Advertisement Tenders

Advertisement Tenders

BARANGAY TETUAN, ZAMBOANGA CITY Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0021 M. Nativitad, St., Zamboanga City Invitation To Bid For Supply And Delivery Of 1 Lot Various Disaster Equipment (name Of Project) 1. The City Government Of Zamboanga, Through The Annual Budget 2024 Under Other Maintenance And Operarting Expenses (omoe) Intends To Apply The Sum Of Two Hundred Sixteen Thousand Three Hundred Fifty Pesos (p 216,350.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of The Purchase Of One (1) Lot Various Disaster Equipment Pr No. 24-06-069 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Zamboanga Now Invites Bids For The Supply And Delivery Of The 1 Lot Various Disaster Equipment The Sol. Goods Is Required By Ten (10) Calendar Days Bidders Should Have Completed Within A Period Of Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, With A Value Of At Least (50%) Of The Abc And To Meet Other Eligibility Requirements Stated In The Eligibility Documents. 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) 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 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Hall Of Tetuan In The Office Of The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 03-08, 2025 From The Given Address And Website/s Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00the Method Of Payment Will Be Cash Payable To The Barangay City Treasurer’s Office. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His/her Authorized Representative. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees “machine Copy Of The Official Receipt” Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before January 09, 2025 At 10:00 Am At Office Of The Bids And Award Committee, Conference Room, M. Natividad St., Zamboanga City.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. All Bids Must Be Accompanied By A Bid Security Which Shall Be A Bid Securing Declarationor At Least One Other Form Of The Following: Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal/commercial Bank, Irrevocable Letter Of Credit Issued By A Universal/commercial Bank Or From Other Bank Certified By The Bangko Sentral Ng Pilipinas As Authorized To Issue Such Financial Instrument, Provided However That It Shall Be Confirmed Or Authenticated By A Universal/commercial Bank If Issued By A Foreign Bank In The Amount Of P1,230.00or Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of P3,075.00or Any Combination Of The Foregoing In The Amount Proportionate To Share Of Form With Respect To Total Amount Of Security. The Bid Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity. Bidders Are Required To Indicate The Brand Name And/or Name Of Manufacturer Of Goods Offered/quoted, When Appropriate. 8. Bid Opening Shall Be On January 13, 2025 At 10:00 Am At Office Of The Bids And Awards Committee, Conference Room, M. Natividad St., Zamboanga City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. To Be Delivered In The Barangay Hall Of Tetuan. 10. The Brangay Council 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 35.6 And 41 Of The 2016 Revised Implementing Rules Or Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Are Advised To Use The Bid Form At The Back Of This Itb. Failure To Do So Would Lead To Non-acceptance Of The Bid. 12. For Further Information Please Refer To: Hazel Jane L. Fox Bac Secretariat Barangay Government Of Tetuan M.natividad Street, Zamboanga City Brgytetuan@gmail.com Tel. No. (063) 993-0269 Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0021 M. Natividad Street, Zamboanga City Bid Form Date: ____________________ To: Barangay Council Of Tetuan Address: M. Natividad Zamboanga City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers Including Bid Bulletin Numbers Tetuan 24-0021 The Receipt Of Which Is Hereby Duly Acknowledge, We, The Undersigned, Offer To Supply/deliver/perform The Delivery And Supply Of The 1 Lot Various Disaster Equipment Inconformity With The Said Philippine Bidding Documents (pbds) For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax’ (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon As At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Agent Currency Commission Or Gratuity (if None, State “none”)] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ________________________________________________________ (name Of Bidder) As Evidenced By The Attached ______________________________________________________________________. (state The Written Authority) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: _________________________________________ Date:__________________________ Price Schedule For Goods Name Of Bidder _____________________________________________________ Tetuan 24-0021 Page 1 Of 1 2 3 4 5 6 7 8 9 10 Item 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. Life Boat Ring Rescue Can With Harness Rescuer’s Throw Bag Rescuer Shovel Rescue Rope 12mmx 50mm Rescue Rope 12 Mm X 100mm Rescue Rain Coat Rescue Booths Big First Aid Kit Rechargeable Flashlights Chainsaw 7m’ Breathable Reflectorized Vest Safety Helmet Safety Glasses Megaphone Fire Extinguisher Small First Aid Kit 4x4 Tent Ambulance Collapsible Stretcher Adult Wheelchair Solar Flood Light 300w Country Of Origin Quantity 2 2 1 2 2 2 10 10 4 10 1 10 4 4 2 4 11 4 1 4 12 Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col.9) X (col 4) Purpose: For Barangay Tetuan Disaster Preparedness Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ________________________________________ Date: ________________________________ Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Days/weeks/months ________________________ Signature Over Printed Name Technical Specifications Brand Name Statement Of Compliance Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] __________________________ Signature Over Printed Name Schedule Of Warranty This Serves As Warranty For _______________________________________________ In The Barangay Government Of Tetuan. Item No. Description Quantity Warranty _____________________________ Bidder Signature Over Printed Name Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply / Delivery Of The 1 Lot Various Disaster Equipment B. Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 “subcontracting Is Not Allowed.” 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) At Cgso, Tetuan, Zamboanga City For This Project . 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P1,230.00; If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P3, 075.00; If Bid Security Is In Surety Bond. 19.3 The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 [list Here Any Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It.] 21.2 [list Here Any Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity.] Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Abroad, State:] “the Delivery Terms Applicable To The Contract Are Ddp Delivered [indicate Place Of Destination]. In Accordance With Incoterms.” [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Barangay Hall Of Tetuan, Zamboanga City. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [indicate Name(s)]. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Select Appropriate Requirements And Delete The Rest. A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. [specify Additional Incidental Service Requirements, As Needed.] The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.in The Event Of Termination Of Production Of The Spare Parts: I.advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii.following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Is Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Three (3) Months. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 [if Partial Payment Is Allowed, State] “the Terms Of Payment Shall Be As Follows: _____________.” 4 The Inspections And Tests That Will Be Conducted Are: Quality Inspection By Accounting, Coa, Cgso And End User. Republic Of The Philippines) City Of _____________________) S.s Bid Securing Declaration Invitation To Bid No.: [insert Reference Number] To: Barangay Government Of Tetuan, Bids And Awards Committee M. Natividad Street, Tetuan Zamboanga City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And; C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ___ Day Of [month][year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Barangay Council Of Tetuan Wishes To Receive Bids For The Supply And Delivery Of The 1 Lot Various Disaster Equipment With Tetuan 24-0021 The Procurement Project (referred To Herein As “project”) Is Composed Of The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Annual Budget 2024 Under The Other Maintenance And Operating Expenses (omoe) In The Amount Of Two Hundred Sixteen Thousand Three Hundred Fifty Pesos ( 216,350.00) 2.2. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.b Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference No Pre-bid Conference 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty Days [120]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On January 09, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Indicated In Paragraph 6 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids On January 13, 2024 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Specified In Paragraph 8 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Closing Date13 Jan 2025
Tender AmountPHP 216.3 K (USD 3.7 K)

BARANGAY TETUAN, ZAMBOANGA CITY Tender

Civil And Construction...+2Others, Civil Works Others
Philippines
Details: Description Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0005 M. Nativitad, St., Zamboanga City Invitation To Bid For Purchase Of Four (4) Units Of Aircon Floor Mounted (name Of Project) 1. The City Government Of Zamboanga, Through The Capital Outlay Under Office Equipment 2024 Intends To Apply The Sum Of Four Hundred Eigthy Four Thousand Pesos (p 484,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Transportation Services Pr No. 24-10-127a. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Zamboanga Now Invites Bids For The Purchase Of Four Units Of Aircon Floor Mounted The Goods Is Required By Ten (10) Calendar Days Bidders Should Have Completed Within A Period Of Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, With A Value Of At Least (50%) Of The Abc And To Meet Other Eligibility Requirements Stated In The Eligibility Documents. 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) 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 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Hall Of Tetuan In The Office Of The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 20-23, 2024 From The Given Address And Website/s Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00the Method Of Payment Will Be Cash Payable To The Barangay City Treasurer’s Office. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His/her Authorized Representative. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees “machine Copy Of The Official Receipt” Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before November 23, 2024 At 10:00 Am At Office Of The Bids And Award Committee, Conference Room, M. Natividad St., Zamboanga City.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. All Bids Must Be Accompanied By A Bid Security Which Shall Be A Bid Securing Declaration Or At Least One Other Form Of The Following: Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal/commercial Bank, Irrevocable Letter Of Credit Issued By A Universal/commercial Bank Or From Other Bank Certified By The Bangko Sentral Ng Pilipinas As Authorized To Issue Such Financial Instrument, Provided However That It Shall Be Confirmed Or Authenticated By A Universal/commercial Bank If Issued By A Foreign Bank In The Amount Of P1,230.00or Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of P3,075.00or Any Combination Of The Foregoing In The Amount Proportionate To Share Of Form With Respect To Total Amount Of Security. The Bid Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity. Bidders Are Required To Indicate The Brand Name And/or Name Of Manufacturer Of Goods Offered/quoted, When Appropriate. 8. Bid Opening Shall Be On November 28, 2024 At 10:00 Am At Office Of The Bids And Awards Committee, Conference Room, M. Natividad St., Zamboanga City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. To Be Delivered In The Barangay Hall Of Tetuan. 10. The Brangay Council 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 35.6 And 41 Of The 2016 Revised Implementing Rules Or Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Are Advised To Use The Bid Form At The Back Of This Itb. Failure To Do So Would Lead To Non-acceptance Of The Bid. 12. For Further Information Please Refer To: Hazel Jane L. Fox Bac Secretariat Barangay Government Of Tetuan M.natividad Street, Zamboanga City Brgytetuan@gmail.com Tel. No. (063) 993-0269 Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0005 M. Natividad Street, Zamboanga City Bid Form Date: _____________________ To: Barangay Council Of Tetuan Address: M. Natividad Zamboanga City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers Including Bid Bulletin Numbers Tetuan 24-0005 The Receipt Of Which Is Hereby Duly Acknowledge, We, The Undersigned, Offer To Supply/deliver/perform The Procurement Of Four Unit Of Aircon Floor Mounted Nconformity With The Said Philippine Bidding Documents (pbds) For The Sum Of __________________________________________________________________________________________________________________ (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax’ (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon As At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Agent Currency Commission Or Gratuity _______________________________________ _______________________________________ _______________________________________ (if None, State “none”)] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ________________________________________________________ (name Of Bidder) As Evidenced By The Attached ______________________________________________________________________. (state The Written Authority) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: _________________________________________ Date:__________________________ Price Schedule For Goods Name Of Bidder _____________________________________________________tetuan 24-0005 Page 1 Of 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col.9) X (col 4) 1 Floor Mounted Air Condition:  Outdoor + Indoor Floor Standing  With Free 37369 Yh-103 Air Purifier  Power: 4.0 Hp  Cooling Capacity: 36,000 – 38,000 Btu/hr  Compressor: Rotary  Eer: 12.5  Cooling Area: 36-50sqm  Power Supply: 220v/1ph/60hz  With Existing Service Center  With Warranty  With Free Delivery And Installation 4 Units Purpose: To Be Installed In Some Of The Offices In Tetuan Barangay Hall. Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ________________________________________ Date: ________________________________ Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Days/weeks/months 1. Floor Mounted Air Condition:  Outdoor + Indoor Floor Standing  With Free 37369 Yh-103 Air Purifier  Power: 4.0 Hp  Cooling Capacity: 36,000 – 38,000 Btu/hr  Compressor: Rotary  Eer: 12.5  Cooling Area: 36-50sqm  Power Supply: 220v/1ph/60hz  With Existing Service Center  With Warranty  With Free Delivery And Installation 4 Unit Of ________________________ Signature Over Printed Name Technical Specifications Item 1 Specification Floor Mounted Air Condition:  Outdoor + Indoor Floor Standing  With Free 37369 Yh-103 Air Purifier  Power: 4.0 Hp  Cooling Capacity: 36,000 – 38,000 Btu/hr  Compressor: Rotary  Eer: 12.5  Cooling Area: 36-50sqm  Power Supply: 220v/1ph/60hz  With Existing Service Center  With Warranty  With Free Delivery And Installation Brand Name Statement Of Compliance Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] __________________________ Signature Over Printed Name Schedule Of Warranty This Serves As Warranty For Purchase Of Four (4) Unit Of Aircon Floor Mounted In The Government Of Barangay Tetuan. Item No. Description Quantity Warranty 1 Floor Mounted Air Condition:  Outdoor + Indoor Floor Standing  With Free 37369 Yh-103 Air Purifier  Power: 4.0 Hp  Cooling Capacity: 36,000 – 38,000 Btu/hr  Compressor: Rotary  Eer: 12.5  Cooling Area: 36-50sqm  Power Supply: 220v/1ph/60hz  With Existing Service Center  With Warranty  With Free Delivery And Installation 4 Unit Of ___________________________ Bidder Signature Over Printed Name Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Office Equipment– Purchase Of Four Unit Of Aircon Floor Mounted B. Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 “subcontracting Is Not Allowed.” 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) At Cgso, Tetuan, Zamboanga City For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P1,230.00; If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P3, 075.00; If Bid Security Is In Surety Bond. 19.3 The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 [list Here Any Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It.] 21.2 [list Here Any Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity.] Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Abroad, State:] “the Delivery Terms Applicable To The Contract Are Ddp Delivered [indicate Place Of Destination]. In Accordance With Incoterms.” [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Barangay Hall Of Tetuan, Zamboanga City. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [indicate Name(s)]. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Select Appropriate Requirements And Delete The Rest. A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. [specify Additional Incidental Service Requirements, As Needed.] The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.in The Event Of Termination Of Production Of The Spare Parts: I.advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii.following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Is Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Three (3) Months. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 [if Partial Payment Is Allowed, State] “the Terms Of Payment Shall Be As Follows: _____________.” 4 The Inspections And Tests That Will Be Conducted Are: Quality Inspection By Accounting, Coa, Cgso And End User. Republic Of The Philippines) City Of _____________________ ) S.s Bid Securing Declaration Invitation To Bid No.: [insert Reference Number] To: Government Of Barangay Tetuan, Bids And Awards Committee M. Natividad Street, Tetuan Zamboanga City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And; C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ___ Day Of [month][year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Barabgay Council Of Tetuan Wishes To Receive Bids For The Purchase Of Four (4) Unit Aircon Floor Mounted (pr. No. 24-10-127a) With Tetuan 24-0005 The Procurement Project (referred To Herein As “project”) Is Composed Of, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Capital Outlay Under The Office Equipment 2024 In The Amount Of Four Hundred Eigthy Four Thousand Pesos (p484, 000.00) Only. 2.2. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.b Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty Days [120]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On November 25, 2024 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Indicated In Paragraph 6 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids On November 28, 2024 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Specified In Paragraph 8 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Closing Date16 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)

