At Conference Room, Dpwh-lanao Del Norte 2nd Deo, 0054 Seminary Drive, Del Carmen, Iligan City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Xii. The Dpwh - Lanao Del Norte 2nd 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. Xiii. For Further Information, Please Refer To: Bac Secretariat Head: Hamima M. Sambitory Engineer Ii, Oic Head, Procurement Unit Address : Dpwh-lanao Del Norte 2nd Deo(formerly Dpwh-ldn 1st Deo) 0054 Seminary Drive, Del Carmen, Iligan City Telephone No. : (063) 228-3224 Local 74811 Email Address : Dpwhbac2018@gmail.com Date Of Websites Posting: December 16-22, 2024 For Online Participation During: Prebid Conference And Opening Of Bids: Zoom Id : 399 906 5943 Passcode : Ldn12021 For Youtube Live Streaming: Http://www.youtube.com/@dpwhldn2deo Barmila S. Mohamad Oic-assistant District Engineer Bac Chairperson Telephone No.: (063) 228-3224 Local 74804 Email Address : Dpwhbac2018@gmail.com Itb Control No. 25cw015

Department Of Public Works And Highways Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 6.6 Million (USD 112.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Lanao Del Norte 2nd District Engineering Office 0054 Seminary Drive Del Carmen, Iligan City, Region X Invitation To Bid I. The Dpwh-lanao Del Norte 2nd District Engineering Office, Through (gaa) Fy 2025 Intends To Apply The Sum As Enumerated Below Being The Approved Budget For The Contract (abc): 1. 25kf0064– Flood Management Program-construction/maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Mahayahay Cis, Kapatagan, Lanao Del Norte Abc – Php 14,700,000.00 2. 25kf0065– - Flood Management Program-construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Bulungan Cis, Sapad, Lanao Del Norte Abc – Php 14,700,000.00 3. 25kf0066– Bridge Program-replacement Of Permanent Weak Bridges-maranding Br. (fvr) (b00967mn) Along Linamon-zambonga Rd., Lala, Lanao Del Norte Abc – Php 17,635,348.90 4. 25kf0067– Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1643+494-k1643+564, Nunungan, Lanao Del Norte Abc – Php 6,619,900.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Flood Management Program-construction/maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Mahayahay Cis Contract Id No. : 25kf0064 Locations : Kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part I-a: Earthworks; Part I-b: Bank & Slope Protection Works; Part E: Surface Courses Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 139 Cd Cost Of Bidding Document : Php 15,000.00 2.name Of Contract : Flood Management Program-construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Bulungan Cis, Sapad, Lanao Del Norte Contract Id No. : 25kf0065 Locations : Sapad, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part I-a: Earthworks; Part I-b: Bank & Slope Protection Works; Part E: Surface Courses Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 139 Cd Cost Of Bidding Document : Php 15,000.00 3.name Of Contract : Bridge Program-replacement Of Permanent Weak Bridges-maranding Br. (fvr) (b00967mn) Along Linamon-zambonga Rd., Contract Id No. : 25kf0066 Locations : Lala, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part D: Subabase And Base Course; Part E: Surface Courses; Part F: Bridge Construction; Part G: Drainage And Slope Protection Structures; Part H: Miscellaneous Structures Approved Budget For The Contract : Php 17,635,348.90 Contract Duration : 167 Cd Cost Of Bidding Document : Php 20,000.00 4.name Of Contract : Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1643+494-k1643+564 Contract Id No. : 25kf0067 Locations : Nunungan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction (rc Slope Protection) Approved Budget For The Contract : Php 6,619,900.00 Contract Duration : 123 Cd Cost Of Bidding Document : Php 8,000.00 Iii. 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 Up To Aa For Large A. 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. Iv. 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. V. Interested Bidders May Obtain Further Information From The Dpwh - Lanao Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At 0054 Seminary Drive, Del Carmen, Iligan City During Weekdays From 8:30 Am To 4:30 Pm. Vi. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To January 20, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Vii. 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. Viii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On January 6, 2025 At 10:00 A.m. At The Conference Room, Dpwh-ldn 2nd Deo, Seminary Drive, Del Carmen, Iligan City, Which Shall Be Open To Prospective Bidders. Ix. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) Which Is Contract Specific And Presentation Of Two (2) Valid Identification Issued By Government Institution. X. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lanaodelnorte2 For Electronic Submission On Or Before January 20, 2025 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xi. Bid Opening Shall Be On January 20, 2025 At 2:05 Pm At Conference Room, Dpwh-lanao Del Norte 2nd Deo, 0054 Seminary Drive, Del Carmen, Iligan City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Xii. The Dpwh - Lanao Del Norte 2nd 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. Xiii. For Further Information, Please Refer To: Bac Secretariat Head: Hamima M. Sambitory Engineer Ii, Oic Head, Procurement Unit Address : Dpwh-lanao Del Norte 2nd Deo(formerly Dpwh-ldn 1st Deo) 0054 Seminary Drive, Del Carmen, Iligan City Telephone No. : (063) 228-3224 Local 74811 Email Address : Dpwhbac2018@gmail.com Date Of Websites Posting: December 28, 2024-january 3, 2025 For Online Participation During: Prebid Conference And Opening Of Bids: Zoom Id : 399 906 5943 Passcode : Ldn12021 For Youtube Live Streaming: Http://www.youtube.com/@dpwhldn2deo Barmila S. Mohamad Oic-assistant District Engineer Bac Chairperson Telephone No.: (063) 228-3224 Local 74804 Email Address : Dpwhbac2018@gmail.com Itb Control No. 25cw017

Bicol Medical Center Tender

Healthcare and Medicine
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 110.9 Million (USD 1.8 Million)
Details: Description Invitation To Bid For Supply & Delivery Of Medical Supplies (specialty Clinics) For Cy 2025 Through Framework Agreement F-ib No. 2024-09 1. The Bicol Medical Center, Using A Single-year Framework Agreement, Through The National Expenditure Program 2025 (nep 2025) Intends To Apply The Sum Of Pesos One Hundred Ten Million Nine Hundred Twenty-eight Thousand Four Hundred Fifty (php 110,928,450.00) Being The Abc To Payments Under The Contract For Supply & Delivery Of Medical Supplies (specialty Clinics) For Cy 2025 - F-ib No. 2024-09. For Purpose Of Early Procurement Authorized Under Section 7.6 Of The 2016 Revised Irr Of Ra No. 9184, The Proposed Budget Under The Fy 2025 National Expenditure Program Shall Be Used As Basis. Further, Consistent With The Requirement In The Same Section 7.6, No Award Of Contract Shall Be Made Until The Approved And Effectivity Of The Fy 2025 General Appropriations Act. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bicol Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 10 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 3 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bicol Medical Center And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Bac Secretariat Office (procurement Section), Bicol Medical Center. Schedule And Fees Of The Procurement Activities Is Listed In Tabular Form Below: Name Of Project Schedule Of Activities Sale Of Bid Documents Pre – Bid Conference Deadline Of Bid Submission Bid Opening Price Of Bidding Documents Total Abc To Be Bid Cost (php) Supply & Delivery Of Medical Supplies (specialty Clinics) For Cy 2025 Through Framework Agreement December 27, 2024 – January 28, 2025 January 13, 2025 9:30 A.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center January 28, 2025 8:30a.m Procurement Section, 2nd Floor, New Er Building, Bicol Medical Center January 28, 2025 9:30 A.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center 500 Thousand And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million 50,000.00 Payment For The Bidding Documents Can Be Made Through Cash Deposit, Online Bank Transfer Or Through The Land Bank Of The Philippines Link.bizportal (lbp-eservices.com) Using The Details Below: Account Name: Bicol Medical Center – Lbp Rotunda, Naga City Account Number: 3762-1010-67 Link.bizportal Merchant Name: Bicol Medical Center For Cash Deposits: Bidders Must Submit The Bank Validated Deposit Slip Of The Transaction Indicating The Name Of The Company And Purpose Of The Transfer. For Online Bank Transfers Or Link.bizportal Payments: Bidders Must Submit A Screenshot Of The Successful Transaction Together With The Name Of The Company And Purpose Of The Transfer. Kindly Email The Proof Of Payment To Bmc.bacoffice2024@gmail.com For The Processing Of The Official Receipt. 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 Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bicol Medical Center Will Hold A Pre-bid Conference On The Above Stated Date And/or Through Video Conferencing Or Webcasting Via Cisco Webex, Which Shall Be Open To Prospective Bidders. The Prospective Bidders Are Advised To Register First On Or Before January 13, 2025 – 8:30am At Bmc.bacoffice2024@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Pre-bid Conference Starts. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Or Online / Electronic Submission On The Address, Date And Time As Stated Above. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening In The Address, Date And Time As Stated Above And/or Via Cisco Webex Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Official Representative Of Prospective Bidders Who Acquired Bidding Documents Who Will Be Participating Online Are Advised To Register First On Or Before January 28, 2025 – 8:30am At Bmc.bacoffice2024@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Bid Opening Starts. 