Website Tenders

Website Tenders

Municipality Of Lingayen, Pangasinan Tender

Civil And Construction...+1Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 650 K (USD 11.2 K)
Details: Description Republic Of The Philippines Province Of Pangasinan Municipality Of Lingayen Invitation To Bid For The Procurement Of Basketball Board Undertaken Through Early Procurement Activity The Local Government Unit (lgu) Of Lingayen, Intends To Apply The Sum Of Six Hundred Fifty Thousand Pesos (p650,000.00) Only Being The Approved Budget For The Contract (abc) To Pay For The Procurement Of Basketball Board Undertaken Through Early Procurement Activity With Purchase Request No. 100-24-11-853 To Be Charged Through The General Fund- Mooe. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Lingayen Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days . Bidders Should Have Completed, Within Three (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). 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. Prospective Bidders May Obtain Further Information From Bac Office, Municipal Hall Building, Lingayen, Pangasinan And Inspect The Bidding Documents At The Address Given Below During 8:00 In The Morning To 5:00 In The Afternoon, Monday To Friday Except Holidays. A Complete Set Of Bidding Documents May Be Acquired Starting December 5, 2024- January 7, 2025 From The Bac Office, Municipal Hall Building, Lingayen, Pangasinan And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1,000.00) Only. The Bidder Or Authorize Representative Shall Present Its Proof Of Payment Of Fees Personally To The Bac Office Before Bidding Documents Will Be Released. The Local Government Unit Of Lingayen Will Hold A Pre-bid Conference On December 23, 2024, 9:15 A.m. At Municipal Conference Room, Municipal Hall Building, Lingayen, Pangasinan. Prospective Bidders Are Highly Encouraged To Attend The Pre- Bid Conference. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Of The Bids And Awards Committee, Local Government Unit Of Lingayen, Municipal Hall, Lingayen, Pangasinan 2401 On Or Before 9:00 In The Morning, January 7, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Thus, This Early Procurement Shall Be Governed By The Gppb Circular No. 06-2019 Dated July 17, 2019, Which Shall Include, But Not Limited To The: A. Rules And Procedure Of Epa: The Conduct Of Epa From Posting To Recommendation Of The Bac To The Hope As To The Award Of The Contract Shall Observe The Mandatory Timeliness Set Forth In The 2016 Revised Implementing The Rules And Regulations (irr) Of Republic Act No. (ra) No. 9184, Including The Period For Re-bidding Which Shall Be Within Fifteen (15) Days After Each Declaration Of Failure Of Bidding, Which May Be Extended Up To Thirty (30) Days Upon Approval Of The Hope. B. Fixed Price Rule In Procurement No Change Shall Be Made On The Contract Price By Reason Of Escalation In Currency. Any Adjustment In Contract Price Shall Be Done In Accordance With Guidelines Provided By Law. C. Extension Of The Bid Validity And Security The Validity Of Their Bidder’s Bid Securities Shall Be Beyond One Hundred Twenty (120) Calendar Days, Prior To Their Expiration, If The Funding Source For The Procurement Project Has Yet To Be Approved And Made Effective. A Change In The Form Of The Bid Security Is Allowed If This Is Made Of Prior To The Expiration Of The Bid Validity Sought To Be Extended. If The Bidder Refuses To Extend The Bid Validity, The Local Government Unit Of Lingayen Shall Reject The Bid Submitted By Said Bidder. D. Validity Of The Eligibility Requirements Must Be Confirmed Prior To The Award Of Contract. E. Conditions Of Award: I. Procurement Project Undertaken Through Epa May Be Awarded Upon Approval And Effectivity Of The Appropriations Ordinance, Regardless Of The Posted Abc. Ii. If The Amount Authorized For A Procurement Project Has Been Reduced, The Procuring Entity May Still Make An Award If The Contract Price To Be Awarded Is Within The Amount Authorized In The Appropriations Ordinance Regardless Of The Posted Abc. Iii. The Hope Shall Not Award Any Procurement Project If The Amount Therefore Has Been Withdrawn Or In The Event The Amount Authorized In The Appropriations Ordinance Is Lower Than The Amount Of Contract To Be Awarded. Iv. In All Instances, The Hope Has The Authority To Exercise The Reservation Clause Under Section 41 Of Ra No. 9174, Which Grants The Hope The Right Not To Award The Contract If, For Any Justifiable And Reasonable Ground, The Award Of The Contract Will Not Redound To The Benefit Of The Government. F. The Date Of Earliest Delivery Period Shall Be Thirty (30) Days Bid Opening Shall Be At The Municipal Conference Hall, 2nd Floor, Municipal Hall Building, Lingayen, Pangasinan On January 7, 2025, After The Closing Time Of The Submission Of Bids. Bids Will Be Opened In The Presence Of The Bidders’ Representatives And Observers Who Choose To Attend The Activity. The Municipality Of Lingayen 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. For Further Information, Please Refer To: (sgd)sharon S. Sison Bac Secretary Lgu Lingayen Municipal Hall Building Lingayen, Pangasinan 2401 You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.lingayen.gov.ph December 5, 2024 [date Of Issue] (sgd)roberto Dg. Sylim Bac Vice Chairperson