BARANGAY DALIG TERESA, RIZAL Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Barangay Dalig Teresa, Rizal Province Of Rizal Bidding Documents For Purchase Of Dump Truck Dalig 2025-01-001 January 22, 2025 Republic Of The Philippines Municipal Government Of Teresa Province Of Rizal Invitation To Bid For Purchase Of Dumptruck At Barangay Dalig 1. The Barangay Dalig Of Teresa, Through The 2025 Annual Budget Approved By Sangguniang Barangay Intends To Apply The Sum Of One Milliontwo Hundred Thousand Pesos (1,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase Of Dumptruck Dalig 2025-01-001 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Dalig Of Teresa Now Invites Bids For Purchase Of Dumptruck Completion Of The Works Is Required 15 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Municipality Of Teresa And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundres Pesos (500.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. Bids Must Be Delivered To The Address Below On Or Before January 27,2025 9:0oam At Barangay Hall, Dalig, Teresa, Rizal. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In The Form Of Cash Or Bank Guarantee Or Manager’s Check Equivalent To P 4,000.00 Or Surety Bond Equivalent To P 10,000.00. 8. The Barangay Dalig Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Kenneth Allan San Diego Barangay Dalig Teresa, Rizal Cp No. Noel B. San Diego Bac Chairman Instruction To Bidders 1. Documents Comprising The Bid: Eligibility And Technical Components 1.1 Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class "a" Documents: (i) Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within Ten (10) Years From The Submission Of Bids, Unless Otherwise Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date And Status Of The Contract; (iii.3) Contract Duration; (iii.4) Owner’s Name And Address; (iii.5) Nature Of Work; (iii.6) Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (iii.7) Total Contract Value At Award; (iii.8) Date Of Completion Or Estimated Completion Time; (iii.9) Total Contract Value At Completion, If Applicable; (iii.10) Percentages Of Planned And Actual Accomplishments, If Applicable; (iii.11) Value Of Outstanding Works, If Applicable; (iii.12) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (iii.13) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; (iv) Unless Otherwise Provided In The Bds, Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract For This Project; (v) Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; (vi) Nfcc Computation Or Clc In Accordance With Itb Clause 5; And Class "b" Document: (vii) If Applicable, Valid Joint Venture Agreement (jva) Or, In Lieu Thereof, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid. (b) Technical Documents – (i) Bid Security In The Prescribed In Itb Clause 4. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; (i.2) An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.3) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; (ii) Project Requirements, Which Shall Include The Following: (ii.1) Organizational Chart For The Contract To Be Bid; (ii.2) List Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; And (ii.3) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; And (iii) Sworn Statement In Accordance With Section 25.2(b)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Ix. Bidding Forms Error! Reference Source Not Found.. 2. Documents Comprising The Bid: Financial Component 2.1 Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form In Accordance With The Form Prescribed In Section Ix. Bidding Forms; And (b) Any Other Document Required In The Bds. 2.2 Unless Indicated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 3. Bid Prices 3.1 The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 3.2 The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 3.3 All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 3.4 Unless Otherwise Provided In The Bds, All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In Gcc Clause 47error! Reference Source Not Found. And Its Corresponding Scc Provision. 4. Bid Security 4.1 The Bid Security In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank; Two Percent (2%) (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank; (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Local Government Units, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 4.2 The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 4.3 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In The Bds. 4.4 Upon Signing And Execution Of The Contract, Pursuant To Itb Clause 31, And The Posting Of The Performance Security, Pursuant To Itb Clause 32, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Bds. 4.5 The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified By The Bidder On The Bid Form; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 27.3 (b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 34.2 ; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 31; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 32; Or (iii) Any Other Reason Stated In The Bds. 5. Format And Signing Of Bids 5.1 Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Ix. Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12, And The Second Shall Contain The Financial Component Of The Bid. 5.2 Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 5.3 The Bidder Shall Prepare An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 5.4 The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 5.5 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 6. Sealing And Marking Of Bids 6.1 Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause12, In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 6.2 Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 6.3 The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 6.4 All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac In Accordance With Itb Clause 1.1error! Reference Source Not Found.; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 6.5 If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. Moreover, Failure To Comply With The Required Sealing And Marking Of Bids Shall Be A Ground For Disqualification. Submission And Opening Of Bids 7. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 8. Performance Security 8.1 To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Prior To The Signing Of The Contract. 8.2 The Performance Security Shall Be In An Amount Equal To A Percentage Of The Total Contract Price In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank; Five Percent (5%) (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank; (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 8.3 Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract Between The Successful Bidder And The Procuring Entity, The Successful Bidder Shall Furnish To The Procuring Entity The Performance Security In Accordance With The Conditions Of Contract, And In The Form Prescribed In The Bidding Documents. 8.4 Failure Of The Successful Bidder To Comply With The Requirement Of Itb Clause 32 Shall Constitute Sufficient Grounds For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However, If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 9. Notice To Proceed 9.1 Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority. 32.2 The Date Of The Bidder’s Receipt Of The Notice To Proceed Will Be Regarded As The Effective Date Of The Contract, Unless Otherwise Specified In The Bds. Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Teresa The Name Of The Contract Is Purchase Of Dumptruck At Barangay Dalig The Identification Number Of The Contract Is Dalig 2025-01-001. 2 The Funding Source Is: The Government Of The Philippines (gop) Through 2025 Annual Budget Approved By Sangguniang Barangay In The Amount Of One Million Two Hundred Thousand Pesos). The Name Of The Project Is Purchase Of Dumptruck At Barangay Dalig 5.1 No Further Instructions. 5.2 No Treaty Or International Or Executive Agreement Allows Participation Of Foreign Bidders. Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause Error! Reference Source Not Found.. 5.4 The Bidder Must Have Completed, Within Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.5 No Further Instructions. . 6.3 No Further Instructions. 7 No Further Instructions. 8 “not Applicable” No Further Instructions. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project . 10.1 The Procuring Entity’s Address Is: Dalig Teresa, Rizal Kenneth Allan B. San Diego Cp No 12.1 No Further Instructions. 12.1(a)(i) “no Additional Requirements.” 12.1(a)(iii) No Further Instructions 12.1(a)(iv) No Further Instructions. 13.1 “no Additional Requirements” 13.2 The Abc___________________________________________). Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 “no Further Instructions.” 15.4 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Will Be Valid Until February 7, 2025 18.1 The Bid Security Shall Be In The Following Amount: 1. [insert 2% Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. [insert 5% Of Abc] If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2;18.3; And 18.4 The Bid Security Shall Be Valid February 28,2025. 18.5(a)(iv) 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 18.5(b)(iii) No Further Instructions. 20.1 No Further Instructions. 20.3 Each Bidder Shall Submit One Original And Two Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Dalig Teresa, Rizal. The Deadline For Submission Of Bids Is February 7,2025 9:00 Am 24.1 The Place Of Bid Opening Is Conference Room, Barangay Hall Barangay Dalig Teresa, Rizal The Date And Time Of Bid Opening Is February 7,2025, 9:00 Am 25.1 No Further Instructions. 27.3 No Further Instructions. 27.3(b) Arithmetical Correction Allowed. 27.5 No Further Instructions. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 31.4(g) Construction Schedule And S-curve; Manpower Schedule; Construction Methods; Equipment Utilization Schedule; Construction Safety And Health Program Approved By The Department Of Labor And Employment; And Pert/cpm. 33.2 The Effective Date Of The Contract Is Upon Signing Of Both Parties. Special Conditions Of Contract Gcc Clause 1.17 The Intended Completion Date Is February 28, 2025 1.22 The Procuring Entity Is Barangay Dalig Teresa, Rizal. 1.23 The Procuring Entity’s Representative Is Gerald P. Lopez, Teresa, Rizal 1.24 The Site Is Located At Dalig ,teresa, Rizal And Is Defined In Drawings No. _____________________ 1.28 The Start Date Is On Or Before February 10,2025 1.31 The Works Consist Of Purchase Of Dump Truck 2.3(h) None. 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor N/a 6.5 The Contractor Shall Employ The Following Key Personnel: Civil Engineer; Foreman; Carpenter; Mason; Laborer; 7.1 At The Contractor’s Option The Performance Security Is To Be In Any Of The Following Form: (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank In The Amount Of [insert Ten Percent (10%) Of The Contract Price]. (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank [insert Ten Percent (10%) Of The Contract Price]. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of [thirty Percent (30%) Of The Contract Price]. (d) Any Combination Of The Foregoing [ Proportionate To Share Of Form With Respect To Total Amount Of Security] 8.1 No Further Instructions. 9.1 The Applicable Liquidated Damages Is At Least One Tenth (1/10) Of One Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10.1 None 12.5 Five (5) Years. 20.2 The Arbiter Is: Noel C. San Diego Barangay Dalig, Teresa, Rizal 20.3 No Further Instructions. 25.1 No Further Instructions. 28.1 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 30.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 10 Days Of Delivery Of The Letter Of Acceptance. 30.3 The Period Between Program Of Work Updates Is 10 Days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is 1% Of The Contract Cost. 33.3 The Funding Source Is The Government Of The Philippines 36.1 No Further Instructions. 38.1 The Amount Of The Advance Payment Is 15% Of The Contract Price 39.1 No Further Instructions. 39.3 No Further Instructions. 41.2 No Further Instructions. 47.1 No Further Instructions. 50.1 The Date By Which “as Built” Drawings Are Required Is N/a 50.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Contract Price. Bid Form Date: Iaeb No: Dalig 2025-01-001 To: Barangay Dalig Address: Dalig Teresa, Rizal We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Purchase Of Dumptruck. (b) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: _______________________________________________________________________________________________; The Discounts Offered And The Methodology For Their Application Are:__________________________________________________________________________________________; (c) Our Bid Shall Be Valid For A Period Of ______________ Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of _________________________________________________________________________________________ Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: _________________________________________________________; (f) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Form Of Contract Agreement This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Contractor). Binding Signature Of Procuring Entity ________________________________________________ Binding Signature Of Contractor _____________________________________________ Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory
Closing Date7 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.5 K)

BARANGAY BAGUMBAYAN TERESA, RIZAL Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Barangay Bagumbayan Teresa, Rizal Province Of Rizal Bidding Documents For Completion Of Children Development Center & Additional Canopy, Fence And Plant Box At Bagumbayan Elem. School Bagumbayan 2025-02-001 February 6, 2025 Republic Of The Philippines Municipal Government Of Teresa Province Of Rizal Invitation To Bid Ofcompletion Of Children Development Center & Additional Canopy, Fence And Plant Box At Bagumbayan Elem. School At Barangay Dulumbayan 1. The Barangay Dulumbayan Of Teresa, Through The 2025 Annual Budget Approved By Sangguniang Barangay Intends To Apply The Sum Of 1. One Million Four Hundred Thousand Pesos (1,400,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Completion Of Children Development Center At Sitio Korokan, 2. Additional Canopi, P 390,000.00 For Additional Canopi,fence And Plant Box At Bagumbayan Elem.school At Bagumbayan Teresa Rizal , No. 2025-02-001 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Dalig Of Teresa Now Invites Bids For Completion Of Children Development Center At Sitio Korokan & Additional Canopi, Fence And Plant Box At Bagumbayan Elem, School Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Barangay Bagumbayan And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundres Pesos (500.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. Bids Must Be Delivered To The Address Below On Or February 18,2025 9:0oam At Barangay Hall, Bagumbayan, Teresa, Rizal. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In The Form Of Cash Or Bank Guarantee Or Manager’s Check Equivalent To P _________ Or Surety Bond Equivalent To P______________. 8. The Barangay Bagumbayan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Pinky R. Santos Barangay Bagumbayan Teresa, Rizal Cp No.+639167850545 Mark Jerome F. Cuyong Bac Chairman Instruction To Bidders 1. Documents Comprising The Bid: Eligibility And Technical Components 1.1 Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class "a" Documents: (i) Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within Ten (10) Years From The Submission Of Bids, Unless Otherwise Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date And Status Of The Contract; (iii.3) Contract Duration; (iii.4) Owner’s Name And Address; (iii.5) Nature Of Work; (iii.6) Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (iii.7) Total Contract Value At Award; (iii.8) Date Of Completion Or Estimated Completion Time; (iii.9) Total Contract Value At Completion, If Applicable; (iii.10) Percentages Of Planned And Actual Accomplishments, If Applicable; (iii.11) Value Of Outstanding Works, If Applicable; (iii.12) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (iii.13) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; (iv) Unless Otherwise Provided In The Bds, Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract For This Project; (v) Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; (vi) Nfcc Computation Or Clc In Accordance With Itb Clause 5; And Class "b" Document: (vii) If Applicable, Valid Joint Venture Agreement (jva) Or, In Lieu Thereof, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid. (b) Technical Documents – (i) Bid Security In The Prescribed In Itb Clause 4. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; (i.2) An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.3) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; (ii) Project Requirements, Which Shall Include The Following: (ii.1) Organizational Chart For The Contract To Be Bid; (ii.2) List Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; And (ii.3) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; And (iii) Sworn Statement In Accordance With Section 25.2(b)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Ix. Bidding Forms Error! Reference Source Not Found.. 2. Documents Comprising The Bid: Financial Component 2.1 Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form In Accordance With The Form Prescribed In Section Ix. Bidding Forms; And (b) Any Other Document Required In The Bds. 2.2 Unless Indicated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 3. Bid Prices 3.1 The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 3.2 The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 3.3 All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 3.4 Unless Otherwise Provided In The Bds, All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In Gcc Clause 47error! Reference Source Not Found. And Its Corresponding Scc Provision. 4. Bid Security 4.1 The Bid Security In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank; Two Percent (2%) (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank; (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Local Government Units, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 4.2 The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 4.3 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In The Bds. 4.4 Upon Signing And Execution Of The Contract, Pursuant To Itb Clause 31, And The Posting Of The Performance Security, Pursuant To Itb Clause 32, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Bds. 4.5 The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified By The Bidder On The Bid Form; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 27.3 (b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 34.2 ; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 31; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 32; Or (iii) Any Other Reason Stated In The Bds. 5. Format And Signing Of Bids 5.1 Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Ix. Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12, And The Second Shall Contain The Financial Component Of The Bid. 5.2 Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 5.3 The Bidder Shall Prepare An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 5.4 The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 5.5 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 6. Sealing And Marking Of Bids 6.1 Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause12, In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 6.2 Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 6.3 The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 6.4 All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac In Accordance With Itb Clause 1.1error! Reference Source Not Found.; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 6.5 If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. Moreover, Failure To Comply With The Required Sealing And Marking Of Bids Shall Be A Ground For Disqualification. Submission And Opening Of Bids 7. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 8. Performance Security 8.1 To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Prior To The Signing Of The Contract. 8.2 The Performance Security Shall Be In An Amount Equal To A Percentage Of The Total Contract Price In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank; Five Percent (5%) (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank; (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 8.3 Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract Between The Successful Bidder And The Procuring Entity, The Successful Bidder Shall Furnish To The Procuring Entity The Performance Security In Accordance With The Conditions Of Contract, And In The Form Prescribed In The Bidding Documents. 8.4 Failure Of The Successful Bidder To Comply With The Requirement Of Itb Clause 32 Shall Constitute Sufficient Grounds For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However, If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 9. Notice To Proceed 9.1 Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority. 32.2 The Date Of The Bidder’s Receipt Of The Notice To Proceed Will Be Regarded As The Effective Date Of The Contract, Unless Otherwise Specified In The Bds. Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Teresa The Name Of The Contract Is Completion Of Children Development Center At Sitio Korokan And Additional Canopi, Fence And Plant Box At Bagumbayan Elem, School At Barangay Bagumbayan The Identification Number Of The Contract Is Bagumbayan 2025-01-001. 2 The Funding Source Is: The Government Of The Philippines (gop) Through 2025 Annual Budget Approved By Sangguniang Barangay In The Amount Of One Million Four Hundred Thousand Pesos & Three Hundred Ninety Thousand Pesos Respectively). The Name Of The Project Is Completion Of Children Development Center At Sitio Korokan And Additional Canopi, Fence And Plant Box At Bagumbayan Elem, School At Barangay Bagumbayan 5.1 No Further Instructions. 5.2 No Treaty Or International Or Executive Agreement Allows Participation Of Foreign Bidders. Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause Error! Reference Source Not Found.. 5.4 The Bidder Must Have Completed, Within Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.5 No Further Instructions. . 6.3 No Further Instructions. 7 No Further Instructions. 8 “not Applicable” No Further Instructions. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project . 10.1 The Procuring Entity’s Address Is: Bagumbayan Teresa, Rizal Pinky R. Santos Cp No 12.1 No Further Instructions. 12.1(a)(i) “no Additional Requirements.” 12.1(a)(iii) No Further Instructions 12.1(a)(iv) No Further Instructions. 13.1 “no Additional Requirements” 13.2 The Abc___________________________________________). Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 “no Further Instructions.” 15.4 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Will Be Valid Until February 7, 2025 18.1 The Bid Security Shall Be In The Following Amount: 1. [insert 2% Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. [insert 5% Of Abc] If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2;18.3; And 18.4 The Bid Security Shall Be Valid February 28,2025. 18.5(a)(iv) 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 18.5(b)(iii) No Further Instructions. 20.1 No Further Instructions. 20.3 Each Bidder Shall Submit One Original And Two Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Bagumbayan Teresa, Rizal. The Deadline For Submission Of Bids Is February 19,2025 9:00 Am 24.1 The Place Of Bid Opening Is Conference Room, Barangay Hall Barangay Dalig Teresa, Rizal The Date And Time Of Bid Opening Is February 19,2025, 9:00 Am 25.1 No Further Instructions. 27.3 No Further Instructions. 27.3(b) Arithmetical Correction Allowed. 27.5 No Further Instructions. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 31.4(g) Construction Schedule And S-curve; Manpower Schedule; Construction Methods; Equipment Utilization Schedule; Construction Safety And Health Program Approved By The Department Of Labor And Employment; And Pert/cpm. 33.2 The Effective Date Of The Contract Is Upon Signing Of Both Parties. Special Conditions Of Contract Gcc Clause 1.17 The Intended Completion Date Is April 10, 2025 1.22 The Procuring Entity Is Barangay Bagumbayan Teresa, Rizal. 1.23 The Procuring Entity’s Representative Is John Tracey Coralde, Teresa, Rizal 1.24 The Site Is Located At Bagumbayan ,teresa, Rizal And Is Defined In Drawings No. _____________________ 1.28 The Start Date Is On Or Before February 24,2025 1.31 The Works Consist Of Completion Of Children Development Center At Sitio Korokan And Additional Canopi, Fence And Plant Box At Bagumbayan Elem, School At Barangay Bagumbayan 2.3(h) None. 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor N/a 6.5 The Contractor Shall Employ The Following Key Personnel: Civil Engineer; Foreman; Carpenter; Mason; Laborer; 7.1 At The Contractor’s Option The Performance Security Is To Be In Any Of The Following Form: (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank In The Amount Of [insert Ten Percent (10%) Of The Contract Price]. (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank [insert Ten Percent (10%) Of The Contract Price]. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of [thirty Percent (30%) Of The Contract Price]. (d) Any Combination Of The Foregoing [ Proportionate To Share Of Form With Respect To Total Amount Of Security] 8.1 No Further Instructions. 9.1 The Applicable Liquidated Damages Is At Least One Tenth (1/10) Of One Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10.1 None 12.5 Five (5) Years. 20.2 The Arbiter Is: Noel C. San Diego Barangay Dalig, Teresa, Rizal 20.3 No Further Instructions. 25.1 No Further Instructions. 28.1 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 30.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 10 Days Of Delivery Of The Letter Of Acceptance. 30.3 The Period Between Program Of Work Updates Is 10 Days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is 1% Of The Contract Cost. 33.3 The Funding Source Is The Government Of The Philippines 36.1 No Further Instructions. 38.1 The Amount Of The Advance Payment Is 15% Of The Contract Price 39.1 No Further Instructions. 39.3 No Further Instructions. 41.2 No Further Instructions. 47.1 No Further Instructions. 50.1 The Date By Which “as Built” Drawings Are Required Is N/a 50.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Contract Price. Bid Form Date: Iaeb No: Bagumbayan 2025-02-001 To: Barangay Bagumbayan Address: Bagumbayan,teresa, Rizal We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Completion Of Children Development Center At Sitio Korokan And Additional Canopi, Fence And Plant Box At Bagumbayan Elem, School At Barangay Bagumbayan (b) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: _______________________________________________________________________________________________; The Discounts Offered And The Methodology For Their Application Are:__________________________________________________________________________________________; (c) Our Bid Shall Be Valid For A Period Of ______________ Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of _________________________________________________________________________________________ Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: _________________________________________________________; (f) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Form Of Contract Agreement This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Contractor). Binding Signature Of Procuring Entity ________________________________________________ Binding Signature Of Contractor _____________________________________________ Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory
Closing Date18 Feb 2025
Tender AmountPHP 1.7 Million (USD 30.9 K)

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: *****see Piee Notice***** table Of Contents 1. General 1.1 General Overview Of Procurement Process 1.2 General Overview Of Contract 2. Basis For Award 3. Bid Requirements 3.1 Pre-bid Conference And Site Visit 3.2 Bid Submission Instructions 3.3 Pre-bid Inquiries (ppis) 4. Attachments: May Be Located On The Contract Opportunities attachment 1 – Appendix B Statement Of Work attachment 2 – Pre-proposal Inquiry (ppi) Form attachment 3 – Excavation And Handling Of Contaminated Material attachment 4 – Supplementary Instructions For Paving Idiq attachment 5 – Activity Hazard Analysis attachment 6 – Machinery And Mobile Equipment List attachment 7 – Contractor Production Report attachment 8 – Navfac Initial Mishap Notice Form attachment 9 – Contractor Bid Sheet Elins attachment 10 – Piee Vendor Access Instructions _______________________________________________________________________________ general 1.1 General Overview Of Procurement Process procurement Method: This Acquisition Will Be Advertised Utilizing Far Part 14 – Sealed Bidding Resulting In A Firm Fixed Price (ffp) Contract For Construction Services. competition Requirements: This Solicitation Is Being Solicited As A Competitive, 8(a) Set-aside. naics: The Appropriate Naics Code For This Procurement Is 237310 – Highway, Street, And Bridge Construction, And The Small Business Size Standard Is $45,000,000. magnitude Of Construction: In Accordance With Far 36.204 (g), The Total Estimated Magnitude Of Construction For This Contract (base Period Plus Option Years) Is Between $5,000,000 And $10,000,000. 1.2 General Overview Of Contract contract Title: Indefinite Delivery Indefinite Quantity Contract For Miscellaneous Paving Maintenance And Repair Contract, Nsa Mechanicsburg /nsa Philadelphia Sites work Order # 1808625 – Provided Via Attachment 1 description: This Is A Regional Indefinite Delivery / Indefinite Quantity (idiq) Contract To Provide Paving, Curbs, Slabs, Striping, Repair, Excavation, Paving Sweeping, And Snow Removal Work Located Within The Area Of Responsibility Of Navfacv Mid-atlantic, Public Works Department pennsylvania, Facilities Engineering And Acquisition Division Sites. types Of Work To Be Included In This Contract Are As Follows, But Are Not Limited To: Excavation and Removal Or Replacement Of Deteriorated Paved Surfaces; Construction Of New Stone And Bituminous Surfaces; Overlay Of Existing Ramp Slabs And Surfaces; Spot Patching Of Existing Bituminous Paving; Stabilization Of Shoulders And Application Of Bituminous Tack Coat, Surface Treatment, And Sealing Of Cracks; Removal Or Replacement Of Concrete Curbs, Sidewalks, Ramps, Windowsills, Floors, Walls, Block, Bricks And Bituminous Surface Areas; Saw Cutting Of Asphalt And Concrete, Resetting Manholes And Catch Basins, Resetting Curbing, And, Wheel Stops; Crack And Joint Repairs; Street Marking Of Driving Surfaces Which, Are To Be Thoroughly Cleaned Of Dust, Dirt, And Other Granular Debris; Removal Of Existing Paint, And Other Coatings Adhering To The Surface; Application Of Sod And Seeding, Or Reseeding As Required; Disposal Of All Removed Materials Off Government Property; Snow Removal To Locations On-base As Needed; And Engineering Drawings And Specifications. term Of The Contract: The Duration Of The Contract Will Be For A Five (5) Year Ordering Period From The Date Of Contract Award. The Total Five-year Ordering Period Includes A Base Period And Four 12-month Option Periods Not To Exceed Sixty (60) Months From The Date Of Contract Award. Refer To Section 00 70 00 – Conditions Of The Contract, Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000). minimum Guarantee: The Government Will Issue A Minimum Guarantee In The Amount Of $5,000.00 To The Successful Offeror Via Task Order. The Minimum Guarantee Covers The Full Term Of The Contract To Include All Option Years. construction Wage Requirements: General Wage Determinations Covering The Areas Of Responsibility Are Included In This Solicitation. The Most Current Wage Decision Will Be Incorporated Into The Contract At The Time Each Option Is Exercised. Refer To Section 00 73 00 Of The Solicitation. indefinite Quantity Individual Contract Line Item Quantities: Once The Estimated Quantities For Individual Line Items Shown In The Schedule Have Been Ordered, Additional Quantities May Be Ordered As Long As The Overall Not-to-exceed (nte) Amount Of The Contract Per Year Is Not Exceeded And The Contractor Agrees By Signing The Task Order. basis For Award evaluation Of Bids: Award Will Be Made To The Responsible Bidder Whose Bid, Conforming To The Invitation For Bid Requirements, Will Be Most Advantageous To The Government, Considering Only Price And Price Related Factors Included In The Invitation For Bid. Bidders Shall Submit A Lump Sum Price For Section 001000 -solicitation, Clin 0001 (base Year), Clin 0002 (option Year 1), Clin 0003 (option Year 2), Clin 0004 (option Year 3), Clin 0005 (option Year 4) And Unit Prices For Elins A001-a099, B001-b099, C001-c099, D001-d099, And E001-e099 For Each Clin. For Purposes Of Evaluating Bids For Award, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. Refer To Section 00 21 13, Far 52.217-5 Evaluation Of Options (jul 1990). 3. Bid Requirements 3.1 Pre-bid Conference And Site Visit: A Site Visit Is Not Anticipated For This Procurement. 