10. In Case Of Electronic Bid Submission, Please Take Note Of The Following: • Bids Must Contain The Technical And Financial Eligibility Requirements Inside Two (2) Separate Archived And Password Protected Folders (pdf Format). • The Folder Containing The Technical Eligibility Requirements Must Be Named And Identified With The Word Technical E.g. F-ib-2024-09-companyname-technical • The Folder Containing The Financial Eligibility Requirements Must Be Named And Identified With The Word Financial E.g. F-ib-2024-09-companyname-financial • The Archived And Password Protected Technical And Financial Folders Must Be Placed Inside A Main Folder With A File Name Indicating The Itb Number Followed By The Name Of Your Company • The Main Folder Shall Again Be Archived Without Password Protection • All Electronic Submissions Must Be Submitted On Or Before January 28, 2025, 8:30am Philippine Standard Time To Bmc.ebidding@gmail.com • The Subject Of Your Email Must Indicate The Itb Number Followed By The Name Of Your Company In Uppercase Format Exactly As Seen In The Example Below. E.g. F-ib-2024-09-companyname • Upon Submission, Bidders Shall Receive An Automatically Generated Acknowledgement From The Bmc Bac Secretariat Confirming The Receipt. • The Acknowledgement Shall Serve As Your Proof Of Submission Of The Bidding Document. • Bidders Who Submitted Through Electronic Mail But Did Not Receive An Acknowledgement Are Advised To Review The Subject Of Their Submission To Make Sure That It Follows The Required Format. • If The Bidders Are Still Encountering Problems With Their Bid Submissions, Kindly Contact The Bmc Bac Secretariat At 0998-247-0239 For Further Assistance. • For Bidders Who Submitted Bids Through Electronic Mail, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through Videoconferencing, Webcasting Or Similar Technology. • Bidder Who Opt To Participate In The Bid Opening Through Video Conferencing May Do So By Following The Instructions Provided In The Acknowledgement Email. 11. The Bicol Medical Center 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 Sections35.6 And 41 Of The2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mr. Dustin P. Formalejo Head, Bac Secretariat Procurement Section 2nd Floor, New Er Building Bicol Medical Center Concepcion Pequeña Naga City, 4400 Email Address: Bmc.bacoffice2024@gmail.com Cellphone Numbers: 0998 247 0239 Website: Http://bmc.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bmc.doh.gov.ph/opportunities/bidding-documents For Online Bid Submission: Bmc.ebidding@gmail.com December 27, 2024 [date Of Issue] ______________________________________ (sgd.) Wilbur B. Belleca, Md, Fpoa, Fpcs, Mha, Cha Bac-i Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 17.6 Million (USD 300.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Lanao Del Norte 2nd District Engineering Office 0054 Seminary Drive Del Carmen, Iligan City, Region X Invitation To Bid I. The Dpwh-lanao Del Norte 2nd District Engineering Office, Through (gaa) Fy 2025 Intends To Apply The Sum As Enumerated Below Being The Approved Budget For The Contract (abc): 1. 25kf0064– Flood Management Program-construction/maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Mahayahay Cis, Kapatagan, Lanao Del Norte Abc – Php 14,700,000.00 2. 25kf0065– - Flood Management Program-construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Bulungan Cis, Sapad, Lanao Del Norte Abc – Php 14,700,000.00 3. 25kf0066– Bridge Program-replacement Of Permanent Weak Bridges-maranding Br. (fvr) (b00967mn) Along Linamon-zambonga Rd., Lala, Lanao Del Norte Abc – Php 17,635,348.90 4. 25kf0067– Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1643+494-k1643+564, Nunungan, Lanao Del Norte Abc – Php 6,619,900.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Flood Management Program-construction/maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Mahayahay Cis Contract Id No. : 25kf0064 Locations : Kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part I-a: Earthworks; Part I-b: Bank & Slope Protection Works; Part E: Surface Courses Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 139 Cd Cost Of Bidding Document : Php 15,000.00 2.name Of Contract : Flood Management Program-construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Bulungan Cis, Sapad, Lanao Del Norte Contract Id No. : 25kf0065 Locations : Sapad, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part I-a: Earthworks; Part I-b: Bank & Slope Protection Works; Part E: Surface Courses Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 139 Cd Cost Of Bidding Document : Php 15,000.00 3.name Of Contract : Bridge Program-replacement