Phil Institute Of Traditional & Alternative Health Care Tender

Others
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 3.9 Million (USD 66.8 K)
Details: Description Invitation To Bid For Procurement Of Janitorial And Allied Manpower Services For The Philippine Institute Of Traditional And Alternative Health Care (multi-year Contract For Calendar Years 2025, 2026 And 2027) (rebidding) (early Procurement Activities) 1. The Philippine Institute Of Traditional And Alternative Health Care (pitahc), Through The Budget Proposal Fy 2025 With Multi-year Contractual Authority Approved By The Pitahc Board Of Trustees Through Its Resolution No. 19 Series Of 2024 Dated 07 November 2024 Intends To Apply The Sum Of Three Million Nine Hundred Six Thousand Seven Hundred Pesos And 95/100 Centavos (php3,906,700.95) Being The Total Abc To Payments Under The Contract For The Project Procurement Of Janitorial And Allied Manpower Services For The Philippine Institute Of Traditional And Alternative Health Care (multi-year Contract For Calendar Years 2025, 2026 And 2027) (rebidding) (early Procurement Activities): Lot Year(s) Personnel Requirement Abc (in Php) 1 Year 1 – Cy 2025 4 1,122,219.77 Year 2 – Cy 2026 5 1,392,240.59 Year 3 – Cy 2027 5 1,392,240.59 For The Purpose Of Early Procurement Authorized Under Section 7.6 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, The Proposed Budget Under The Fy 2025 Gocc, The Approved Corporate Operating Budget Shall Be Used As Basis. The Period For The Performance Of The Obligations Under The Contract Shall Not Go Beyond The Validity Of The Corresponding Appropriations For The Project. Bids Received In Excess Of The Respective Abc Shall Be Automatically Rejected At Bid Opening. 2. Pitahc Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Based On The Schedule Of Requirements. Bidders Should Have Completed, Within Three (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 Pitahc And Inspect The Bidding Documents At The Address Given Below During Office Hours Between 8:00 A.m. To 4:00 P.m. From Mondays To Fridays Except During Weekend And Declared Holidays And Suspension Of Work. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Upon Payment Of The Non-refundable Fee For The Bidding Documents Through: A) Cashier Section, 3rd Floor, Pitahc Building, Matapang Street, East Avenue Medical Center Compound, Barangay Central, Quezon City; Or B) Land Bank Of The Philippines Current Account Name: Philippine Institute Of Traditional And Alternative Health Care Account No. : 1872-1035-18 Upon Deposit, The Bidders Must Submit The Scanned Copy Of The Deposit Slip To Bac@pitahc.gov.ph And Finance@pitahc.gov.ph. Payment Of The Non-refundable Fee For The Bidding Documents Is In Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amount Depending On The Lot(s) Intended To Be Bid: Lot Description Abc Per Lot (in Php) Non-refundable Fee Per Lot (in Php) 1 Procurement Of Janitorial And Allied Manpower Services For The Philippine Institute Of Traditional And Alternative Health Care (multi-year Contract For Calendar Years 2025, 2026 And 2027) (rebidding) (early Procurement Activities) 3,906,700.95 5,000.00 6. Pitahc Will Hold A Pre-bid Conference On January 3, 2025, 1:30 Pm Via Zoom Teleconferencing, Which Shall Be Open Only To Those Prospective Bidders Who Coordinated And Confirmed Their Attendance To Participate To The Said Conference. The Zoom Link Shall Be Provided By Pitahc It Officer Through The Bac Secretariat Upon Request. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Or Electronic Submission As Indicated Below On Or Before 17 January 2025, 12:00 Pm. Late Bids Submission Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 17 January 2025, 1:30 Pm At The Given Address Below Zoom Teleconference. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Pitahc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Mr. Rodelio D. Mendez Jr. Head, Bac Secretariat Pitahc Building, Matapang Street, East Avenue Medical Center Compound, Barangay Central, Quezon City Telephone No.: (+632) 376-3067/376-3068 Local 320, Facsimile No.: (+632) 376-3067 E-mail: Bac@pitahc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://pitahc.gov.ph/category/invitation-to-bid/ For Online Bid Submission: Bac@pitahc.gov.ph 24 December 2024 Sgd. Atty. Keenth N. Almeñe Bac Chairperson