3.2 Bid Submission Instructions: the Bidder Shall Submit One Electronic Bid With The Following: cover Page With Solicitation Number, Solicitation Title, Offeror Name, Address, Phone Number, Fax Number, Unique Entity Identifier (uei), Employer Identification Number (ein), Cage Code, Point Of Contact (poc), Poc Title, Poc Phone Number, And Poc Email Address; completed Sf 1442 Signed With All Amendments Acknowledged; exhibit Line Items (elins), Excel Spreadsheet (electric Copy) A001-e099 For Each Clin. solicitation Contract Form Clins 0001, 0002, 0003, 0004, 0005 (base And All Option Years). copy Of Representation And Certifications And Proof Of Registration In System For Award Management (sam); confirmation Of Filing Of Veterans’ Employment And Training (vets) Vets-4212 For The 2022/2023 Filing Cycle; bid Guarantee In Accordance With Far Clause 52.228-1, Bid Guarantee; And responsibility Determination Information (see Below). responsibility Determination Information - In Order To Be Eligible For Award, The Bidder Must Be Determined Responsible In Accordance With Far Part 9, Specifically 9.104-1, General Standards. The Bidder Shall Provide The Following Information In The Bid Package, Which Will Not Be Provided To The Public For Inspection: identification Of The Contractor’s Personnel And Management To Be Used On This Contract. the Contractor’s Technical And Management Plans, Including A Schedule For Performing Required Services. description Of Contractor’s Facilities And Equipment. summary Of The Contractor’s Experience In Performing Work Of The Type Required By This Specification. one (1) Signed Bank Reference Demonstrating Adequate Financial Resources. If Offeror’s Firm Has A Line Of Credit – Provide Information On How Many Figures Offeror Can Borrow Against The Line Of Credit (i.e. Medium 6 Figures – Exact Line Of Credit Is Not Required). the Latest Three Complete Fiscal Year Financial Statements For The Prime Contractor, Certified By An Independent Accounting Firm, If Practicable, Or Signed By An Authorized Officer Of The Organization. Submit Evidence Of Availability Of Working/operating Capital, Which Will Be Used For The Performance Of The Resultant Contract. For Joint Venture Arrangements, Submit The Latest Three Complete Fiscal Year Financial Statements For Each Company In The Joint Venture And Discuss The Financial Responsibilities Among The Companies. The Government May Also Utilize Dun & Bradstreet Reports To Evaluate The Financial Capacity Of The Offeror. other Work Presently Under Contract And Their Period Of Performance. prior Contracts For Similar Work Of Similar Magnitude, And The Names, Addresses And Telephone Numbers Of Individuals With The Organization Issuing The Contract Who May Be Contacted For Information Concerning The Contractor’s Performance. although Required To Be Submitted With The Bid Package, This Information Will Not Be Evaluated As Part Of The Sealed Bid Evaluation. This Information Forms The Basis Of Your Firm’s Responsibility Determination Should Your Firm Be The Apparent Low Bidder. Packages Will Not Be Returned, But Shall Be Destroyed By The Contracting Officer. No Certificate Of Destruction Will Be Issued. the Offeror’s Bid Must Include All Data And Information Required And Must Be Submitted In Accordance With These Instructions. The Offeror Shall Be Compliant With The Requirements As Stated Herein, For Non-conformance May Result In Rejection Of Individual Bids. electronic Submission Via Piee offerors Shall Submit An Electronic Bid (.pdf Format) In Response To This Solicitation. Only The Piee Solicitation Module Is Authorized For The Submission Of Electronic Proposals In Response To This Solicitation. Electronic Proposal Submissions Should Be No Larger Than 1.9 Gb Per File. Offerors Shall Ensure That The Government Has Received The Electronic Proposal Prior To The Date And Time Specified. Piee Solicitation Vendor Access Instructions Are Provided Via Attachment 3. Emailed Submissions Will Not Be Accepted. Submissions Must Be Correctly Linked To The Subject Solicitation Number Within The Piee Module. Submissions That Are Incorrectly Linked May Not Be Considered. Upon Successful Submission Of Bid Through Piee, The Offeror Should Receive An Email Confirmation. Please Keep This For Your Records. offerors Shall Allow Adequate Time To Upload Files Which May Be Slower For Non-dod Users And To Avoid Other Technical Difficulties That May Be Encountered. Offerors Are Also Responsible For Submitting Files In The Format Specified And Consistent With Requirements Stated Elsewhere In This Solicitation. Files That Cannot Be Opened, Or Are Otherwise Missing The Required Content Are The Responsibility Of The Offeror. It Is The Sole Responsibility Of The Offeror To Obtain The Ifb Files, Along With Any Amendments, From Opportunities (https://piee.eb.mil And Https://www.sam.gov). piee System Will Record The Date And Time Of Package Submittal. The Date And Time Of Package Submittal Recorded In Piee Shall Govern The Timeliness Of Any Bid Submission. Late Bids Will Not Be Considered. bids Submitted In Response To This Request Must Be Received No Later Than The Date And Time Specified In Block 13a Of The Sf1442. Bids Not Received By The Time And Date Specified Shall Be Treated In Accordance With Far 52.214-7 “late Submissions, Modifications, And Withdrawals Of Bids”. contractor Evaluation Performance Reporting (cpar) contractor’s Performance Will Be Evaluated Using The Respective Contractor Performance Evaluation Report Entry System Located On The Website Http://www.cpars.gov. Prior To Commencement Of Work The Contractor Is Required To Provide The Government With The Name, Phone Number And E-mail Address Of The “contractor’s Representative” That Will Be Responsible For Receipt And Review Of Draft Performance Evaluations Prepared By The Government In The Appropriate System. It Is The Contractor’s Responsibility To Keep This Contact Information Current. utilities For Construction And Testing: The Contractor Shall Be Responsible For Obtaining, Either From Available Government Sources Or Local Utility Companies, All Utilities Required For Construction And Testing. The Contractor Shall Provide These Utilities At Their Expense, Paid For At The Current Utility Rate Delivered To The Job Site. The Contractor Shall Provide And Maintain All Temporary Utility Connections And Distribution Lines, And All Meters Required To Measure The Amount Of Each Utility Used. whole Dollar Pricing: Bids Will Be Rounded Down To The Nearest Whole Dollar For Evaluation And Subsequent Award Purposes. If After Rounding Takes Place There Are Multiple Identical Low Bidders, Far 14.408-6 Shall Apply. payment Instructions: Refer To Section 00 73 00 Of The Solicitation For Payment Instructions. bonding Requirements: A Bid Guarantee Is Required; Payment And Performance Bonds Are Required; The Contractor Will Submit Performance And Payment Bonds For Each Task Order Awarded Over $150,000.00. the Contractor Shall Submit Alternate Payment Protection For Task Orders Awarded From $35,000.00 - $150,000.00 In Accordance With Far 52.228-13, Alternate Payment Protection. for Task Orders Under $35,000.00, No Bonding Is Required. bidders Should Account For This Cost In Their Unit Prices. 3.3 Pre-bid Inquiries (ppis): All Inquiries Must Be Submitted In Writing And Received By The Contract Specialist Fourteen (14) Calendar Days Prior To The Solicitation Closing Date In Order To Permit Adequate Time To Reply To The Inquiry. There Is No Guarantee That Ppi’s Submitted After The Cut-off Date Will Be Answered Before The Solicitation Closes. submit All Inquiries To Erik Cole At Erik.w.cole2.civ@us.navy.mil. Use Of “attachment 4 Pre-proposal Inquiry Form” Template Is Required. The Ppi Form Template (attachment 2) Can Be Found On Https://piee.eb.mil And Https://www.sam.gov. Please Include The Solicitation Number And Title In The Subject Line Of The Email When Submitting Ppis. *****see Piee Notice*****
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0016 Change Proposal Due Date To 6 March 2025. _______________________________________________________________________ amendment 0015 Change Proposal Due Date To 27 February 2025. _______________________________________________________________________ amendment 0014 Change Proposal Due Date To 13 February 2025. _______________________________________________________________________ amendment 0013 Change Proposal Due Date To 23 January 2025. _______________________________________________________________________ amendment 0012 Change Proposal Due Date To 11 December 2024. _______________________________________________________________________ amendment 0011 Change Proposal Due Date To 21 November 2024. _______________________________________________________________________ amendment 0010 Change Proposal Due Date To 14 November 2024. _______________________________________________________________________ amendment 0009 Change Proposal Due Date To 31 October 2024. _______________________________________________________________________ amendment 0008 Change Proposal Due Date To 17 October 2024. _______________________________________________________________________ amendment 0007 Change Proposal Due Date To 26 September 2024. _______________________________________________________________________ amendment 0006 Change Proposal Due Date To 22 August 2024. _______________________________________________________________________ amendment 0005 Change Proposal Due Date To 8 August 2024. _______________________________________________________________________ amendment 0004 Change Proposal Due Date To 31 July 2024. _______________________________________________________________________ amendment 0003 Change Proposal Due Date To 26 June 2024. _______________________________________________________________________ the Purpose Of Amendment 0002 To Letter Rfp Sprra224r0023 Is To Correct The Pn For Nsn: 6150-01-531-5492 From: 1306037-7 To Pn: 13506037-7 (see Attachment). the Purpose Of Amendment 0001 To Letter Rfp Sprra224r0023 Is To Amend Ead And Range Quantities. (see Attachment) address Questions Or Inquiries To The Contract Specialist Kiaunna Blevins (kiaunna.blevins@dla.mil) And/or The Undersigned (becky.brady@dla.mil). the Defense Logistics Agency (dla) Is Issuing Solicitation Sprra224r0023 To Add-on 6 Parts To The Captains Of Industry (coi) Contract, Spe4ax-22-d-9000 (dla Huntsville Spares) For Fiscal Years 2025-2027 (fy25-fy27). these Parts Will Support The Patriot (m-d6) Weapon System. this Is A Sole Sourced Requirement For Lockheed Martin Corporation Cage 64059 And As Such Is Being Procured In Accordance With Far 6.302-1(a)(2); “…only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements.” cost And Pricing proposal Content/cost/price Supporting Documentation. At A Minimum, Offeror Proposal Shall Include The Following: the Government Contemplates Firm-fixed-pricing (ffp) For This Effort In Accordance With The Overarching Basic Contract, And Requests Pricing For Three (3) Years. This Is An Rfp For Part Number Support Requirements Generated By The Tagm Program And Amcom Logistics Center (alc) Project Offices Used On The Patriot (m-d6). the Offeror Shall Prepare One Summary Schedule. Along With The Summary Schedule, The Offeror Shall Provide Fully Supportable Cost Data Which Substantiates The Offeror’s Summary Schedule For The P/ns. Submission Must Include Working Excel Files With Applicable Excel Formulas, Showing Direct Cost Inputs And Building To The Proposed Cost. Files Are Required At Every Level, To Include Inter-organizational Work (if Applicable). Submission Shall Be In Accordance With Far 15.408, Table 15-2, Instructions For Submitting Cost/price Proposals When Certified Cost Or Pricing Data Are Required. Back Up Documentation Shall Detail The Labor Categories To Be Used, Labor Hours Proposed By Category, Material And Equipment Cost, And A Total Cost Breakdown. The Offeror Shall Also Provide Supporting Cost/price Documentation For All Proposed Subcontractors, To Include The Proposed Type Of Subcontract. to Comply With This Solicitation, The Offeror Is Required To Price Fiscal Years 2025 – 2027 (fy25- Fy27). Items, And The Possibility Of More In The Future, Will Be Repriced Again At The End Of Fy25-fy27. far 15.408, Table 15-2 Requires Prime Contractors And Higher Tiered Subcontractors To Conduct Price Analysis Of All Subcontractor Proposals And A Cost Analysis Of Each Subcontractor Proposal For Which Certified Cost Or Pricing Data Is Required. Fair And Reasonable Subcontractor Analysis In Accordance With Far 15.404-3(b) Subcontract Pricing Considerations Shall Accompany Proposal Submission. an Un-sanitized Cost Breakdown (all Cost Information, Rates/dollars) Shall Also Be Provided In A Microsoft Excel File. in Support Of The Proposed Indirect Expense Rates, Inter-organizational Transfers (iots) And Its Subcontractor(s) Shall Provide Documentation Of The Most Recent Indirect Expense Rates, To Include, At Least One Of The Following:  Forward Pricing Rate Agreements (fpras) With Dcaa Or Dcma.  Forward Pricing Rate Recommendations (fprr) From Dcaa Or Dcma.  Forward Pricing Rate Proposal (fprp), Approved Provisional Rates Proposal Or Other Statement Of Current Rates Including Three (3) Years Of Incurred Cost Submissions To Dcaa Detailing Pools And Bases (by Expense Accounts) Information Which Validates The calculations Or Three (3) Years Historical Actual Detailing Pools And Bases (by Expense Accounts) Information Which Validates The Calculations. note: The Rates Reflected In The Fpra, Fprr, Fprp, Approved Provisional Rates Proposal Or Other Statement Of Current Rates Shall Directly Match The Proposed Rates As Detailed In The Proposal. If The Rates Do Not Match, The Offeror Shall Provide Sufficient Detail Explaining How The Proposed Rates Are Realistic. identify Key Business Unit Personnel Related To Contracting, Technical And Pricing Questions And Known Dcma Or Dcaa Business Unit Points Of Contact (pocs) To Expedite The Question/review Process. in Accordance With Far Clause 52.215-22, Limitation On Pass-through Charges, If Offeror Intends To Subcontract More Than 70 Percent Of The Total Cost Of Work To Be Performed Under The Resulting Add-on, Offeror Shall Identify In Its Proposal A Description Of The Value-added Provided By Offeror As Related To The Work To Be Performed By The Subcontractor(s) As Defined By Far clause 52.215-22. offeror Shall Identify And Address In Its Proposal All Actual Or Potential Organizational Conflicts Of Interests (ocis), Per Far 9.5, Or State That There Are No Known Potential Ocis. If Any Actual Or Potential Ocis Are Identified, Then Offeror Shall Submit A Mitigation Plan. no Assumptions, Terms, Conditions, Caveats Or Exceptions Submitted Within Offeror Proposal, In Response To This Rfp, Will Be Accepted Or Incorporated Into The Basic Contract. All Assumptions Shall Be Addressed And/or Resolved Through The Use Of The Question-and-answer Period. offeror Shall Submit Their Subcontracting Plan With Their Proposal As A Separate Document. The Subcontract Shall Be Incorporated By Reference And Made A Part Of The Final Award. The Subcontract Will Be Used To Ensure Offeror Is On Track To Meet The Goals Established In The Base Contract. additional Considerations containers - The Government Did Not Provide Separate Subcontract Line Item Numbers (slins) To Accommodate Items That May Require Reusable Shipping Containers. However, If An Item Requires A Reusable Shipping Container, A Slin May Be Added To Allow The Offeror To Price The Item With A Shipping Container. The Offeror Shall Propose The Most Expeditious Delivery Schedule For each Item. first Article Test (fat) May Be Required, If So, The Requirement Will Be Included On The Applicable Delivery Orders. When Required, Fat Must Be Separately Priced. The Offeror May Submit A Request For Fat Waiver; However, Fat May Be Included On The Award In Anticipation Of The Requirement On Future Orders. Upon Receipt Of The Fat Waiver Request, Dla Will Submit Documentation To Srd For Evaluation And Technical Consideration. economic Order Quantities (eoqs) Shall Be Proposed By The Contractor To Ensure Optimal Ordering Quantities. The Eoq Information Requested In This Narrative, Is Being Solicited To Avoid Acquisitions In Disadvantageous Quantities And To Assist The Government In Developing Data For Current And Future Acquisitions Of This Item/these Items. The Government Anticipates The Offeror’s Proposal (in View Of Market Research, Historical Awards, The Nature Of The Item(s) Being Solicited, And The Current Economic Environment) Will Include Quantities/ranges That Will Vary From Those Being Solicited. The Solicited Quantities Are Based On Estimated Annual Demands And As Such Government Reserves The Right To Award The Most Advantageous Quantities &/or Ranges. evaluation Criteria - Minimum Technical Requirements. To Be Technically Acceptable And Thus, Eligible For Award, A Proposal Must Conform To All Solicitation Requirements, Such As Terms And Conditions, Representations And Certifications, And Technical Requirements Provided Within All Sections Of This Solicitation And/or Within Its Attached Addenda. Proposals Receiving A Technical rating Of “unacceptable” Will Be Ineligible For Award. price. In Addition To Meeting The Solicitation’s Technical And Quantity Increment Or Range Requirements Above And Cost And Pricing Requirements Below, The Government Will Evaluate A Proposal’s Pricing For Reasonableness. Evaluation Of A Proposal's Pricing Will Not Obligate The Government To Order The Estimated Quantities Or To Distribute Orders In The Manner Evaluated. The Government May Reject A Proposal As “unacceptable” If Its Pricing Is Determined To Be Materially Unbalanced. cost And Pricing Data. Offerors Must Provide All Cost Or Pricing Information Required By Far 15.4. Failure Of A Proposal To Provide Cost Or Pricing Information Required By Far 15.4 Will Result In Said Proposal Being Deemed Unacceptable, And Thus, Ineligible For Award. pdqr - The Product Quality Deficiency Report Program (army Regulation 702-7) Will Be Used When Contractors: 1) Deliver Deficient Items Or 2) Receive Deficient Items From A Dod Supply Chain In Support Of Army Requirements. When Requested, The Contractor Shall Assist The Cognizant Contract Administration Office In Evaluating Pqdrs And Exhibits For Defects Reported On Items manufactured Under This Contract To Determine The Root Cause For Deficiencies. Corrective Action And Preventative Action To Preclude Recurrence Of Discrepancies Shall Be An Integral Part Of The Contractor’s Quality Program. These Defects May Be Reported From Any Dod Activity That Discovers A Defective Item. ranges - Offerors Are Requested For Increments Or Ranges Of Quantities As Listed In The