Of Permanent Weak Bridges-maranding Br. (fvr) (b00967mn) Along Linamon-zambonga Rd., Contract Id No. : 25kf0066 Locations : Lala, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part D: Subabase And Base Course; Part E: Surface Courses; Part F: Bridge Construction; Part G: Drainage And Slope Protection Structures; Part H: Miscellaneous Structures Approved Budget For The Contract : Php 17,635,348.90 Contract Duration : 167 Cd Cost Of Bidding Document : Php 20,000.00 4.name Of Contract : Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1643+494-k1643+564 Contract Id No. : 25kf0067 Locations : Nunungan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction (rc Slope Protection) Approved Budget For The Contract : Php 6,619,900.00 Contract Duration : 123 Cd Cost Of Bidding Document : Php 8,000.00 Iii. 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 Up To Aa For Large A. 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. Iv. 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. V. Interested Bidders May Obtain Further Information From The Dpwh - Lanao Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At 0054 Seminary Drive, Del Carmen, Iligan City During Weekdays From 8:30 Am To 4:30 Pm. Vi. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To January 20, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Vii. 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. Viii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On January 6, 2025 At 10:00 A.m. At The Conference Room, Dpwh-ldn 2nd Deo, Seminary Drive, Del Carmen, Iligan City, Which Shall Be Open To Prospective Bidders. Ix. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) Which Is Contract Specific And Presentation Of Two (2) Valid Identification Issued By Government Institution. X. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lanaodelnorte2 For Electronic Submission On Or Before January 20, 2025 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xi. Bid Opening Shall Be On January 20, 2025 At 2:05 Pm At Conference Room, Dpwh-lanao Del Norte 2nd Deo, 0054 Seminary Drive, Del Carmen, Iligan City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Xii. The Dpwh - Lanao Del Norte 2nd 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. Xiii. For Further Information, Please Refer To: Bac Secretariat Head: Hamima M. Sambitory Engineer Ii, Oic Head, Procurement Unit Address : Dpwh-lanao Del Norte 2nd Deo(formerly Dpwh-ldn 1st Deo) 0054 Seminary Drive, Del Carmen, Iligan City Telephone No. : (063) 228-3224 Local 74811 Email Address : Dpwhbac2018@gmail.com Date Of Websites Posting: December 28, 2024-january 3, 2025 For Online Participation During: Prebid Conference And Opening Of Bids: Zoom Id : 399 906 5943 Passcode : Ldn12021 For Youtube Live Streaming: Http://www.youtube.com/@dpwhldn2deo Barmila S. Mohamad Oic-assistant District Engineer Bac Chairperson Telephone No.: (063) 228-3224 Local 74804 Email Address : Dpwhbac2018@gmail.com Itb Control No. 25cw017

Bicol Medical Center Tender

Healthcare and Medicine
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 235.7 Million (USD 4 Million)
Details: Description Invitation To Bid For Supply & Delivery Of Medical Supplies (clinical) For Cy 2025 Through Framework Agreement F-ib No. 2024-10 1. The Bicol Medical Center, Using A Single-year Framework Agreement, Through The National Expenditure Program 2025 (nep 2025) Intends To Apply The Sum Of Pesos Two Hundred Thirty-five Million Seven Hundred Forty-four Thousand One Hundred Fifty (php 235,744,150.00) Being The Abc To Payments Under The Contract For Supply & Delivery Of Medical Supplies (clinical) For Cy 2025 - F-ib No. 2024-10. For Purpose Of Early Procurement Authorized Under Section 7.6 Of The 2016 Revised Irr Of Ra No. 9184, The Proposed Budget Under The Fy 2025 National Expenditure Program Shall Be Used As Basis. Further, Consistent With The Requirement In The Same Section 7.6, No Award Of Contract Shall Be Made Until The Approved And Effectivity Of The Fy 2025 General Appropriations Act. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bicol Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 10 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 3 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bicol Medical Center And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Bac Secretariat Office (procurement Section), Bicol Medical Center. Schedule And Fees Of The Procurement Activities Is Listed In Tabular Form Below: Name Of Project Schedule Of Activities Sale Of Bid Documents Pre – Bid Conference Deadline Of Bid Submission Bid Opening Price Of Bidding Documents Total Abc To Be Bid Cost (php) Supply & Delivery Of Medical Supplies (clinical) For Cy 2025 Through Framework Agreement December 27, 2024 – January 30, 2025 January 13, 2025 9:30 A.