Department Of Education Tender

Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.7 K)
Details: Description Procurement Of Retirement Tokens For The Conduct Of The “salamat-mabuhay” Program (for January To December 2023-2024 Retirees) 1. The Department Of Education (deped), Through The Government Of The Philippines (gop) Under Fy 2024 Gms (current Funds) Intends To Apply The Sum Of Philippine Pesos Three Million, Eight Hundred Fifty Thousand And 00/100 (php3,850,000.00) Only, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Retirement Tokens For The Conduct Of The “salamat-mabuhay” Program (for January To December 2023-2024 Retirees), Detailed As Follows: Lot No. Description Qty Unit Approved Budget For The Contract (abc) In Php 1 Retirement Rings 110 Pcs 3,630,000.00 2 Retirement Plaques 110 Pcs 220,000.00 Grand Total: 3,850,000.00 Bids Received In Excess Of The Abc Per Lot Shall Be Automatically Rejected At Bid Opening. 2. The Deped, Through The Bids And Awards Committee (bac) V, Now Invites Bids For The Goods And Services Contemplated In This Project. Expected Completion Of Delivery Of The Goods And Services Is Specified In Section Vi. Schedule Of Requirements And Section Vii. Technical Specifications Of This Bidding Documents. Prospective Bidder Should Have Completed, Within A Period Of Five (5) Years Immediately Preceding The Deadline For Submission Of Bids, A Single Largest Completed Contract (slcc) Similar Contract To Procurement Of Furniture And Fixture, And The Value Of Which, Adjusted, If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority’s (psa’s) Consumer Price Index (cpi), Must Be At Least Fifty Percent (50%) Of The Abc Of The Lot Bid For. 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 Deped Procurement Management Service - Bac Secretariat Division (procms-bacsd) At Telephone Nos. 8636-6542 Or 8633-9343 And Inspect The Bidding Documents At The Address Given Below From Monday To Friday From 8:00a.m. To 5:00pm. 5. For Those Who Are Interested To Purchase The Bidding Documents, Two (2) Options Are Made Available, To Wit: A. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Deped Procms-bacsd, Room M-512, 5th Floor, Mabini Building, Deped Central Office Complex, Meralco Avenue, Pasig City, Upon Accomplishing A Bidder’s Information Sheet And Payment Of A Non-refundable Fee For The Bidding Documents To The Deped Cashier. Payment In Checks Should Be Made Payable To Decs Osec Trust. B. Interested Bidders May Signify Their Intent To Purchase The Bidding Documents Through Email At Depedcentral.bacsecretariat@deped.gov.ph By Accomplishing A Bidder’s Information Sheet (annex “a”). Upon Receipt Of The Bidder’s Information Sheet, The Bac Secretariat Division Will Send Through Email The Details Of The Decs Osec Trust Fund Account For Payment. Upon Payment, Bidders May Send Through Email The Proof Of Payment Before The Deadline For Submission Of Bids. Upon Receipt Of Proof Of Payment, The Bac Secretariat Will Send The Electronic Copy Of The Bidding Documents. Amount Of Bidding Documents Per Lot Shall Be Follows: Lot No. Cost Of Bidding Documents (in Philippine Peso) 1 5,000.00 2 500.00 6. The Deped Will Hold A Pre-bid Conference For This Project On January 6, 2024, 9:00 A.m. At Bulwagan Ng Karunungan, Ground Floor, Rizal Building, Deped Complex, Meralco Ave., Pasig City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At Or Before 9:00 A.m. (philippine Standard Time) Of January 20, 2024 At Bulwagan Ng Karunungan, Ground Floor, Rizal Building, Deped Complex, Meralco Ave., Pasig City. The Bac Will Open The Bids Immediately After The Said Deadline For Submission And Receipt Of Bids, In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. Only Two (2) Representatives Per Bidder Will Be Allowed To Enter Inside The Venue. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instruction To Bidders (itb) Clause 14. 9. The Deped Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Regina D. Nuñez Technical Assistant Ii Procurement Management Service - Bac Secretariat Division Rm. M-512, 5th Floor, Mabini Bldg. Deped Complex, Meralco Avenue, Pasig City Telephone Nos. 8636-6542 Or 8633-9343 Email Address: Depedcentral.bacsecretariat@deped.gov.ph 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/ Https://www.deped.gov.ph/ Date Of Issuance: December 27, 2024