Attachment. The Awarded Quantity, Or Quantities In The Case Of Multiple Items, Will Be Based On The Requirements Of The Government And The Combination Of Price And Quantity Per Item That Is The Most Advantageous To The Government. Quantity Increments Shall Consist Of A Primary Amount And Alternate Amounts Based On Incremental Increases. The Quantity Awarded Will Be Either The Full Primary, Or One Of The Alternate Quantities. Quantity Ranges Consist Of A Specific Series Of Ranges. The Quantity Awarded May Fall Anywhere Within Range. If This Is A Request For Quote (rfq) Or A Request For Proposal (rfp), An Offer That Only Contains Prices For Quantities Other Than Those Quantities Indicated In The Schedule Of Supplies Or Services May Be Precluded From Consideration For Award If The Contracting Officer Elects To Make An Award Without Discussion Of Proposals. the Contract Quantity Range Shall Be Determined By The Total Quantity At The Time Of Delivery Awarded. There Shall Be No Downward Adjustment To An Already Awarded Delivery Order Regardless Of If Another Delivery Order Is Awarded In The Same Ordering Period. For Example, One Delivery Order Quantity May Not Be Combined With Any Other Delivery Order Quantity To Create A Price Break, Even If The New Delivery Order Is Placed In The Same Ordering Period. Each Order Stands On Its Own. In The Event An Order Is Issued For Quantities Outside The Ranges Established In The Contract, The Unit Price Associated With The Highest List Range Will Apply To That Order. The Contractor Has The Right To Accept Or Reject Any Quantity Outside The Ranges Established In The Contract And Adjust The Production Lead Time / Monthly Delivery Rate As Appropriate. packaging – Standard Practice For Military Packaging Shall Be Utilized (mil-std-2073-1). delivery Schedule – Proposal Shall Include Proposed Production Lead Time And Monthly Delivery Rate. proposal Submission – Proposal Shall Be Electronically Submitted To Government. Offeror Can Contact Contract Team For A Dod Safe Site Link For Submission Purposes. clins - Nsns Listed On This Effort May Be Awarded Together Or Separately. timelines solicitation Receipt – Request Offeror Acknowledge Receipt Of Solicitation Sprra224r0023 Business Days And Feedback On Feasibility In Meeting The Closing Date Of 4pm Cst 5 May 2024 Referenced In Solicitation Submittal Email And Sam.gov Posting. If Offeror Elects To "no Bid", Please Provide Detailed Rationale And An Alternate Source Of Supply. proposal Receipt - Upon Receipt Of Proposal, Dla Contracting Team Shall Acknowledge Receipt. Within 3 Business Days, The Government Will Identify Deficiencies, Request Additional Information/documentation, And/or Provide Proposal Acceptance. Offeror Proposal Shall Remain Valid For A Minimum Of One Hundred And Eighty (180) Days From The Date Of Acceptance. summary all Communications Shall Be Submitted In Writing Only And Directly To The Following Dla Contract Team Members. becky Brady, Dla Aviation-huntsville Contracting Officer, Strategic Missile Team E: Becky.brady@dla.mil kiaunna Blevins, Dla Aviation- Huntsville Contract Specialist E: Kiaunna.blevins@dla.mil offeror Shall Not Contact Any Other Government Personnel Other Than The Person(s) Identified Above. Contacting Any Government Personnel Other Than The Individual(s) Identified Above Could Result In An Organizational Conflict Of Interest (oci). be Advised That This Requirement Shall Be Advertised In The Sam.gov Website For Viewing By The General Public. In The Event Another Supplier Indicates Interest In Responding To The Requirement As A Result Of Viewing The Synopsis, A Formal Solicitation Will Be Issued To Accommodate That Supplier. please Direct Inquires, Requests For Clarification, And Status Updates To Kiaunna Blevins (kiaunna.blevins@dla.mil). attachments: sprra224r0023 Attachment 020724 (full List Of Parts). fat Waiver Worksheet Rev E 031220
Closing Date6 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Description: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 16 Of 16 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 16 subject* 96-well Qpcr | Research general Information contracting Office S Zip Code* 80111 solicitation Number* 36c25924q0796 response Date/time/zone 12-26-2024 15:00 Mountain Time, Denver, Usa archive 30 Days After The Response Date recovery Act Funds n set-aside sdvosbc product Service Code* 6630 naics Code* 334516 contracting Office Address department Of Veterans Affairs network Contracting Office nco 19 6162 South Willow Drive, Suite 300 greenwood Village Co 80111 point Of Contact* contracting Specialist eric Ayers eric.ayers@va.gov 801-582-1565 X1808 place Of Performance address george E. Wahlen Va Medical Center bldg 7, Warehouse attn: Liz Weld 500 Foothill Drive salt Lake City Utah postal Code 84148 country usa additional Information agency S Url url Description agency Contact S Email Address email Description description request For Quote (rfq) #: 96-well Qpcr System this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Make No Award From This Solicitation. ** The Deadline For All Questions Is 3:00pm Mst, 01/16/2024. all Questions Must Be Submitted In Writing No Later Than The Question Cut-off Date Marked Above. All Questions Will Be Answered Officially Through An Amendment To The Solicitation. *** Quotes Are To Be Provided To Eric.ayers@va.gov No Later Than 3:00pm Mst, 01/20/2024. quotes Shall Not Be Hand Carried. Faxed Quotes Shall Not Be Accepted. Emailed Quotes Are The Only Method Of Submitted Quotes (4mb Email Limit). The Government Reserves The Right To Make Award Solely On Initial Quotes Received. Offerors Bear The Burden Of Ensuring That All Portions Of The Offer (and Any Authorized Amendments) Reach The Designated Office Before The Deadline Specified In The Solicitation. This Rfq Shall Be Completed In Its Entirety, And Signed And Dated, Failure Shall Not Be Considered For Award. this Is A Request For Quote (rfq) And The Solicitation Number Is 36c25924q0796. The Government Anticipates Awarding A Firm-fixed Price Contract Resulting From This Solicitation. this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05 Effective April 22, 2024. the North American Industrial Classification System (naics) Code For This Procurement Is 334516 With A Small Business Size Standard Of 1,000 Employees. This Solicitation Is A 100% Set-aside For Sdvosb Concerns. list Of Line Items; line Item description quantity unit Of Measure unit Price total Price 0001 cfx Opus 96 Real-time Pcr System 96-well, 5-color Fret, Network-connection Real-time Pcr Detection System, Includes Cfx Opus 96 Base Unit, Cables. 1 ea $ $ 0002 cfx Opus Wi-fi Adapter, North America & Others wi-fi Antenna Enables Wi-fi Connection For Cfs Opus In North America 1 ea 0003 cfx Maestro Software 2.3 For windows Pc 1 License, Cfx Maestro 2.3, Software For Real-time Pcr Plate Setup, Data Collection, Statistics, And Graphing Of results; For Windows Pcs 1 ea 0004 cfx Maestro Software, Mac Edition mac Edition Of Cfx Maestro Software For Real-time Pcr Plate Setup, Data Analysis, Statistics And Graphing Of Results 1 ea 0005 this Service belongs To instrument: 12011319 enp Cfx Opus Pcr Mi cfx Opus, Cfx Opus Dw Or Cfx opus Dx, 1 Yr Full Mail In extended Cover Service Plan. unlimited Repair Inclusive Of Shipping, parts And Labor. Computer Not Covered. Includes Thermal Cycler And Optical Reaction Module. Pm Not Included. 1 jb grand Total $ statement Of Work Contracting Officer S Representative (cor) cor Name: liz Weld va Name: 660- George E. Wahlen Vamc va Address: 500 S Foothill Dr., Slc, Ut 84148 e-mail Address: elizabeth.weld@va.gov solicitation Class open Market- Sdvosb contract Title: Qpcr System background: The Drakos Lab Requires The 96 Well Real Time Pcr System To Quantitatively Measure The Transcripts Of Multiple Genes At Various Steps Of The Experiments. This Will Aid To Understand The Mechanism And Gene Regulation Mediated By Fibroblast At Different Signaling Processes Of Fibrosis And Cardiac Remodeling Initiated Through Aebp1 Mechanism. The Va Funded Project Number Is I01bx006306-01: Understanding Myocardial Recovery In Diabetes And Heart Failure (cara-003-20s). the Cfx Opus 96 Dx Real-time Pcr System Provides A Robust And Reliable Open Platform For Development And Performance Of In Vitro Diagnostic Assays. The Enhanced Thermal Performance Ensures Consistent Data From Well To Well. When Used With The Cfx Maestro Dx Se Software For Security And Traceability, The Integrity Of Patient Results Is Ensured. scope: 96-well Real-time Pcr System With Repair And Maintenance Plan For One Year. cfx Opus 96 Real-time Pcr System: 96-well, 5-color Plus Fret, Network-connected Real-time Pcr Detection System, Includes Cfx Opus 96 Base Unit And Cables. cfx Maestro Software 2.3 For Windows Pc: 1 License Of Software For Pcr Plate Setup, Data Collection, Statistics, And Graphing Of Results; For Windows Pcs cfx Opus Wi-fi Adapter, North America: Wi-fi Antenna Enables Wi-fi Connection For Cfx Opus In North American And Other Specific Countries cfx Maestro Software, Mac Edition: Mac Edition Of Cfx Maestro Software For Real-time Pcr Plate Setup, Data Analysis, Statistics, And Graphing Of Results. enp Cfx Opus Pcr Mi Cfx Opus< Cfx Opus Dq Or Cfx Opus Dx, 1 Yr Full Mail In: Extended Service Plan For Unlimited Repair Inclusive Of Shipping, Parts And Labor. Includes Thermal Cycler And Optical Reaction Modules. view, Sign, Save, And Print An Audit Report With Cfx Maestro Dx Se Software control Access To Protocols And Run Files On The Instrument With User Management Through Use Of Username And Password. email Your Completed Run. save Protocols And Completed Runs In A Network Folder. create New Real-time Pcr Protocols Or Easily Modify Existing Protocols. set Up Unique Usernames, With Optional Passwords, To Easily Organize And Find Your Protocols And Experiments. assists With U.s. Fda 21 Cfr Part 11 Regulations Using Cfx Maestro Dx Se Software Security, Audit, And Electronic Signature Capabilities. technical Specifications: contract Type: This Is One-time Buy, Fixed Cost Contract Request For Equipment, Software, And A One-year Service Plan. period Of Performance: Base Year, Effective The Date Of Award. place Of Performance: 500 S Foothill Dr. building 2- Drakos Lab salt Lake City, Ut 84148 government And Contractor Responsibilities 7.1. Contractor Responsibility 7.1.1. Contractor Shall Furnish Personnel, Supervision, Industry Documentation, Professional Expertise, Tools, Materials, Equipment, And Quality Control To Complete The Mandatory Tasks And Deliverables Of This Sow. 7.1.2. The Items Necessary To Perform Work As Required Under This Contract Shall Be Furnished, Maintained, And Operated By The Contractor And Shall Be Consistent And Fully Compliant With All Applicable Vha, Osha, Asme, Nfpa, Federal, State, County, City Laws, Ordinances, And Regulations. 7.1.3. All Equipment, Tools, And Devices Used As Measuring And Test Equipment Shall Have Traceability For Valid Calibration To An Accredited Standard. Calibration Traceability Documentation Shall Be Provided To The Cor Upon Request. 7.1.4. The Contractor And Contractor Personnel Shall Be Responsible For The Cost Repair Or Replacement Of Any Damage To The Va Medical Center Structure Or Equipment Caused By The Contractor Or Key Personnel. 7.2. Government Responsibility the Cor Shall Provide Any Relevant Documentation Regarding The Work As Required Under This Sow. Additional Documentation May Be Available At The Request Of The Contractor. formal Acceptance Or Rejection Of Deliverables 8.1 Contractor Shall Provide Detailed Service Report To Within 10 Business Days after Performance Of Service. The Va Shall Have 3 Business Days To Review The Report And Provide Comments. The Contractor Shall Have 5 Business Days To Incorporate Comments. 8.2 If Deficiencies Were Discovered Not Covered By This Service Contract, Contractor shall Provide A Written (email) Detailed Description Of Deficiencies Discovered And A Proposal To Correct The Deficiency, Including A Description Of The Work And Cost. The Va Shall Have 10 Business Days To Review The Proposal Before Accepting Or Declining The Offered Correction. Acceptance Of The Correction Will Be In The Form Of A Modification To This Contract. Quality Standards For Deliverables - Performance Measures All Components Shall Be Delivered Free From Defect And Damage. all Components Delivered Shall Meet The Manufacturer S Requirement As Approved Replacements. all Parts And Labor Shall Carry A Minimum Of One (1) Year Replacement Warranty. all Service Trips Are Schedule And Completed Per Requirements Of This Sow. delivery And Acceptance Shall Be F.o.b Destination (far 52.247-34) At The Veterans Affairs Medical Center, Located: george E. Wahlen Va Medical Center building 7 - Warehouse 500 Foothill Blvd salt Lake City, Ut 84148 52.212-1, Instructions To Offerors--commercial Items Applies To This Acquisition addendum To Far 52.212-1 Instructions To Offerors Commercial gray Market Items Are Original Equipment Manufacturer S (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts) For Va Medical Centers.â  No Remanufactures Or Gray Market Items Will Be Acceptable. offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e. Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem.â  All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. the Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract.â  Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. state If Quoted Items Are Available And Priced Through Offerors Existing Government-wide Acquisition Contract (gwac), Gsa Multiple Award Schedule (mas) Contract, Or Va-wide Acquisition Contract. if The Acquisition Is Set-aside For Sdvosbs/vosbs, Their Socioeconomic Status Must Be Vip Verified And Visible In The Va Vendor Information Pages (vip): Https://www.vip.vetbiz.gov/ At The Time Of Quote Submission And Award, Or Will Be Considered Non-responsive, And Will Not Be Considered For Award. offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contactors, The Offeror Making Such Contact May Be Excluded From Award Considerations. all Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. all Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. submission Of Quote Shall Include The Following Volumes: (i) Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement; (ii) - Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) ; And (iii) Price volume I - Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement the Offeror Shall Submit Specifications, Cut Sheets, Or Brochures Confirming The Equal Products, Including Equal Products Of The Brand Name Manufacturer Submitted, Meets Or Exceeds The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation. The Product(s) Quoted Must Be Identified By Brand Name, If Any, And Make Or Model Number. volume Ii - Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) the Offeror Shall Complete The Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) And Submit As Part Of The Quote. volume Iii Price price - The Offeror Shall Complete The Pricing Schedule Provided In Section (v) Above: Price/cost Schedule. (end Of Addendum To 52.212-1) 52.212-2, Evaluation--commercial Items Applies To This Acquisition addendum To Far 52.212-2 Evaluation Commercial Items: the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government Considering Price And Other Factors. the Following Factors Shall Be Used To Evaluate Quotations: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement factor 2. Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) factor 3. Price evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2(b)(3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: factor 1. Technical Capability Or Quality Of The Item Offered To Meet The Government Requirement: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. factor 2. Completion Of Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) : The Government Will Evaluate The Responses An Offeror Makes To Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) For Completeness. If An Offeror Fails To Complete Attachment - Vaar Clause 852.219-76 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Supplies And Products (deviation) Their Quote Will Be Determined Ineligible For Award. factor 3. Price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices. The Government May Use Various Price Analysis Techniques And Procedures To Make A Price Reasonableness Determination. Offers That Do Not Meet Or Exceed The Technical Capability Or Quality Of The Item Offered To The Government Requirement Shall Not Be Selected Regardless Of Price. (end Of Addendum To 52.212-2) 52.212-3, Offeror Representations And Certifications Commercial Items, Applies To This Acquisition. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission. 52.212-4, Contract Terms And Conditions--commercial Items Applies To This Acquisition 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (jul 2020) Applies To This Acquisition far 52.212-5 Applies To This Acquisition With The Following Far Clauses Incorporated By Reference; far 52.204-10 reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) far 52.204-16 commercial And Government Entity Code Reporting (aug 2020) far 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020) far 52.209-6 protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (jun 2020) far 52.219-28 post Award Small Business Program Representation (nov 2020) far 52.219-33 nonmanufacturer Rule (mar 2020) far 52.222-3 convict Labor (jun 2003) far 52.222-19 child Labor Cooperation With Authorities And Remedies (jul 2020) far 52.222-21 prohibition Of Segregated Facilities (apr 2015) far 52.222-26 equal Opportunity (sep 2016) far 52.222-35 equal Opportunity For Veterans (jun 2020) far 52.222-36 equal Opportunity For Workers With Disabilities (jun 2020) far 52.222-37 employment Reports On Veterans (jun 2020) far 52.222-40 notification Of Employee Rights Under The National Labor Relations Act (dec 2010) far 52.222-50 combating Trafficking In Persons (oct 2020) far 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) far 52.225-1 buy American Supplies (jan 2021) far 52.225-13 restrictions On Certain Foreign Purchases (jun 2008) far 52.229-12 tax On Certain Foreign Procurements (jun 2020) far 52.232-33 payment By Electronic Funds Transfer System For Award Management (oct 2018) additional Contract Requirements Or Terms And Conditions: 52.217-6 Option For Increased Quantity (mar 1989) the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Office May Exercise The Option By Written Notice To The Contractor Prior To Receipt Of All Items. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract Unless The Parties Otherwise Agree. 52.219-14 Limitations On Subcontracting (a)â this Clause Does Not Apply To The Unrestricted Portion Of A Partial Set-aside. (b)â definition.â similarly Situated Entity, As Used In This Clause, Means A First-tier Subcontractor, Including An Independent Contractor, That (1)â has The Same Small Business Program Status As That Which Qualified The Prime Contractor For The Award (e.g., For A Small Business Set-aside Contract, Any Small Business Concern, Without Regard To Its Socioeconomic Status); And (2)â is Considered Small For The Size Standard Under The North American Industry Classification System (naics) Code The Prime Contractor Assigned To The Subcontract. (c)â applicability.â this Clause Applies Only To (1)â contracts That Have Been Set Aside For Any Of The Small Business Concerns Identified Inâ 19.000(a)(3); (2)â part Or Parts Of Aâ multiple-award Contractâ that Have Been Set Aside For Any Of The Small Business Concerns Identified Inâ 19.000(a)(3); (3)â contracts That Have Been Awarded On A Sole-source Basis In Accordance With Subpartsâ 19.8,â 19.13,â 19.14, Andâ 19.15; (4)â orders Expected To Exceed Theâ simplified Acquisition Thresholdâ and That Are (i)â set Aside For Small Business Concerns Underâ multiple-award Contracts, As Described Inâ 8.405-5â andâ 16.505(b)(2)(i)(f); Or (ii)â issued Directly To Small Business Concerns Underâ multiple-award Contractsâ as Described Inâ 19.504(c)(1)(ii); (5)â orders, Regardless Of Dollar Value, That Are (i)â set Aside In Accordance With Subpartsâ 19.8,â 19.13,â 19.14, Orâ 19.15â underâ multiple-award Contracts, As Described Inâ 8.405-5â andâ 16.505(b)(2)(i)(f); Or (ii)â issued Directly To Concerns That Qualify For The Programs Described In Subpartsâ 19.8,â 19.13,â 19.14, Orâ 19.15â underâ multiple-award Contracts, As Described Inâ 19.504(c)(1)(ii); And (6)â contracts Using Theâ hubzoneâ price Evaluation Preference To Award To Aâ hubzoneâ small Business Concern Unless The Concern Waived The Evaluation Preference. (d)â independent Contractors.â an Independent Contractorâ shallâ be Considered A Subcontractor. (e)â limitations On Subcontracting.â by Submission Of Anâ offerâ and Execution Of A Contract, The Contractor Agrees That In Performance Of A Contract Assigned A North American Industry Classification System (naics) Code For (1)â services (exceptâ construction), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50 Percent Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services Andâ supplies, The 50 Percent Limitationâ shallâ apply Only To The Service Portion Of The Contract; (2)â suppliesâ (other Thanâ procurementâ from A Nonmanufacturer Of Suchâ supplies), It Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50 Percent Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Bothâ suppliesâ and Services, The 50 Percent Limitationâ shallâ apply Only To The Supply Portion Of The Contract; (3)â generalâ construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 85 Percent Subcontract Amount That Cannot Be Exceeded; Or (4)â constructionâ by Special Trade Contractors, It Will Not Pay More Than 75 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 75 Percent Subcontract Amount That Cannot Be Exceeded. (f)â the Contractorâ shallâ comply With The Limitations On Subcontracting As Follows: (1)â for Contracts, In Accordance With Paragraphs (c)(1), (2), (3) And (6) Of This Clause _â by The End Of The Base Term Of The Contract And Then By The End Of Each Subsequentâ optionâ period; Or Xâ by The End Of The Performance Period For Each Order Issued Under The Contract. (2)â for Orders, In Accordance With Paragraphs (c)(4) And (5) Of This Clause, By The End Of The Performance Period For The Order. (g)â a Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (e) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (1)â in A Joint Venture Comprised Of A Small Business Protã©gã© And Its Mentor Approved By The Small Business Administration, The Small Business Protã©gã©â shallâ perform At Least 40 Percent Of The Work Performed By The Joint Venture. Work Performed By The Small Business Protã©gã© In The Joint Ventureâ mustâ be More Than Administrative Functions. (2)â in An 8(a) Joint Venture, The 8(a) Participant(s)â shallâ perform At Least 40 Percent Of The Work Performed By The Joint Venture. Work Performed By The 8(a) Participants In The Joint Ventureâ mustâ be More Than Administrative Functions. (end Of Clause) 52.225-2 Buy American Certificate (oct 2022) (1) The Offeror Certifies That Each End Product, Except Those Listed In Paragraph (b) Of This Provision, Is A Domestic End Product And That Each Domestic End Product Listed In Paragraph (c) Of This Provision Contains A Critical Component. (2) The Offeror Shall List As Foreign End Products Those End Products Manufactured In The United States That Do Not Qualify As Domestic End Products. For Those Foreign End Products That Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, The Offeror Shall Also Indicate Whether These Foreign End Products Exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No . (3) The Offeror Shall Separately List The Line Item Numbers Of Domestic End Products That Contain A Critical Component (see Far 25.105). (4) The Terms Commercially Available Off-the-shelf (cots) Item, Critical Component, Domestic End Product, End Product, And Foreign End Product Are Defined In The Clause Of This Solicitation Entitled Buy American Supplies. Foreign End Products: line Item No. country Of Origin exceeds 55% Domestic Content (yes/no) [list As Necessary] (b) Domestic End Products Containing A Critical Component: line Item No. [list As Necessary] (c) The Government Will Evaluate Offers In Accordance With The Policies And Procedures Of Part 25 Of The Federal Acquisition Regulation. (end Of Provision) 852.212-70, Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020) vaar 852.203-70 commercial Advertising (may 2018) vaar 852.219-10 va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (dec 2009) vaar 852.232-72 electronic Submission Of Payment Requests (nov 2018) vaar 852.233-70 protest Content/alternative Dispute Resolution (sep 2018) vaar 852.233-71 alternate Protest Procedure (sep 2018) vaar 852.246-71 rejected Goods (oct 2018) 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) the Following Provisions Or Clauses Incorporated By Reference In This Solicitation Must Be Completed By The Offeror Or Prospective Contractor And Submitted With The Quotation Or Offer. Copies Of These Provisions Or Clauses Are Available On The Internet At The Web Sites Provided In The Provision At Far 52.252-1, Solicitation Provisions Incorporated By Reference, Or The Clause At Far 52.252-2, Clauses Incorporated By Reference. Copies May Also Be Obtained From The Contracting Officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar the Following Far Provisions Are To Be Incorporated By Reference: far 52.204-7 system For Award Management (oct 2018) far 52.204-16 commercial And Government Entity Code Reporting (aug 2020) far 52.211-6 brand Name Or Equal (aug 1999) far 52.229-11 tax On Certain Foreign Procurements Notice And Representation (jun 2020) the Following Far Clauses Are Incorporated By Reference: far 52.203-17 contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (jun 2020) far 52.204-13 system For Award Management Maintenance (oct 2018) far 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) far 52.232-40 providing Accelerated Payments To Small Business Subcontractors (nov 2021) the Following Vaar Clauses Are To Be Incorporated By Reference: vaar 852.212-71 gray Market Items (apr 2020) the Defense Priorities And Allocations System (dpas) Does Not Apply. date And Time Offers Are Due To Eric.ayers@va.gov By 3:00pm Mst, 01/20/2024, 3:00 Pm Mdt. name And Email Of The Individual To Contact For Information Regarding The Solicitation: eric Ayers eric.ayers@va.gov
Closing Date20 Jan 2025
Tender AmountRefer Documents 

BARANGAY TETUAN, ZAMBOANGA CITY Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0020 M. Nativitad, St., Zamboanga City Invitation To Bid For Supply And Delivery Of 1 Lot Various Electrical Supplies (name Of Project) 1. The City Government Of Zamboanga, Through The Annual Budget 2024 Intends To Apply The Sum Of Two Hundred Fifty Thousand Pesos (p 250,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of The Purchase Of One (1) Lot Various Disaster Equipment Pr No. 24-12-163 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Zamboanga Now Invites Bids For The Supply And Delivery Of The 1 Lot Various Electrical Supplies The Sol. Goods Is Required By Ten (10) Calendar Days Bidders Should Have Completed Within A Period Of Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, With A Value Of At Least (50%) Of The Abc And To Meet Other Eligibility Requirements Stated In The Eligibility Documents. 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) 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 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Hall Of Tetuan In The Office Of The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 03-08, 2025 From The Given Address And Website/s Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00the Method Of Payment Will Be Cash Payable To The Barangay City Treasurer’s Office. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His/her Authorized Representative. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees “machine Copy Of The Official Receipt” Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before January 09, 2025 At 10:00 Am At Office Of The Bids And Award Committee, Conference Room, M. Natividad St., Zamboanga City.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. All Bids Must Be Accompanied By A Bid Security Which Shall Be A Bid Securing Declarationor At Least One Other Form Of The Following: Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal/commercial Bank, Irrevocable Letter Of Credit Issued By A Universal/commercial Bank Or From Other Bank Certified By The Bangko Sentral Ng Pilipinas As Authorized To Issue Such Financial Instrument, Provided However That It Shall Be Confirmed Or Authenticated By A Universal/commercial Bank If Issued By A Foreign Bank In The Amount Of P1,230.00or Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of P3,075.00or Any Combination Of The Foregoing In The Amount Proportionate To Share Of Form With Respect To Total Amount Of Security. The Bid Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity. Bidders Are Required To Indicate The Brand Name And/or Name Of Manufacturer Of Goods Offered/quoted, When Appropriate. 8. Bid Opening Shall Be On January 13, 2025 At 10:00 Am At Office Of The Bids And Awards Committee, Conference Room, M. Natividad St., Zamboanga City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. To Be Delivered In The Barangay Hall Of Tetuan. 10. The Brangay Council 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 35.6 And 41 Of The 2016 Revised Implementing Rules Or Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Are Advised To Use The Bid Form At The Back Of This Itb. Failure To Do So Would Lead To Non-acceptance Of The Bid. 12. For Further Information Please Refer To: Hazel Jane L. Fox Bac Secretariat Barangay Government Of Tetuan M.natividad Street, Zamboanga City Brgytetuan@gmail.com Tel. No. (063) 993-0269 Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0020 M. Natividad Street, Zamboanga City Bid Form Date: ____________________ To: Barangay Council Of Tetuan Address: M. Natividad Zamboanga City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers Including Bid Bulletin Numbers Tetuan 24-0020 The Receipt Of Which Is Hereby Duly Acknowledge, We, The Undersigned, Offer To Supply/deliver/perform The Delivery And Supply Of The 1 Lot Various Electrical Supplies Inconformity With The Said Philippine Bidding Documents (pbds) For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax’ (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon As At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Agent Currency Commission Or Gratuity (if None, State “none”)] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ________________________________________________________ (name Of Bidder) As Evidenced By The Attached ______________________________________________________________________. (state The Written Authority) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: _________________________________________ Date:__________________________ Price Schedule For Goods Name Of Bidder _____________________________________________________ Tetuan 24-0021 Page 1 Of 1 2 3 4 5 6 7 8 9 10 Item 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 43 43. 44. 45 46. 47. 48. 49. 50. 51. 52. 53. 54. 55. 56. 57. 59. 60. 61. 62. 63. 64. 65. 66. 67. 68. 69. 70. 71. 72. 73. 74. 75 76. 77. 78. 79. 80. 81. 82. 83. 84. 85. Led Striplight 220vblue – Meter Fsl Striplight Powercord Pin Big Electrical Tape Big 16m Evla Fsl Slr Sting 4w Dc 1.2v 112-c15-bl Evla Fsl Slr Sting 4w Dc 1.2v 112-c15-gr Rain Umbrella Large Rain Umbrella Medium Rain Umbrella Small Thhn 8.0mm 8/7 ( Box) G.i Wire 16 ( 1 Kl) Flatcord 16/2x1200 M Flatcord #18 Roll Black Electrical Tape Blg 16m Ksb 2p 100 Akoten Safety Breaker Contact Bond-gal G.i Wire 16 (1kl) Lpr 38 E27- 15w/b Led Par 38 15w E2 Blue Fsl Par 30a1-s13w Ld Lamp Blue Lpr 38 E27- 15w/b Led Par 38 15w E27 Green Fgl Par 30a1-g13w Ld Lamp Red Wall Brush Nylon 3 Ph Acryl On Paint Roller W/ Handle Cotton 7 Nrd – Pb1 Nordic Paint Brush 1 3.15 L Nippon Platone Hg Accent Base Colour Bond 3.5 B Sr-111 (gal) Sun And Rain Cathay Red Dv- 515 (gal) Megacryl Latex Sg Wht All Purpose Epoxy-qrt Set (6/1) Omnl E27-606 Hd Par Lamp Holder G.i Wire 16 (1 Kl) G.i Wire 16 (1 Kl) Comb. Plier 8” Flat Cord #18 Roll Black Led Bulb Daylight E27 Weather Proof Rubber Socket 2 Wire Electrical Tape Big 16m 1way Standard Size Switch C12 103 Metal Furring 0.4mm Plain Round Bar 7mm (2.1 Kg) G.i Pipe S-40 1’ Plain Round Bar 7mm (2.1 Kg) G.i Wire 16 (1 Kl) Rugby Tin Gal E27- 606 Hd Par Lamp Holder Fsl Par 30a 1 – S13w Led Lamp Red Fsl Par 30a 1 – S13w Led Lamp Blue Lpr 38 E27-15w/b Led Par 38 16w E2 Blue Fsl Par 30a 1 – S13w Led Lamp Yellow Lpr 38 E27-15w/g Led Par 38 15w E27 Green Nylon Fishing Line 0.80 Mm G.i Wire 16 (1 Kl) Flatcord 16/2 X 1200m Led Strip Light 220v Green- Meter Led Strip Light 220v Red- Meter Led Strip Light 220v Purple/pink- Meter Led Strip Light 220v Blue- Meter Fsl Strip Light Power Cord Pin Medium Gold Fsl Big End Cap G.i Wire 16 (1 Kl) Dh Nylon Cable Tie 7.6x8.0 White Dh Nylon Cable Tie 4.8x10.0 White Christmas Led Light 100 L Blue Christmas Led Light 100 L Red Christmas Led Light 100 L Green Christmas Led Light 100 L Yellow Christmas Led Light 100 L Ww Christmas Led Light 60 L Green Christmas Led Light 60 L Warm Internet Cable Cat6indoor Utp/meter Rg 45 Cat6 #so35 Mist Maker Design Humidifier Shangrila 500ml Marine Plywood 4.5 Mm(1/4) Armourwood S4s Frame 1x2x8 Common Nail “ 1 ½” Common Nail “2” Country Of Origin Quantity 10x1 1x1 1x1 12x1 5x1 5x1 10x1 10x1 10x1 1x1 9x1 300x1 3x1 12x1 2x1 2x1 5x1 2x1 3x1 5x1 6x1 2x1 2x1 2x1 1x1 1x1 1x1 1x1 1x1 15x1 5x1 10x1 10x1 3x1 3x1 410x1 24x1 350x1 12x1 6x1 30x1 20x1 10x1 10x1 5x1 2x1 40x1 5x1 5x1 13x1 2x1 15x1 1x1 2x1 300x1 30x1 30x1 30x1 30x1 8x1 8x1 8x1 5x1 5x1 5x1 20x1 20x1 10x1 10x1 20x1 10x1 10x1 40x1 4x1 1x1 1x1 ¼ 1x2x8 1 ½ 2 Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col.9) X (col 4) Purpose: For The Beautification Of Barangay Plaza Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ________________________________________ Date: ________________________________ Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Days/weeks/months ________________________ Signature Over Printed Name Technical Specifications Brand Name Statement Of Compliance Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] __________________________ Signature Over Printed Name Schedule Of Warranty This Serves As Warranty For _______________________________________________ In The Barangay Government Of Tetuan. Item No. Description Quantity Warranty _____________________________ Bidder Signature Over Printed Name Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply / Delivery Of The 1 Lot Various Electrical Supplies B. Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 “subcontracting Is Not Allowed.” 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) At Cgso, Tetuan, Zamboanga City For This Project . 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P1,230.00; If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P3, 075.00; If Bid Security Is In Surety Bond. 19.3 The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 [list Here Any Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It.] 21.2 [list Here Any Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity.] Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Abroad, State:] “the Delivery Terms Applicable To The Contract Are Ddp Delivered [indicate Place Of Destination]. In Accordance With Incoterms.” [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Barangay Hall Of Tetuan, Zamboanga City. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [indicate Name(s)]. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Select Appropriate Requirements And Delete The Rest. A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. [specify Additional Incidental Service Requirements, As Needed.] The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.in The Event Of Termination Of Production Of The Spare Parts: I.advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii.following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Is Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Three (3) Months. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 [if Partial Payment Is Allowed, State] “the Terms Of Payment Shall Be As Follows: _____________.” 4 The Inspections And Tests That Will Be Conducted Are: Quality Inspection By Accounting, Coa, Cgso And End User. Republic Of The Philippines) City Of _____________________) S.s Bid Securing Declaration Invitation To Bid No.: [insert Reference Number] To: Barangay Government Of Tetuan, Bids And Awards Committee M. Natividad Street, Tetuan Zamboanga City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And; C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ___ Day Of [month][year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Barangay Council Of Tetuan Wishes To Receive Bids For The Supply And Delivery Of The 1 Lot Various Electrical Supplies With Tetuan 24-0020 The Procurement Project (referred To Herein As “project”) Is Composed Of The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Annual Budget 2024 In The Amount Of Two Hundred Fifty Thousand Pesos ( 250,000.00) 2.2. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.b Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference No Pre-bid Conference 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty Days [120]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On January 09, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Indicated In Paragraph 6 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids On January 13, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Specified In Paragraph 8 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Closing Date13 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)