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center January 30, 2025 8:30a.m Procurement Section, 2nd Floor, New Er Building, Bicol Medical Center January 30, 2025 9:30 A.m Procurement Conference Room, 2nd Floor, New Er Building, Bicol Medical Center 500 Thousand And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million 50,000.00 Payment For The Bidding Documents Can Be Made Through Cash Deposit, Online Bank Transfer Or Through The Land Bank Of The Philippines Link.bizportal (lbp-eservices.com) Using The Details Below: Account Name: Bicol Medical Center – Lbp Rotunda, Naga City Account Number: 3762-1010-67 Link.bizportal Merchant Name: Bicol Medical Center For Cash Deposits: Bidders Must Submit The Bank Validated Deposit Slip Of The Transaction Indicating The Name Of The Company And Purpose Of The Transfer. For Online Bank Transfers Or Link.bizportal Payments: Bidders Must Submit A Screenshot Of The Successful Transaction Together With The Name Of The Company And Purpose Of The Transfer. Kindly Email The Proof Of Payment To Bmc.bacoffice2024@gmail.com For The Processing Of The Official Receipt. 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 Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bicol Medical Center Will Hold A Pre-bid Conference On The Above Stated Date And/or Through Video Conferencing Or Webcasting Via Cisco Webex, Which Shall Be Open To Prospective Bidders. The Prospective Bidders Are Advised To Register First On Or Before January 13, 2025 – 8:30am At Bmc.bacoffice2024@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Pre-bid Conference Starts. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Or Online / Electronic Submission On The Address, Date And Time As Stated Above. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening In The Address, Date And Time As Stated Above And/or Via Cisco Webex Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Official Representative Of Prospective Bidders Who Acquired Bidding Documents Who Will Be Participating Online Are Advised To Register First On Or Before January 30, 2025 – 8:30am At Bmc.bacoffice2024@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Bid Opening Starts. 10. In Case Of Electronic Bid Submission, Please Take Note Of The Following: • Bids Must Contain The Technical And Financial Eligibility Requirements Inside Two (2) Separate Archived And Password Protected Folders (pdf Format). • The Folder Containing The Technical Eligibility Requirements Must Be Named And Identified With The Word Technical E.g. F-ib-2024-10-companyname-technical • The Folder Containing The Financial Eligibility Requirements Must Be Named And Identified With The Word Financial E.g. F-ib-2024-10-companyname-financial • The Archived And Password Protected Technical And Financial Folders Must Be Placed Inside A Main Folder With A File Name Indicating The Itb Number Followed By The Name Of Your Company • The Main Folder Shall Again Be Archived Without Password Protection • All Electronic Submissions Must Be Submitted On Or Before January 30, 2025, 8:30am Philippine Standard Time To Bmc.ebidding@gmail.com • The Subject Of Your Email Must Indicate The Itb Number Followed By The Name Of Your Company In Uppercase Format Exactly As Seen In The Example Below. E.g. F-ib-2024-10-companyname • Upon Submission, Bidders Shall Receive An Automatically Generated Acknowledgement From The Bmc Bac Secretariat Confirming The Receipt. • The Acknowledgement Shall Serve As Your Proof Of Submission Of The Bidding Document. • Bidders Who Submitted Through Electronic Mail But Did Not Receive An Acknowledgement Are Advised To Review The Subject Of Their Submission To Make Sure That It Follows The Required Format. • If The Bidders Are Still Encountering Problems With Their Bid Submissions, Kindly Contact The Bmc Bac Secretariat At 0998-247-0239 For Further Assistance. • For Bidders Who Submitted Bids Through Electronic Mail, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through Videoconferencing, Webcasting Or Similar Technology. • Bidder Who Opt To Participate In The Bid Opening Through Video Conferencing May Do So By Following The Instructions Provided In The Acknowledgement Email. 11. The Bicol Medical Center 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 Sections35.6 And 41 Of The2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mr. Dustin P. Formalejo Head, Bac Secretariat Procurement Section 2nd Floor, New Er Building Bicol Medical Center Concepcion Pequeña Naga City, 4400 Email Address: Bmc.bacoffice2024@gmail.com Cellphone Numbers: 0998 247 0239 Website: Http://bmc.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bmc.doh.gov.ph/opportunities/bidding-documents For Online Bid Submission: Bmc.ebidding@gmail.com December 27, 2024 [date Of Issue] ______________________________________ (sgd.) Wilbur B. Belleca, Md, Fpoa, Fpcs, Mha, Cha Bac-i Chairperson
6811-6820 of 10000 archived Tenders