Department Of Agriculture Tender

Chemical Products
Corrigendum : Closing Date Modified
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 1.5 Million (USD 26.9 K)
Details: Description Section I. Invitation To Bid Da8-goods-2025-09 (id No. Bt-25-goods-sto-41914-0001) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Ild Sto 2025 Current Fund Intends To Apply The Sum Of One Million Five Hundred Sixty-four Thousand Nine Hundred Forty-eight Pesos Only (p1,564,948.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “supply And Delivery Of Laboratory Supplies” Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Undertakes The Bidding Of This Procurement Project As “short-of-award.” Hence, The Notice Of Award To The Winning Bidder Shall Be Issued After Enactment By The Congress Of The General Appropriation Act (gaa) For 2025. 3. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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. Line Item Qty Uom Item Description Unit Cost Total Cost 1 5 Bottle Ethanol, Absolute, A.r, 2.5l 2,500.00 12,500.00 2 3 Bottle Sodium Chloride (nacl) Reagent Grade, 500g/bottle 2,500.00 7,500.00 3 7 Bottle Formaldehyde, Reagent Grade 37%, 2.5l 5,000.00 35,000.00 4 10 Bottle Sodium Bicarbonate, Ar, 500g/bottle 4,000.00 40,000.00 5 2 Bottle Potato Dextrose Agar, 500g/botttle 7,000.00 14,000.00 6 2 Bottle Ttc (triphenyl Tetrazolium Chloride), 10 Grams/bottle 7,600.00 15,200.00 7 22 Bottle Sodium Hydroxide Pellets, Ar, 1 Kg 4,300.00 94,600.00 8 10 Bottle Sulfuric Acid, 95-98%, Ar, 2.5 L 4,500.00 45,000.00 9 2 Cartridge Antibiotic Sensitivity Disc: Ampicillin 10ug, 50disc/cartridge 1,200.00 2,400.00 10 2 Cartridge Antibiotic Sensitivity Disc: Azithromycin 15ug, 50disc/cartridge 1,200.00 2,400.00 11 2 Cartridge Antibiotic Sensitivity Disc: Cefotaxime 30ug, 50disc/cartridge 1,200.00 2,400.00 12 2 Cartridge Antibiotic Sensitivity Disc: Chloramphenicol 30ug, 50disc/cartridge 1,200.00 2,400.00 13 2 Cartridge Antibiotic Sensitivity Disc: Levofloxacin, 50disc/cartridge 1,200.00 2,400.00 14 2 Cartridge Antibiotic Sensitivity Disc: Meropenem 10ug, 50disc/cartridge 1,200.00 2,400.00 15 2 Cartridge Antibiotic Sensitivity Disc: Nalidixic Acid 30ug, 50disc/cartridge 1,200.00 2,400.00 16 2 Cartridge Antibiotic Sensitivity Disc: Streptomycin 10ug, 50disc/cartridge 1,200.00 2,400.00 17 2 Cartridge Antibiotic Sensitivity Disc: Tetracycline 30ug, 50disc/cartridge 1,200.00 2,400.00 18 2 Cartridge Antibiotic Sensitivity Disc: Trimethoprim + Sulfamethoxazole 1.25/23.75 Ug, 50disc/cartridge 1,200.00 2,400.00 19 1 Bottle Blood Agar, 500 Grams 10,000.00 10,000.00 20 2 Kit Gram's Stain Kit, Cristal Violet 500ml, Grams Iodine 500ml, Safranin 500ml, Gram Stain Decolorizer 2x500ml 8,000.00 16,000.00 21 2 Bottle Giemsa Eosin Methyline Blue, 2.5l/bottle 5,250.00 10,500.00 22 10 Pack Rock Salt, Premium Quality, 1kg/pack 200.00 2,000.00 23 2 Bottle Acetone, 2.5l 3,000.00 6,000.00 24 1 Kit Agpath-id One Step Rt-pcr Reagent For Asfv, 1000 Rxns 240,000.00 240,000.00 25 1 Bottle Ph Meter Buffer Solution, Ph10, 1l/bottle 1,500.00 1,500.00 26 1 Bottle Ph Meter Buffer Solution, Ph4 , 1l/bottle 1,500.00 1,500.00 27 1 Bottle Ph Meter Buffer Solution Ph 7. 1l/bottle 1,500.00 1,500.00 28 2 Bottle Methanol, 2.5l, Analytic Grade 8,000.00 16,000.00 29 1 Bottle Nutrient Agar 500 Grams 8,000.00 8,000.00 30 1 Bottle Nutrient Gelatin 500 Grams 8,000.00 8,000.00 31 3 Bottle Phosphate Buffered Saline, Tablet, 7.2-7.4ph, 50tabs/bottle 10,000.00 30,000.00 32 1 Set Rose Bengal Brucella Antigen With Positive And Negative Control, Good For 300 Reactions 16,000.00 16,000.00 33 1 Bottle Ph Meter Electrode Storage Solution, 1l/bottle 2,000.00 2,000.00 34 1 Kit Api 20e, 25 Tests/kit 20,000.00 20,000.00 35 2 Bottle Ethyl Acetate, Reagent Grade, 2.5l/bottle 3,000.00 6,000.00 36 3 Bottle Streptomycin Sulfate, 100g/bottle 12,000.00 36,000.00 37 2 Vial Fitc Anti-rabies Monoclonal Globulin, Lyophilized (conjugate), 5ml Per Vial 70,000.00 140,000.00 38 1 Bottle Mueller-hinton Agar, 500g 10,000.00 10,000.00 39 3 Box Biological Indicator For Autoclave, 50pcs/box 5,000.00 15,000.00 40 2 Bottle Minimum Essential Medium, Powder, 93.3 Grams/bottle 5,000.00 10,000.00 41 2 Bottle Potassium Hydroxide (koh), 500g/bottle 2,500.00 5,000.00 42 4 Bottle Immersion Oil, 5ml/bottle 800.00 3,200.00 43 5 Bottle Lactophenol, Cotton Blue, 100 Ml 1,250.00 6,250.00 44 3 Bottle Beef Extract Powder For Microbilogy, 100g/bottle 3,400.00 10,200.00 45 2 Bottle Monosodium Phosphate (nah2po4), Foodgrade, 500gram/botttle 1,000.00 2,000.00 46 1 Kit Elisa Kits For Phytophthora, 96 Test/kit 30,000.00 30,000.00 47 1 Kit Elisa Kits For Xanthomonas Oryzae, 96 Test/kit 30,000.00 30,000.00 48 1 Kit Test Kit (elisa Reagent Set For Bacterial Wilt), 96 Test/kit 30,000.00 30,000.00 49 1 Bottle Boric Acid, 1.00156. 1000, Acs,iso,reag, Ph, Eur 1 Kg, 41914 6,000.00 6,000.00 50 3 Pack Certified Reference For Animal Feeds, Proximate And Mineral, Not Less Than 50 Grams/pack 60,000.00 180,000.00 51 1 Bottle Di-sodium Oxalate, 1.06557.0250, 250 G, Acs,iso,reag,ph, Eur 10,000.00 10,000.00 52 1 Bottle Hydrochloric Acid, 37%, 1.00317.2500, Acs,iso,reag,ph, Eur, 2.5 L, 5,000.00 5,000.00 53 5 Bottle Petroleum Ether, 1.01769.1000, Acs,iso,reag, Ph,eur 1 L 4,500.00 22,500.00 54 1 Bottle Potassium Dihydrogen Phosphate (kh2po4),1.05108.0050, Acs, Iso, Reag, Ph, Eur, 50 G 10,000.00 10,000.00 55 1 Bottle Sodium Carbonate, 1.06392.0500, Acs, Iso, Reag, Ph,eur, 500 G 4,500.00 4,500.00 56 3 Kit Aflatoxin Test Kit Compatible With Neogen Elisa Reader Or Biotek Gen5 Reader" 21,666.00 64,998.00 57 1 Bottle Agar Powder, Bacteriological, Ar, 500g/bottle 12,000.00 12,000.00 58 7 Bottle Ammonium Acetate, Ar, 98%, 500g/bottle 5,000.00 35,000.00 59 1 Bottle Ammonium Fluoride, Ar, 500g/bot 11,000.00 11,000.00 60 1 Bottle Amyl Alcohol, ≥99%, 1l/bottle 6,500.00 6,500.00 61 2 Bottle Ascorbic Acid, Ar, 500g/bottle 5,000.00 10,000.00 62 1 Bottle Coolant Fluid For Icp-oes, 7.6l/pk, Pack Of Two 1 Gallon (3.8l) 16,000.00 16,000.00 63 2 Bottle Mannitol, Ar, 500g/bot 6,000.00 12,000.00 64 2 Bottle Phosphorus Standard, Nist Traceable, 100ml 6,500.00 13,000.00 65 1 Bottle Potassium Dichromate, Ar, 500 G/bottle 6,000.00 6,000.00 66 2 Bottle Potassium Standard, Nist Traceable, 500ml 6,500.00 13,000.00 67 1 Bottle Sodium Hexametaphosphate, Ar, 500g/bottle 5,000.00 5,000.00 68 32 Box Whatman Filter Paper No. 42 (125mm Dia.x100circle/box) 3,500.00 112,000.00 Terms And Conditions: 1 Deliver Brand New Items With Expiry Dates Ranging From: A. 3-6 Months For Standards, Indicators & Oxidase Reagents B. 6 Months - 1 Year For Test Kits, Antibiotics & Identification Strips C. 1-2 Years For Chemicals, Broth & Agar Upon Delivery 2 Deliver At Integrated Laboratory Division, Magsaysay Blvd., Tacloban City; 3 Deliver The Items Within 90 Days After The Receipt Of Ntp; 4 Strictly No Partial Delivery; 5 Inform The End-user 3-5 Days Before The Conduct Of Delivery; 6 Delivered Item(s) Is Subject To Inspection, Evaluation And Testing If Applicable Corresponding To The Required Specifications; 8 Processing Of Payment Shall Commence After Inspection, Acceptance And Receipt Of Items By The End User; 9 Payment Shall Be Made Thru Ada (advice Debit Account), As Such, Supplier Shall Submit Snapshot Of Its Bank Account (preferably Lbp Or Any Commercial Bank) To Effect Payment; 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 5. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 To January 2, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Line Item/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 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 7. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On December 17 2024, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 02, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On January 02, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 11. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 13. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee

MPWIK W M ST WARSZAWIE S A Tender

Software and IT Solutions
Poland
Closing Date15 Jan 2025
Tender AmountNA 
Details: The Ordering Party Invites You to Submit an Offer for the Supply of Parts of a Modular Scaffolding. The description of the subject of the Order, the Offer Form, and the General Terms and Conditions of the Order for Supplies are located in the Attachments Tab. The offer should be submitted through the Company's Purchasing Platform, exclusively from your Profile Registered on the Purchasing Platform by attaching the Offer Form in the Attachments Tab. It is considered that the person placing all documents, applications, notifications and offers on the Company's Purchasing Platform is authorized by the Contractor and acts on his behalf. The Ordering Party allows the possibility of awarding the order to the contractor who submits the most advantageous offer in the purchase mode on the basis of § 7 Sec. 2 Item 6) of Regulations R-pzp-02 Granting by the Municipal Water and Sewage Company in the Capital City of Warsaw Warsaw Public Procurement Law Not Covered by the Mandatory Application of the Public Procurement Law - Edition 01 (published on the website www.mpwik.com.pl.)

MPWIK W M ST WARSZAWIE S A Tender

Others
Poland
Closing Date17 Jan 2025
Tender AmountNA 
Details: Servicing of Glynwed Pumps for the "czajka" Plant. The Ordering Party Invites You to Participate in a Tender Procedure for: Servicing of Glynwed Pumps for the "czajka" Plant (proceeding No. 01820/ws/pn/pzp-drz-wrs/u/2023), on the basis of § 7 Section 2 Point 1) of Regulation R-pzp-02 Awarding by the Municipal Water and Sewage Company in the Capital City of Warsaw SA of Public Procurements Not Covered by the Obligation to Apply the Public Procurement Law - Edition 01 (published on the website www.mpwik.com.pl). The conditions for participation in the procedure and submission of offers are specified in the Specification of Procurement Conditions (swz) placed in the Attachments Tab. Note !1. The offer should be submitted by filling in the offer fields and providing the VAT rate in the Purchasing Platform.2. You should not submit your own offers in the form of attachments. We also ask you not to attach additional documents to the offer that are not required.