Oriental Mindoro Tender

Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Oriental Mindoro Capitol Complex, Calapan City 5200, Oriental Mindoro Procurement Division Bids And Awards Committee For Goods And Services (1m And Above) Invitation To Bid Purchase Of Office Supplies And Devices/other Supplies For Use Of Pgom Office Supplies/other Supplies (1st Quarter) Based On Consolidated Annual Procurement Plan For The Year 2025 Ib No. Gsa 2025-02-006 1. The Provincial Government Of Oriental Mindoro, Through The General Fund Intends To Apply The Sum Of Three Million Seven Hundred Thirty Seven Thousand Three Hundred Fifty Eight Pesos And 40/100 Only (php 3,737,358.40) Being The Abc To Payments Under The Contract For Purchase Of Office Supplies And Devices/other Supplies For Use Of Pgom Office Supplies/other Supplies (1st Quarter) Based On Consolidated Annual Procurement Plan For The Year 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro – Procurement Division Goods And Services Section Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Seven (7) Calendar Days Upon Signing Of The 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). Item No. Item Description Qty./unit 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 183 184 185 186 187 188 189 190 191 192 193 194 195 196 197 198 199 200 201 202 203 204 205 206 207 208 209 210 211 212 213 214 215 216 217 218 219 220 221 222 223 224 225 226 227 228 229 230 231 232 233 234 235 236 237 238 239 240 241 242 243 244 245 246 247 248 249 250 251 252 253 254 255 256 257 258 259 260 261 262 263 264 265 266 267 268 269 270 271 272 273 274 275 276 277 278 279 280 281 282 283 284 285 286 287 288 289 290 291 292 293 294 295 296 297 298 299 300 301 302 303 304 305 306 307 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 183 184 185 186 187 188 Office Supplies Adaptor Arch File Ballpen Hi-techpoint V10 Grip (3 Black, 5 Blue) Ballpen Bps Fine (black) Ballpen 0.5 Mm (330 Black, 15 Blue) Ballpen 1.0 (black) Ballpen G2 .07 (30 Blue, 25 Black) Ballpen I-gel Retractable (150 Black, 13 Blue, 20 Violet) Ballpen (37 Black, 25 Blue, 5 Green, 4 Red) Ballpen G .5 (green) Ballpen, Ordinary (black) Ballpen, Retractable (1,198 Black,115 Blue) Bond Paper A3 S-20 70 Gsm Bond Paper A4 70 Gsm Bond Paper A4 80 Gsm Bond Paper A4 100 Gsm Bond Paper Long S-20 70gsm Bond Paper Short S-20 70gsm Bond Paper Long 80 Gsm Subs. 20 Bond Paper Short 80 Gsm Subs. 20 Bond Paper 8.5 X 22 In. Bond Paper Long Colored Bond Paper Short Colored (1 Green, 5 Pink) Bookends (by Pair) Bundy Card Cambric Board Long (10 White,4 Yellow,6 Cream,53 Beige) Cambric Paper Long (white Cream, Beige) Cambric Board Short (4 Green, 65 White, 48 Beige) Cambric Paper Short (white Cream, Beige) Calculator Scientific Calculator Aoc 12 Digits Black Calculator (ws 1410t(14 Digits) Calculator Mx12b Calculator Ribbon (dr120) Carbon Paper, Long Blue Cartolina (assorted) Cd Recordable Cd Re-writable Clear Folder Long Clear Book Long Clear Stationary Tape (3/4 Inchx27 Big Core) Clear Stationary Tape (100mm) Clip Binder, 2" Clip Binder, 1" Clip Binder, 3/4 Clip Binder, Small Clip Board With Cover Colored Paper Asstd. Color L Colored Paper Asstd. Color S Colored Paper Long (green) Computer Headset Computer Mouse With Wire Computer Mouse Wireless Computer Mouse Pad Heavy Duty Combo Cover Plastic (long) Combo Cover Plastic (a4) Combo Cover Plastic (short) Combo Ring 1/2" Combo Ring 1/4" Combo Ring 3/4" Combo Ring 1" Combo Ring 1 1/4 Combo Ring 1 1/2 Combo Ring 2" Specialty Paper (long) Yellow Construction Paper, Asstd. Color Correction Pen Correction Tape Correction Fluid Cutter Big Heavy Duty Cutter Blade, Big Daily Time Cards 100's Date Stamp Double Loop Wires (12.7 Mm 110 Sheet Cap) Double Sided Tape, 1" Heavy Duty Double Sided Tape, 1" Double Sided Tape, .5 Duct Tape 2" Thick Duct Tape 3" Thick Engineer's Field Book Envelope Brown Long Envelope Brown Short Expanded Envelope With Garter Long (635 Green,25 Blue,15 Brown,10 Yellow) Expanded Envelope With Garter Short (10 Green) Expanded Plastic Envelope Long Expanded Plastic Envelope Long Thick W/ Handle Expanding Envelope Long Expanding Folder Long (thick) (blue, Green) Expanding Folder Short Eraser, Big Eraser, Medium External Hard Disk 1tb Fastener, Plastic Fastener Plastic 6 Inches File Box Single File Box Double File Rack Double File Rack Tray 2 Layer File Rack Tray 3 Layer Flash Drive 8gb Flash Drive 16gb Flash Drive 32gb Flash Drive 64gb Folder White Long (rms) Folder Short Folder Ordinary - Long Folder Thick - Long Red Folder Press Board Long (1,426green, 20 Red) Folder Press Board Short (162 Green) Glue - 130gms Glue Padding 500g High Lighter Pen (102 Asstd. Colors, 10 Light Green,38 Green, 3 Blue, 28 Yellow) Hdmi High Speed Cable (15 Meters) Hdmi High Speed Cable (10 Meters) Hdmi Splitter (1 In 4 Out With Power Supply) Illustration Board (1/4) Illustration Board (1/8) Ink Refill 003 65ml (c,m,y) Ink Refill 003 65ml 00v1 For Epson (black) Ink Refill 003 65ml 00v1 For Epson (magenta) Ink Refill 003 65ml 00v1 For Epson (cyan) Ink Refill 003 65ml 00v1 For Epson (yellow) Ink Refill 664 65ml For Epson (black) Ink Refill 664 65ml For Epson (magenta) Ink Refill 664 65ml For Epson (cyan) Ink Refill 664 65ml For Epson (yellow) Ink 001 L6170 Black For Epson Ink 001 L6170 Cyan For Epson Ink 001 L6170 Magenta For Epson Ink 001 L6170 Yellow For Epson Ink #810 Black For Canon Printer Ink #811 Colored For Canon Printer Ink #704 Black For Hp Printer Ink #704 Tri Color For Hp Printer Ink Ts207#745xl For Canon Printer Black Cartridge Ink Ts207#746xl For Canon Printer Colored Cartridge Ink Refill Bt D60 Bk 108ml Ink Refill Bt 5000bk For Brother Printer Ink Refill Bt 5000m For Brother Printer Ink Refill Bt 5000c For Brother Printer Ink Refill Bt 5000y For Brother Printer Ink L3110 Black Ink L3110 Cyan Ink L3110 Yellow Ink L3110 Magenta Ink L360 Black For Epson Printer Ink L360 Yellow For Epson Printer Ink L360 Cyan For Epson Printer Ink L360 Magenta For Epson Printer Ink 003 Black For Epson Printer Ink 003 Yellow For Epson Printer Ink 003 Magenta For Epson Printer Ink 003 Cyan For Epson Printer Ink 008 Black 127ml Ink 008 Cyan 70ml Ink 008 Magenta 70ml Ink 008 Yellow 70ml Ink Lc535xl For Brother Printer Black Ink Lc535xl For Brother Printer Yellow Ink Lc535xl For Brother Printer Magenta Ink Lc535xl For Brother Printer Cyan Ink - T 6641 Refill - Black Ink - T 6643 Refill - Magenta Ink - T 6642 Refill - Cyan Ink - T 6644 Refill - Yellow Ink Universal - Set Ink Universal - Black Ink Universal - Cyan Ink Universal - Magenta Ink Universal - Yellow Ink Universal - Black 100ml Ink Universal - Yellow 100ml Ink Universal - Magenta 100ml Ink Universal - Cyan 100ml Ink 008 Pigment Ink Genuine Set Of 4 Colors Ink Refill 70ml For Epson Cyan Ink Refill 70ml For Epson Magenta Ink Refill 70ml For Epson Yellow Computer Ink 1lt (black) Index Card 1/2 Index Card 5x8 Indexing Tab, Plastic Indexing Tab Multicolor Plastic 7's Intermediate Pad Paper Keyboard Cleaning Brush Laminating Film Long 1.25 Laminating Film Long 2.50 Laminating Film Short 1.25 Laminating Film Short 2.50 Laminator A3/a4 Magazine Box Mailing Envelop White Short Adv. Mailing Envelop White Long Adv. Maintenance Box L6170 (t04d1) Maintenance Box L15150 (original) Manila Paper Masking Tape, 1" Masking Tape, 2" Mechanical Pencil 0.7mm Mechanical Pencil Lead (.05) Mechanical Pencil Lead (.07) Mechanical Pencil Eraser Monitor Screen Protector Anti-radiation 23" Monitor Screen Protector Anti-radiation 21" Nano Tape 1x10m Notebook, Thick With Yarn Notebook, Writing Oil Pastel, 16's Packaging Tape 3" Paper Clip - Small Paper Clip -big Paper Cutter Paste 170 Gms Pencil #2 Pencil Sharpener Pentelpen - Fine (121 Black,15 Blue) Pentelpen - Broad Black Pentelpen - Ink (black) Pet A4 Size For Id Printing Bag Tag Calling Card Making (id Material) (50 Sets) Pvc Binding Cover 300 Microns (clear, A4) Pvc Binding Cover A4 200 Microns (100 Sheets) Pvc Binding Cover 200 Microns (clear, Long) Photo Paper (7 Inkjet, 48 Glossy) Plastic Cover Thick #6 Plastic Cover Thick #6 Yrd Photo Paper A4 Double Sided Post It Tape Flag #683-4 1inchx1.17inch 11,9mm Post It Tape Flag Sign Here Post It Note 5x2 Asst. Color Post It Note 1x3 (5 Green, 10 Asst. Color) Post It Note 2x3 (5 Green, 43 Asst. Color) Post It Note 3x3 Post It Note 3x4 (10 Mint Green, 6 Green, 61 Asst. Color) Post It Note 3x5 Post It Note 4x4 Poster Color 12's Portable Hard Drive 1tb Projector Adjustable Tripod Stand (60-180cm- Height) Puncher 3 Hole No. 321 Puncher - Heavy Duty Push Pin 50s Recorder Record Holder/ Folder Rack - (black) Record Book 500pg Record Book 300pg (46 Green,12 Blue,12 Red,25 Asst. Color) Record Book 200pg (43 Green, 4 Blue, 4 Red, 43 Asst. Color) Report Clear Folder Long Report Clear Folder Short Ring Binder Folder 2 Holes Heavy Duty Rubber Band Small, 350gms Rubber Band Thick Big Rubber Stamp Ruler, Metal, 12" Sd Card 128gb Scissors Heavy Duty Scotch Tape 1/2" Scotch Tape 1" Scotch Tape 2" Signpen Hi-tecpoint V7 Rt (10 Blue,12 Black, Green) Signpen Gtech 0.4 (30 Black, 15 Blue) Signpen Gtech 0.4 (1 Blue,11 Black) Signpen 0.7 Vball (9 Blue, 4 Black) Signpen V10 Grip Signpen V10 Grip (6 Black, 5 Blue) Signpen - Gel Impact, 1.0 (3 Blue,14 Black) Signpen - Gel Impact, Refill (blue) Signpen - Gel Impact, 1.0 (20 Black, 10 Blue) Signpen, I-gel .5 (51 Black,15 Blue,3 Green,3 Pink, 25 Violet) Signpen, Hi-tech V-ball .5 (59 Black,3 Violet,14 Blue,6 Green) Signpen, Hi-tech V-ball .7 (10 Black,26 Blue) Signpen,v .5 Violet Sliding Folder A4 Plastic Hard Board Sliding Folder Long Plastic Hard Board Green Stamp Ink Rubberized Stamp Pad #1 Stamp Pad Ink 950ml Blue Stamp Pad Ink, Violet Med, 30ml Stamp Pad Ink Big 473ml (violet, Blue) Staple Gun Tacker T25 Heavy Duty Staple Wire 23x55 Staple Wire#35 Stapler Heavy Duty Stapler With Remover, #35 Heavy Duty Steno Notebook (30pp) Sticker Paper (27 Matte, 35 Glossy) Sticker Paper For Label (high Gloss) (a4) (100pcs/pack) Tabbing Clear 1/2 Tacker Tacker Wire Tape Dispenser Big Toner Mp2000l2 Dsm 615 Toner Mp 2501sp Toner Kit Black Tk4140-tasklfa 2020 Toner For M2701 Ups 1000va Usb 3.0 Hub Splitter Usb 3.0 Otg Card Reader Vellum Board Long 220gsm (white) Vellum Board Short 220gsm (white) Vellum Board Long 100 Shts 200 Gms Vellum Board Short 100 Shts 200 Gms (2 White,10 Pink,12 Blue,1 Asst. Color) Wifi Router White Mimeo Long White Board 3x2m White Board Marker (61 Black, 2 Blue) White Board Eraser Yellow Pad Other Supplies Adaptor Airfreshner In Canister 320ml (lemon Scent) Airfreshner Spray 320ml (2 Sampaguita,104 Lemon) Airfreshner Spray 120ml (15 Lemon, 6 Blossom & Breeze) Alcohol Gal Alcohol 70% Isopropyl 250ml Alcohol 70% Isopropyl 500ml Car Freshener 320ml (lemon Scent) Airfreshner Spray 320ml (18 Lemon,40 Lavender) Bleaching Liquid (gals) Bleaching Liquid (white, Violet) Basahang Bilog Thick Box Tissue Battery Charger For Aa/aaa Battery Rechargeable Aa 2pc/pack Battery Rechargeable Aaa 2pc/pack Bath Soap (family Size) Bath Soap Regular Bath Soap Small Sachet Battery Aaa Heavy Duty Battery Aa Heavy Duty Battery Aa Black Battery Aaa Black Bulb 18watts Bath Towel Baby Powder 25g Bed Sheet (fitted) Single Bed Sheet Cover, Single (3 In 1) Blanket (333) Chlorine Powder Combo Binding Machine Car Shampoo Chamois Cabinet Medical Certificate Holder 8.5x11 Dark Green Cotton Buds 300/cn Cable Tie Medium Cable Tie Large Deodorant Cake Deodorant Cake W/ Case Deodorant Roll On Detergent Bar Detergent Bar Single Dish Cabinet Dishwashing Liquid 250ml Dishwashing Liquid 600ml Dishwashing Paste Big Disinfectant All-purpose Cleaner Big Disinfectant Spray 510g Disinfectant Spray 340g Disinfectant Spray 275g Disposable Mask Door Mat Rug Thick Door Mat Rubber Dipper Ordinary Dust Pan W/ Broom Dust Pan Big Dust Pan Stainless Eco Bag 35x66 50's Eco Bag 30x50 50's Electric Airpot Electric Fan Escuba Brush Extension Wire (hd 4 Sockets 10mtrs) Extension Wire (hd 4 Sockets 25mtrs) Industrial Extension Cord Wheel (50m) Electrical Tape Big Emergency Light Led Fabric Conditioner 700ml Fabric Conditioner Antibac 900ml Fabric Conditioner Sachet Fabric Conditioner Antibac Ltr Faucet Metal Fluorescent Bulb Led 16 Watts Fluorescent Bulb Led 36 Watts, Day Light Fluorescent Lamp 16w Fork Floor Mop Cloth Floor Mop W/ Handle Floor Scrub Floor Brush With Long Handle Furniture Cleaner Furniture Polish Spray 330ml Garbage Bag 14x14 (green) 100's Garbage Bag Biodegradable 36x48 Garbage Bag Medium Biodegradable Garbage Bag Small Plastic 10's Garbage Bag Large Size (black) Garbage Bag Large Size 10's Garbage Bag Extra Large Thick Garbage Bag Extra Large Thick 100's Garbage Bag Small Garbage Bag Big (1 Black,1 Yellow,1 Green) 100's Garbage Bag Medium (11x11x24) 100's Garbage Bag Biodegradable Large 100's Garbage Bag Small 9x9x20 100's Garbage Bag 13x13x32 Asst. Colors 100's Garbage Bag 16x24 100's Garbage Bag 18.5x18.5x40 Garbage Bag 36x48 100's Garbage Can W/ Cover (16 L) Garbage Can W/ Cover W/ Wheels (80l) Glass & Window Cleaner With Sponge Glass Cleaner Big Spray 500ml Glass Wiper Hand Sanitizer 500ml Hand Towel Hand Towel, Micro Fiber Hand Wash Liquid 250 Ml Hygiene Kit Insecticide Spray Big (12 Water Base) 600ml Leggings (black) Led Bulb 10 Watts Led Bulb 16 Watts Led Bulb 18 Watts Led Bulb 9 Watts Mattress Foam With Cover, 5" Thick, Single Mop Handle Plastic Mop Head #40 Cloth Mop Squeezer Mop Handle Metal Muriatic Acid Big 1000ml Paper Cups 100's Paper Towel Big Paper Towel Big Interfolded Pail W/ Cover 16ltrs Pail W/ Cover 24ltrs Pail W/ Cover Big Pot Holder Powder Detergent 1kl Powder Laundry Sachet Powder Laundry 500g Pranela Rag (10pc/pack) Pillow Case Pillows Panty (3doz Xl, 2doz L) Plate (porcelain) Rechargeable Light Bulb Rechargeable Flash Light Heavy Duty Spin Mop Self-wash Scouring Pad W/ Foam Big Scouring Pad W/ Foam Small Scouring Pad Shoe Lace Steel Wool Storage Box Sando Bag Medium Biodegradable 100's Sando Bag Large Biodegradable 100's Shampoo Spoon Spoon & Fork Sponge Sanitary Napkins Solar Light, Outdoor 800watts Squeeze Sponge Mop Straw Rope (black) - Rolls Table Napkin Tawas Powder 50g Tissue Paper 2 Ply Tissue Paper 3 Ply Tissue Paper 3 Ply (set Of 12) Thumbtacks Toilet Bowl Brush Toilet Bowl Brush Plastic Handle Toilet Bowl Brush With Long Handle Toilet Bowl Cleaner 500ml Toilet Bowl Cleaner 1l Toilet Bowl Cleaner 500ml Toilet Bowl Cleaner 1l Toilet Pump Trash Can Big Trash Can Big W/ Cover Trash Can Small Trash Can W/ Pedal Toothpaste Triple Action (2x 195g) Tornado Mop Big Tornado Mop Head Utility Box W/ Cover Utility Flexi Box Medium Plastic Utility Flexi Box Large Plastic Micro-fiber Gloves Cleaning Cloth Utility Gloves Utility Gloves Cotton W/ Dotted Gloves Water Dispenser, Hot And Cold Water Based Essential Oil For Humidifier 100ml (1 Lavender & Peppermint, 1 Calm Cough, 1 Bugs Away, 1 Warm Cotton, 1 Pure Lavender) Walis Tambo Thick Walis Tinting Irok Wall Clock X-x-x 4 Pcs 5 Pcs 8 Bxs 97 Pcs 345 Pcs 197 Pcs 55 Pcs 183 Pcs 71 Pcs 100 Pcs 100 Pcs 1,313 Pcs 50 Rms 51 Rms 14 Rms 3 Rms 1,638 Rms 727 Rms 3 Rms 3 Rms 7 Rms 15 Rms 6 Rms 8 Pcs 74 Pcs 73 Packs 43 Packs 117 Packs 30 Packs 2 Pcs 3 Pcs 1 Pc 17 Pcs 10 Bxs 5 Bxs 36 Pcs 9 Pcs 50 Pcs 25 Pcs 3 Pcs 30 Rolls 30 Rolls 77 Boxes 89 Boxes 72 Boxes 5 Boxes 5 Boxes 3 Rms 2 Rms 10 Rms 5 Pcs 1 Pc 2 Pcs 8 Pcs 126 Pcs 15 Pcs 58 Pcs 21 Pcs 18 Pcs 10 Pcs 24 Pcs 10 Pcs 5 Pcs 5 Pcs 1 Rm 1 Rm 31 Pcs 427 Pcs 12 Pcs 25 Pcs 9 Tubes 3 Packs 2 Pcs 1 Box 2 Pcs 120 Rolls 21 Rolls 25 Rolls 3 Rolls 10 Pcs 800 Pcs 428 Pcs 685 Pcs 10 Pcs 10 Pcs 18 Pcs 52 Pcs 152 Pcs 24 Pcs 2 Pcs 10 Pcs 1 Pc 129 Boxes 11 Boxes 27 Pcs 8 Pcs 13 Pcs 18 Pcs 6 Pcs 4 Pcs 1 Pc 34 Pcs 9 Pcs 1 Rm 570 Pcs 1,343 Pcs 30 Pcs 1,446 Pcs 162 Pcs 56 Pcs 2 Jar 181 Pcs 1 Pc 1 Pc 1 Pc 4 Pcs 4 Pcs 15 Pcs 42 Pcs 26 Pcs 26 Pcs 26 Pcs 1 Pc 1 Pc 1 Pc 1 Pc 1 Pc 1 Pc 1 Pc 1 Pc 4 Boxes 1 Box 2 Cart 2 Cart 2 Pcs 2 Pcs 48 Boxes 17 Boxes 45 Boxes 46 Boxes 46 Boxes 119 Cart 37 Cart 36 Cart 37 Cart 4 Btls 4 Btls 4 Btls 4 Btls 11 Pcs 11 Pcs 11 Pcs 11 Pcs 5 Btls 5 Btls 5 Btls 5 Btls 4 Crtg 3 Crtg 3 Crtg 3 Crtg 56 Bxs 23 Bxs 