MPWIK W M ST WARSZAWIE S A Tender

Software and IT Solutions
Poland
Closing Date24 Jan 2025
Tender AmountNA 
Details: The Ordering Party Invites You to Submit an Offer for Servicing Mobile Chlorine Disinfection Devices. The description of the subject of the order, the offer form, the general terms and conditions of the order for supplies and ipzz are located in the attachments tab. The offer should be submitted via the Company's Purchasing Platform, exclusively from your profile registered on the Purchasing Platform by attaching the offer form in the attachments tab. It is considered that the person placing all documents, applications, notifications and offers on the Company's Purchasing Platform is authorized by the Contractor and acts on his behalf. The Ordering Party allows the possibility of awarding the order to the contractor who submits the most advantageous offer in the purchase mode on the basis of § 7 sec. 2 item 6) of Regulations R-pzp-02 Granting by the Municipal Water and Sewage Company in the Capital City of Warsaw Warsaw Public Procurement Law Not Covered by the Mandatory Application of the Public Procurement Law - Edition 01 (published on the website www.mpwik.com.pl.)

Anti Money Laundering Council Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 2.9 Million (USD 49.9 K)
Details: Description Republic Of The Philippines Anti-money Laundering Council Invitation To Bid 1. The Anti-money Laundering Council (amlc), Through The National Expenditure Program For Fy 2025 Intends To Apply The Sum Of Php2,900,664.00 Being The Abc To Payments Under The Contract For One-year License Subscription Of Oracle Database Enterprise Edition, Advanced Security And Real Application Clusters For Oracle Database Appliance X9 / Purchase Request No. 25-002. For The Purpose Of Early Procurement Authorized Under Section 7.6 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, The Proposed Budget Under The Fy 2023 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 Approval And Effectivity Of The Fy 2025 General Appropriations Act. The Period For The Performance Of The Obligations Under The Contract Shall Not Go Beyond The Validity Of The Appropriation For The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Amlc Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days After Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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 Amlc And Inspect The Bidding Documents At The Address Given Below From 8:00am To 4:30pm Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Appointment Starting From 12 To 20 December 2024 (from 9:00am To 11:00am Only) At Room 507, Room 507, 5/f, Edpc Building, Bangko Sentral Ng Pilipinas Complex, Malate, Manila 1004and Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To The Email Address Indicated Below. 6. The Amlc Will Hold A Pre-bid Conference On 12 December 2024, 10:00am At The Amlc Conference Room, Room 507, 5/f, Edpc Building, Bsp Complex, A. Mabini Street, Malate, Manila And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. A. Participating Bidders Are Requested To Submit Their Contact Information And Email Addresses To Be Used For The Videoconferencing To The Email Address Indicated Below At Least One (1) Day Before The Scheduled Pre-bid Conference. B. An Invitation Shall Be Sent By The Bac-secretariat To The Respective E-mail Address Of The Authorized Representatives. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 26 December 2024, 9:30am. Late Bids Shall Not Be Accepted. A. Participating Bidders Are Requested To Submit Their Contact Information And Email Addresses To Be Used For The Videoconferencing To The Email Address Indicated Below At Least One (1) Day Before The Scheduled Opening Of Bids. B. Participating Bidders Are Requested To Sign Over The Sealed Flap Of The Envelopes. As Precautionary Measure, Participating Bidders Are Strongly Advised To Wrap/enclose Their Respective Bidding Documents With Plastic, Preferably Clear, To Facilitate Disinfection/sanitation And Quick Evaluation On The Proper Sealing And Marking Of Bid Envelopes. C. Bidders Are Advised To Submit Their Documents At Least Thirty (30) Minutes Before The Scheduled Deadline Of Submission To Allow Time For Possible Queuing Due To Conduct Of Thermal Scanning, And For Sanitation Of The Bid Envelope(s) And Transit Of The Documents To The Designated Bidding Room. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 26 December 2024, 10:00am At Amlc Conference Room, Room 507, 5/f, Edpc Building, Bsp Complex, A. Mabini Street, Malate, Manila And/or Through Video Conferencing Or Webcasting Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. An Invitation Shall Be Sent By The Bac-secretariat To The Respective E-mail Address Of The Authorized Representatives. 10. The Amlc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Art Ryan P. Negapatan Head, Bac Secretariat Anegapatan@amlc.gov.ph Telephone Number: +632 5306-2372, +632 8708-7922 Bids And Awards Committee Anti-money Laundering Council Room 507, 5/f, Edpc Building, Bsp Complex A. Mabini Street, Malate, Manila Fax Number: +632 8708-7909 Www.amlc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph / Www.amlc.gov.ph 03 December 2024 Romeo Raymond C. Santos Bac Chairperson :

MINISTRY OF PUBLIC WORKS BARMM, COTABATO CITY DEO Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 2.6 Million (USD 44.7 K)
Details: Description Invitation To Bid For Reconstruction Of Road At Barangay Rosary Heights 1 (along Sousa Ave.), Cotabato City 1. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo), Through The General Appropriations Act Of The Bangsamoro (gaab) 2024 Intends To Apply The Sum Of Php 2,619,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For; Contract Id No.: 24-riccrd863 Project Name: Reconstruction Of Road At Barangay Rosary Heights 1 (along Sousa Ave.), Cotabato City Project Location: Rosary Heights 1, Cotabato City Category: Roads Project Description: Reconstruction Of 0.19 Km Road (2.5 M Width Both Sides/230 Mm Thick Pccp) With 0.5 M Width Shoulder Both Sides Limits: Sta. 0+000 - Sta. 0+190 Net Length: (a) Roads: 0.19 Km Classification Of Road: Barangay Road Roadbed Width: 5 M Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Twenty-nine (29) Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo), And Inspect The Bidding Documents At The Address Given Below; Bac Secretariat Office Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City 8:00 A.m. To 5:00 P.m. Working Day Only 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14,2025 – February 3,2025, Until The Deadline For Submission Of Bids (weekdays Only) From The Given Address Below Bac Secretariat Unit Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City 8:00 A.m. To 5:00 P.m. Working Day Only In The Amount Of Five Thousand Pesos Only (5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees It Will Be Presented In Person. 6. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Will Hold A Pre-bid Conference1 On January 22,2025 (wednesday), 9 :00 A.m. Conference Room Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below; Bac Secretariat Unit Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City On Or Before February 3,2025 (monday) 9:00 A.m. (cut-off-time). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 3,2025 (monday) 9:00 A.m. At The Given Address Below; Conference Room Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Samsudin A. Salik Bac Head Secretariat Mpw - Barmm, Ccdeo Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City, 9600 Tel. No.: 064-421-7096 Email: Bacsec.mpwccdeo@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.philgeps.gov.ph/ (associated Components/bid Supplements) Philgeps Name: Ministry Of Public Works - Barmm, Cotabato City (deo)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|taylor Fasching, N741.9|gd0|see Email|taylor.m.fasching.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16| Invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|||||| 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|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|336611|1,250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Purpose Of This Amendment Is To Update The Following: the Closing Date For Quotes Is Hereby Extended To 31 January 2024. all Other Terms And Conditions Remain The Same. the Purpose Of This Amendment Is To Update The Following: the Closing Date For The Request For Quotes Is Hereby Extended To Close On 23 January 2025. all Other Terms And Condtions Remain The Same. this Is A Ffp Unit Procurement Price To Acquire 3 Each Accumulator,hydraul,nsn 7hh 2090 016053873. This Is The Only Nsn Authorized For Procurement Against This Procurement Order. the Period Of Performance Is 180 Days From The Date Of This Order. The Vendorwill Make Every Effort To Deliver Prior To The Established Delivery Date Ofthis Order At No Cost Or Liability To Either Party. Early And Incrementaldeliveries Are Authorized. 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 Following Applies To This Purchase Order: dcma Must Provide Inspection And Acceptance Of All Unit(s) Under This Contract Prior To Shipment. Failure To Ensure Dcma Inspection And Acceptance Occurs Prior To Shipment Will Prevent Or Delay Payment. contractor Poc Name: ________________ phone Number: _______________ email: _______________ \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Accumulator,hydraul . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=h642-6930a01 |53711| B|er |d|0001 | B|49998|0050529 drawing Data=h642-6930a03 |53711| A|er |d|0001 | A|49998|0044381 drawing Data=h642-6930a03 |53711| A|er |d|0002 | A|49998|0045278 drawing Data=h642-6930a03 |53711| A|er |d|0003 | A|49998|0042116 drawing Data=h642-6930a03 |53711| A|er |d|0004 | A|49998|0040426 drawing Data=h642-6930a04 |53711| A|er |d|0001 | A|49998|0044478 drawing Data=h642-6930a04 |53711| A|er |d|0002 | A|49998|0020567 drawing Data=h642-6930a04 |53711| A|er |d|0003 | A|49998|0049284 drawing Data=h642-6930a04 |53711| A|er |d|0004 | A|49998|0069925 drawing Data=h642-6930a04 |53711| A|er |d|0005 | A|49998|0045466 drawing Data=h642-6930a04 |53711| A|er |d|0006 | A|49998|0043169 drawing Data=h642-6930a06 |53711| A|er |d|0001 | A|49998|0044793 drawing Data=h642-6930a06 |53711| A|er |d|0002 | A|49998|0018307 drawing Data=h642-6930a06 |53711| A|er |d|0003 | A|49998|0049122 drawing Data=h642-6930a06 |53711| A|er |d|0004 | A|49998|0068094 drawing Data=h642-6930a06 |53711| A|er |d|0005 | A|49998|0045471 drawing Data=h642-6930a06 |53711| A|er |d|0006 | A|49998|0044247 drawing Data=h642-6930a06 |53711| A|er |d|0007 | A|49998|0106199 drawing Data=h642-6930a08 |53711| A|er |d|0001 | A|49998|0046508 drawing Data=h642-6930a08 |53711| A|er |d|0001.1 | A|49998|0031027 drawing Data=h642-6930a08 |53711| A|er |d|0001.2 | A|49998|0017479 drawing Data=h642-6930a08 |53711| A|er |d|0002 | A|49998|0034913 drawing Data=h642-6930a08 |53711| A|er |d|0003 | A|49998|0068147 drawing Data=h642-6930a08 |53711| A|er |d|0004 | A|49998|0062975 drawing Data=h642-6930a08 |53711| A|er |d|0005 | A|49998|0068255 drawing Data=h642-6930a08 |53711| A|er |d|0006 | A|49998|0043658 drawing Data=h642-6930a08 |53711| A|er |d|0007 | A|49998|0044536 drawing Data=h642-6930a08 |53711| A|er |d|0008 | A|49998|0111058 drawing Data=h642-6930a09 |53711| C|er |d|0001 | C|49998|1005340 drawing Data=h642-6930a11 |53711| A|er |d|0001 | A|49998|0258692 drawing Data=h642-6930a13 |53711| A|er |d|0001 | A|49998|0163937 drawing Data=h642-6930a18 |53711| A|er |d|0001 | A|49998|0147308 drawing Data=h642-6930a20 |53711| A|er |d|0001 | A|49998|0046587 drawing Data=h642-6930a22 |53711| A|er |d|0001 | A|49998|0863142 drawing Data=h642-6930a23 |53711| B|er |d|0001 | B|49998|0610397 drawing Data=h642-6930a24 |53711| B|er |d|0001 | B|49998|0838277 drawing Data=h642-6930a25 |53711| A|er |d|0001 | A|49998|0196702 drawing Data=h642-6930a30 |53711| B|er |d|0001 | B|49998|0600504 drawing Data=h642-6930a31 |53711| B|er |d|0001 | B|49998|1076755 drawing Data=h642-6930a32 |53711| D|er |d|0001 | D|49998|0768038 drawing Data=h642-6930a35 |53711| B|er |d|0001 | B|49998|0305215 drawing Data=h642-6930a46 |53711| B|er |d|0001 | B|49998|0247917 drawing Data=h642-6930a47 |53711| A|er |d|0001 | A|49998|0079102 drawing Data=h642-6930a48 |53711| A|er |d|0001 | A|49998|0491967 drawing Data=h642-6930a50 |53711| A|er |d|0001 | A|49998|0310238 drawing Data=h642-6930a52 |53711| A|er |d|0001 | A|49998|0288640 drawing Data=h642-6930a54 |53711| A|er |d|0001 | A|49998|0307491 drawing Data=h642-6930a57 |53711| A|er |d|0001 | A|49998|0511216 drawing Data=h642-6930a59 |53711| B|er |d|0001 | B|49998|0592811 drawing Data=h642-6930a60 |53711| A|er |d|0001 | A|49998|1584349 drawing Data=h642-6930a63 |53711| B|er |d|0001 | B|49998|0630801 drawing Data=nswcpd-0062-16 |53711| -|lr |d|0001 | -|49998|0010596 drawing Data=6985454 |53711| A| |d|0000.a | A|49998|0043734 drawing Data=6985454 |53711| A| |d|0001 | A|49998|0073109 drawing Data=6985454 |53711| A| |d|0002 | A|49998|0034850 drawing Data=6985454 |53711| A| |d|0003 | A|49998|0010505 drawing Data=6985454 |53711| A| |d|0004 | A|49998|0012762 drawing Data=6985454 |53711| A| |d|0005 | A|49998|0024340 drawing Data=6985454 |53711| A| |d|0006.1 | A|49998|0064372 drawing Data=6985454 |53711| A| |d|0006.2 | A|49998|0062132 drawing Data=6985454 |53711| A| |d|0006.3 | A|49998|0066946 drawing Data=6985454 |53711| A| |d|0006.4 | A|49998|0061943 drawing Data=6985454 |53711| A| |d|0006.5 | A|49998|0064078 drawing Data=6985454 |53711| A| |d|0006.6 | A|49998|0065658 drawing Data=6985454 |53711| A| |d|0007.1 | A|49998|0024644 drawing Data=6985454 |53711| A| |d|0007.10 | A|49998|0024588 drawing Data=6985454 |53711| A| |d|0007.2 | A|49998|0043696 drawing Data=6985454 |53711| A| |d|0007.3 | A|49998|0038697 drawing Data=6985454 |53711| A| |d|0007.4 | A|49998|0036692 drawing Data=6985454 |53711| A| |d|0007.5 | A|49998|0036530 drawing Data=6985454 |53711| A| |d|0007.6 | A|49998|0044503 drawing Data=6985454 |53711| A| |d|0007.7 | A|49998|0037445 drawing Data=6985454 |53711| A| |d|0007.8 | A|49998|0041632 drawing Data=6985454 |53711| A| |d|0007.9 | A|49998|0040265 drawing Data=6985454 |53711| A| |d|0008 | A|49998|0083977 drawing Data=6985454 |53711| A| |d|0009 | A|49998|0062070 drawing Data=6985454 |53711| A| |d|0010 | A|49998|0059631 drawing Data=6985454 |53711| A| |d|0011 | A|49998|0116678 drawing Data=6985454 |53711| A| |d|0012 | A|49998|0102707 drawing Data=6985454 |53711| A| |d|0013 | A|49998|0142455 drawing Data=6985454 |53711| A| |d|0014 | A|49998|0109788 drawing Data=6985454 |53711| A| |d|0015 | A|49998|0114225 drawing Data=6985454 |53711| A| |d|0016 | A|49998|0113091 document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=iso9001 | | | |010417|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| 3. Requirements 3.1 Cage Code/reference Number Items - The Accumulator,hydraul Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 556-6985454-b1; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize This If Desired.; 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
9951-9960 of 10000 archived Tenders