23 Bxs 23 Bxs 3 Set 18 Ltrs 8 Ltrs 8 Ltrs 8 Ltrs 15 Btls 10 Btls 10 Btls 10 Btls 1 Pc 1 Pc 1 Pc 1 Pc 3 Btls 500 Pcs 100 Pcs 8 Packs 61 Packs 19 Pad 2 Pcs 181 Pcs 112 Pcs 110 Pcs 75 Pcs 1 Pc 5 Pcs 1 Box 8 Bxs 3 Pcs 1 Pc 15 Pcs 104 Rolls 63 Rolls 46 Pcs 5 Pcs 43 Pcs 4 Pcs 12 Pcs 4 Pcs 1 Roll 25 Pcs 15 Pcs 2 Bxs 51 Rolls 58 Boxes 74 Boxes 1 Pc 6 Btls 264 Pcs 3 Pcs 136 Pcs 76 Pcs 10 Btls 1 Pack 1 Pack 1 Pack 1 Pack 55 Packs 1 Roll 3 Yards 3 Packs 48 Packs 20 Packs 35 Pads 15 Pads 48 Pads 29 Pads 77 Pads 6 Pads 26 Pads 1 Boxes 16 Pcs 1 Pc 1 Pc 21 Pcs 21 Boxes 1 Unit 29 Pcs 102 Pcs 95 Pcs 94 Pcs 30 Pcs 30 Pcs 4 Pcs 1 Box 2 Packs 24 Pcs 25 Pcs 2 Pcs 58 Pcs 5 Rolls 258 Rolls 26 Rolls 22 Pcs 45 Pcs 12 Bxs 13 Pcs 25 Pcs 11 Boxes 17 Boxes 5 Pcs 30 Pcs 97 Pcs 82 Pcs 36 Pcs 12 Pcs 16 Pcs 10 Pcs 1 Pc 12 Pcs 1 Btl 9 Btls 3 Btls 1 Pc 5 Pcs 166 Boxes 2 Pcs 39 Pcs 10 Pcs 62 Packs 100 Packs 5 Packs 1 Pc 1 Box 15 Pcs 1 Pc 1 Pc 2 Pcs 1 Cart 1 Unit 1 Set 3 Pcs 15 Packs 51 Packs 1 Rm 25 Rms 1 Pc 5 Ream 6 Pcs 63 Pcs 7 Pcs 11 Pads 3 Pcs 20 Pcs 106 Tins 21 Tins 7 Gal 35 Btls 221 Btls 2 Pcs 58 Tins 19 Gals 88 Ltrs 164 Pcs 36 Bxs 1 Set 11 Packs 3 Packs 223 Pcs 47 Pcs 22 Pcs 54 Pair 64 Pair 30 Pair 23 Pair 6 Pcs 365 Pcs 25 Pcs 365 Pcs 26 Pcs 365 Pcs 1 Kl 2 Unit 1 Gal 10 Packs 1 Pc 83 Pcs 30 Cons 2 Packs 2 Pack 242 Pcs 26 Pcs 30 Pcs 375 Bar 20 Pcs 1 Unit 447 Btls 74 Btls 86 Jar 29 Btls 8 Tins 71 Tins 23 Tins 10 Bxs 155 Pcs 36 Pcs 25 Pcs 3 Set 11 Pcs 1 Pc 3 Packs 2 Packs 1 Pc 10 Pcs 3 Pcs 3 Rolls 3 Rolls 3 Pcs 4 Rolls 2 Set 7 Pcs 10 Ltrs 862 Scht 7 Ltrs 2 Pcs 13 Pcs 8 Pcs 7 Pcs 2 Doz 10 Pcs 1 Pc 1 Pc 3 Pcs 3 Tins 60 Pcs 13 Pack 206 Pcs 695 Pcs 6 Rolls 1,113 Pcs 50 Rolls 1,000 Pcs 12 Rolls 150 Pcs 3 Bndls 34 Pack 3 Pack 5 Pack 18 Pack 20 Pack 2 Bndls 19 Pack 11 Pcs 2 Pcs 7 Pcs 74 Btls 2 Pcs 29 Btls 64 Pcs 8 Pcs 99 Pcs 365 Pcs 93 Tins 50 Pcs 19 Pcs 9 Pcs 22 Pcs 6 Pcs 50 Pcs 1 Pc 23 Pcs 1 Pc 7 Pcs 1 Btl 3 Packs 23 Rolls 41 Packs 1pc 10 Pcs 5 Pcs 4 Pcs 68 Packs 1,984 Scht 42 Packs 17 Packs 365 Pcs 95 Pcs 5 Doz 12 Pcs 3 Pcs 5 Set 2 Unit 72 Pcs 30 Pcs 31 Pcs 68 Rolls 10 Pcs 3 Pcs 4 Packs 3 Packs 125 Dozen 2 Dozen 4 Dozen 20 Pcs 200 Packs 2 Pcs 3 Pcs 5 Rolls 5 Packs 50 Pcs 165 Rlls 791 Rlls 176 Packs 6 Boxes 3 Pcs 10 Pcs 10 Pcs 85 Btls 28 Ltrs 18 Ltrs 40 Ltrs 3 Pcs 2 Pcs 4 Pcs 8 Pcs 3 Pcs 30 Pcs 22 Pcs 1 Pc 5 Pcs 2 Pcs 6 Pcs 3 Pcs 15 Pcs 15 Pair 1 Pc 5 Btls 47 Pcs 30 Pcs 1 Pc 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. Activities Schedule Pre-procurement Conference February 4, 2025 Advertisement/posting Of Ib February 5, 2025  Bulletin Board Of The Pgom February 5, 2025  Pgom Website – Www.ormindoro.gov.ph February 5, 2025  Geps Website – Www.philgeps.net February 5, 2025 Issuance Of Bidding Documents February 5, 2025 To February 24, 2025 Pre-bid Conference February 12, 2025 At 10:00 Am Ppeso Conference Room Deadline Of Submission Of Bids February 24, 2025 At 9:30 Am At Ppeso Conference Room Opening Of Bids In Sealed Envelope February 24, 2025 At 10:00 Am At Ppeso Conference Room A) Eligibility Requirements And Technical Proposal February 24, 2025 At 10:00 Am At Ppeso Conference Room B) Financial Proposal February 24, 2025 At 10:00 Am At Ppeso Conference Room 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To February 24, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section Will Hold A Pre-bid Conference On February 12, 2025 At 10:00am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Procurement Division Goods And Services Section, On Or Before February 24, 2025 At 9:30 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 24, 2025 At 10:00 Am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pgom – Procurement Division Goods And Services Section 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: Marissa O. Acuzar Bac For Goods And Services Provincial Capitol Complex Camilmil, Calapan City Oriental Mindoro 5200 Antonio M. Magnaye, Jr. Bac Chairperson
Closing Date24 Feb 2025
Tender AmountPHP 3.7 Million (USD 64.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Machinery and Tools
United States
Details: Page 8 Of 13 page 1 Of 18 subject* stryker Drills & Surgical Equipment Page 1 Of 19 general Information contracting Office S Zip Code* 29029 solicitation Number* 36c24725q209 response Date/time/zone 01-27-2025 10:00 Eastern Time, New York, Usa archive 60 Days After The Response Date recovery Act Funds n set-aside sdvosbc product Service Code* 6515 naics Code* 339113 contracting Office Address department Of Veterans Affairs columbia Va Healthcare System 6439 Garners Ferry Road columbia, Sc 29029 point Of Contact* contracting Officer joseph Locke joseph.locke@va.gov (03) 979-0338 place Of Performance address department Of Veterans Affairs atlanta Va Healthcare System 1670 Clairmont Road atlanta, Ga postal Code 30033 country usa additional Information agency S Url Https://www.va.gov/atlanta-health-care/ url Description atlanta, Georgia Va Healthcare System agency Contact S Email Address joseph.locke@va.gov email Description Contracting Officer S E-mail Address description this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being requested, And A Written Solicitation Document Will Not Be Issued. The Department Of Veterans affairs, Atlanta Va Healthcare System Located At 1670 Clairmont Road, Decatur, Ga 30033 Has A Brand Name Only Requirement. The Brand Name Is Stryker, The Brand Name Description Is Stryker System 9, Stryker Tpx. The Brand Name Rationale Is The Stryker System 9 And Core Tps Systems Are The Only Drills That Can Satisfy The Minimum Technical Requirements Identified By The Atlanta Vamc. this Request Is For A New, Firm Fixed Price Request For A Brand Name-only Procurement To Upgrade The Atlanta Vamc S Current Stryker Drill Systems. The Atlanta Vamc Operating Room Currently Owns/utilizes Stryker System 7;8 And Core Tps Systems. These Systems Have Exceeded End Of Useful Life. There Are No Spare Parts; No Repair Options For These Systems Because Stryker Has Determined These Systems To Be Obsolete And Has Pulled Them Out Of Production. The Instruments Will Be Used In Neuro, Spine, Ent, Otology, Neurotology, Otorhinolaryngology, Craniofacial And Maxillofacial, Orthopedics, Podiatry, Joint Work, Cochlear Implants, Amputations, And Open-heart Surgeries. this Requirement Is For The Purchase Forty-two (42) Individual Line Items To Including Drills, Saws, Blades, And Other Surgical Equipment Which Make Up The Stryker Drill System 9 And Core Tps System. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective 11/12/2024. the Combined Synopsis Solicitation Is 100% Set-aside For Service-disabled Veteran Owned small Business (sdvosb). Note: Interested Sdvosb Offerors Must Be Registered In Sam.gov and Be Listed In Sba S Vetcert To Be Considered For Award. the Associated North American Industrial Classification System (naics) Code For This procurement Is 339114, With A Small Business Size Standard Of 750 Employees. the Fsc/psc Is 6520. the Network Contracting Office (nco 7) Is Seeking To Purchase Stryker System 9, Stryker Tpx Items. line Item # part Number And Item Description use And Why Item Is Unique To Stryker 1 7400-099-000 Tpx Universal Driver surgical Instrument That Is Specifc To Stryker, Which Is Used With A Variety Of Different Stryker Cutting Accessories That Enables The Cutting And Shaping Of Bone For Small Bone Procedures. 2 4605-000-000 System 9 Cordless Driver Handpiece surgical Instrument That Is Unique To Stryker That Is Used To Drill, Cut And Ream In Ortho Trauma Procedures. 3 7400-037-000 Tpx Recip Saw hand-held Electrically Powered Saw That Is Unique To Stryker That Is Used To Perform A Variety Of Non-dental Surgical Procedures Such As Drilling Or Sawing Bones And Tough Tissues. 4 7400-034-000 Tpx Sagittal Saw surgical Accessory That Is Specific To Stryker System 9 That Is Used In Orthopedic, Podiatry And Spinal Surgeries. 5 7400-031-000 Tpx Oscillating Saw stryker Surgical Instrument Used In Orthopedic Surgery For Precise Bone Cutting During Procedures Like Joint Replacements, Ankle, Shoulder, Hip And Knee Arthoplasty. 6 7400-015-000 Tpx Micro Drill surgical Accessory That Is Specific To Stryker Which Is Used For Drilling, Cutting, And Reaming In Orthopedic Trauma Surgeries. 7 4100-062-000 Wire Collect device Which Is Unique To Stryker And Is Intended To Connect To A Stryker Surgical Power Tool System Motor (it Is Locked And Held In A Collet Or Quick Coupling And Not Gripped In A Drill Chuck (jacobs Chuck)] To Convert The Non-dedicated Mechanical Energy Provided By The Motor To A Dedicated Mechanical Motion To Perform A Wire Driving/insertion Function When An appropriate Orthopedic Pin Is Inserted (e.g., K-wire) 8 4100-125-000 Pin Collect (2.0-3.2mm) a Feature Unique To Stryker's System 9 Power Tools, Which Is A Collection Mechanism Designed To Capture And Retain Small Bone Fragments Or Debris Generated During Orthopedic Surgeries, Particularly During Procedures Like Bone Reaming Or Drilling, Preventing Them From Scattering Within The Surgical Site And Potentially Causing Complications. 9 4100-231-000 Reamer surgical Accessory That Is Specific To Stryker System 9 That Is Used For Drilling, Cutting And Reaming In A Variety Of Orthopedic Procedures Including Spine, Foot And Ankle, Joint Replacement, General Trauma And Ortho Trauma Surgerical Procedures. 10 4100-110-000 Ao Small Drill surgical Accessory Specific To Stryker System 9 Used For Medium Bone Applications In Orthopedic Procedures. 11 4100-131-000 1/4" Drill With Key surgical Accessory That Is Specific To Stryker System 9 Used For Drilling And Sawing Into Large Bones And Tissues In Orthopedic Procedures. 12 7400-009-000 Tpx Handswitch a Stryker System 9 Tpx Hand Switch Is Usedâ to Control A Stryker Tpx Power Tool, Specifically Designed For Small Bone Orthopedic Procedures Like Hand, Wrist, Foot, And Ankle Surgeries, Allowing The Surgeon To Precisely Drill, Cut, And Shape Bone With A Variety Of Specialized Cutting Accessories, All While Providing Customizable Power And Feedback Through The Core 2 Console's I.d.â touch Software Which Is Proprietary To Stryker. 13 9212-000-000 System 9 Small Battery a Stryker System 9 Small Battery Is Specific To Stryker Surgical Instruments And Is Usedâ to Power Cordless Devices Or During Transport, Such As In A Neonatal Incubator.â the Battery Can Be Used For Devices Like Rechargeable Surgical Drilling Systems And Endoscopic Devices. 14 7400-004-000 Tpx Cable a Stryker Accessory Unique To Stryker System 9 That Enables Cutting And Shaping Of Bone For Small Bone Procedures. 15 9205-000-000 System 9 Dual Trigger Rotary Handpiece. a Stryker Unique Instrument A Hand-held, Electrically-powered Component Of A Surgical Power Tool Assembly Designed To Convert Electrical Energy Into A Non-dedicated Mechanical Energy To Perform A Variety Of Surgical Procedures Such As Drilling Or Sawing Of Bones And Tough Tissues. 16 9206-000-000 System 9 Reciprocating Saw a Stryker Surgical Instrument Unqiue To Stryker That Is Used For Cutting, Drilling And Reaming In Orthopedic Procedures. 17 9208-000-000 System 9 Sagittal Saw a Stryker Surgical Instrument Specific To Stryker System 9 That Is Used For A Variety Of Orthopedic Procedures Such As Ankle, Hip, Spione, Foot, Ankle And Joint Replacement. 18 8203-026-000 Dual Trigger Wire Collet device Which Is Unique To Stryker And Is Intended To Connect To A Stryker Surgical Power Tool System Motor (it Is Locked And Held In A Collet Or Quick Coupling And Not Gripped In A Drill Chuck (jacobs Chuck)] To Convert The Non-dedicated Mechanical Energy Provided By The Motor To A Dedicated Mechanical Motion To Perform A Wire Driving/insertion Function When An appropriate Orthopedic Pin Is Inserted (e.g., K-wire) line Item # part Number And Item Description use And Why Item Is Unique To Stryker 19 8203-126-000 Dual Trigger Pin Collet a Feature Unique To Stryker's System 9 Power Tools, Which Is A Collection Mechanism Designed To Capture And Retain Small Bone Fragments Or Debris Generated During Orthopedic Surgeries, Particularly During Procedures Like Bone Reaming Or Drilling, Preventing Them From Scattering Within The Surgical Site And Potentially Causing Complications. 20 6203-110-000 Ao Small Attachment a Stryker Attachment, Specific To Stryker System 9 Primarily Used For Precise Bone Drilling And Cutting In Orthopedic Trauma Surgeries, Particularly In Smaller Bone Areas Or When Delicate Bone Manipulation Is Required; It Is Designed To Provide Fine Control And Accuracy During Procedures Like Fracture Fixation With Small Screws Or Plates, Often Associated With The Ao (arbeitsgemeinschaft Fã¼r Osteosynthese) Surgical Technique. 21 6203-113-000 Hudson Attachment a Specialized Tool Attachment Specific To Stryker System 9 That Is Used In Orthopedic Surgery That Allows For The Connection Of Various Surgical Instruments, Like Drill Bits Or Screwdrivers, With A Specific "hudson" Fitting, Enabling Precise Bone Manipulation And Fixation During Procedures On The Stryker System 9 Surgical Power Drill;â essentially, It Acts As A Compatible Connector For Different Surgical Tools To Be Used With The Stryker System.â  22 6203-131-000 1/4" Keyed Chuck â a Mechanism Used Specifically With Stryker System 9 Surgical Instruments To Securely Hold Various Surgical Instruments Like Wires, Pins, Or Drill Bits Within The Rotating Handpiece By Tightening The Jaws Of The Chuck With A Special "chuck Key", Allowing For Quick And Easy Tool Changes During Surgery;â essentially, It Acts Like A Clamp To Firmly Grip The Chosen Surgical Tool In Place While The System Operates. 23 6203-135-000 Hudson/modified Trinkle Attachment a "hudson Modified Trinkle Attachment" In A Stryker System 9 Is A Specialized Tool Usedâ to Hold And Secure Various Surgical Drill Bits And Other Attachments Within The Power Drill Unit, Allowing For Efficient Bone Drilling And Manipulation During Orthopedic Procedures, Particularly When High Torque And Low Speed Are Required;â essentially, It Acts As A Connecting Piece Between The Drill Motor And The Chosen Surgical Tool With A Secure, "trinkle" Style Locking Mechanism, Modified To Fit The Specific Design Of Hudson Style Drill Bits, All Of Which Are Specific To Stryker Surgical Instruments. 24 9215-000-000 System 9 Large Battery a Stryker System 9 Large Battery Is Usedâ to Power Sttryker Surgical Power Tools, Like Drills, Saws, And Reamers, During Orthopedic And Podiatric Surgical Procedures, Providing Extended Run Time For Longer Or More Demanding Operations Compared To A Standard Battery Size;â it's Often Used In Situations Where Continuous Power Is Needed Without Interruption Due To Its Larger Capacity.â  25 9110-120-000us System 9 Sterile Battery Charger W/(b) Nema Power Cord a Battery Charger, Specific To Stryker And Unique That It Is Used To Charge Up To Six (6) Batteries At Once That Enables Wireless Charging, Battery Indicators Which Are Unique To Stryker And Include An Intuitive Interface Which Is A Feature Unique To Stryker System 9. 26 7102-650-000 4 Handpiece Solid Container Bundle a Container Specific To Stryker System 9 Surgical Instruments And Accessories That Is Molded To Specifically Fit Stryker Surgical Instruments And Attachments. 27 9207-000-000 System 9 Sternum Saw a Stryker Specific Surgical Power Tool That Is Used To Cut Through Sternum Tissue Quickly And Effeciently For Median Sternotomy, Which Opens The Chest By Splitting The Breastbone During Open Heart Procedures. 28 7207-003-000 Sternum Blade Guard a Surgical Accessory Specific To Stryker System 9 That Is Usedâ to Protect Soft Tissues From Accidental Contact With The Cutting Blade Of A Stryker System 9 Reciprocating Saw, Particularly During Procedures That Involve Cutting The Sternum (breastbone), Preventing Potential Damage To Surrounding Tissues During Surgery;â essentially Acting As A Safety Feature To Shield Soft Tissues From The Blade While Cutting Bone.â  29 7102-653-000 Cont W/ Solid Btm Kit a Container, Specific To Stryker In That The Dimensions Are Specific To House Stryker Surgical Accessories That Are Unique To Stryker System 9. 30 9215-000-000 System 9 Large Battery a Stryker System 9 Large Battery Is Usedâ to Power Sttryker Surgical Power Tools, Like Drills, Saws, And Reamers, During Orthopedic And Podiatric Surgical Procedures, Providing Extended Run Time For Longer Or More Demanding Operations Compared To A Standard Battery Size;â it's Often Used In Situations Where Continuous Power Is Needed Without Interruption Due To Its Larger Capacity.â  31 5407-350-000 Pi Drive 2 Plus Motor surgical Instrument Specific To Stryker System 9 Which Isâ primarily Used In Surgery As A High-speed, Electrically Powered Drill Motor For Bone Cutting, Drilling, And Shaping During Procedures Like Spine Surgery, Neurosurgery, Ent (ear, Nose, Throat) Surgery, And Other Minimally Invasive Procedures, Allowing Surgeons To Precisely Cut And Remove Bone Tissue With A Variety Of Attachments And Cutting Accessories Depending On The Specific Surgical Need;â it Is Often Used In Conjunction With A Stryker Core Console To Control Power And Settings.â  line Item # part Number And Item Description use And Why Item Is Unique To Stryker 32 5407-120-072 Hd 14cm Angled Attachme stryker Surgical Attachment Specific To Stryker System 9 33 5407-120-482 Elite 14cm Angled Attachment stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures. 34 5407-120-480 Elite 14cm Stright Attachment stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures. 35 5407-120-472 Elite 12cm Angled Attachment stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures. 36 5407-120-470 Elite 12cm Stright Attachment stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures. 37 5400-276-000 Core Sterilization Case, Small case With Dimensions That Are Specific To Stryker System 9 Surgical Tools That Is Compatible With A Variety Of Sterilization Methods And Is Used Specifically With Stryker System 9 Surgical Instruments. 38 5400-121-000 Electric Handswitch-right Handed a Stryker System 9 Handswitch Is Usedâ to Control A Variety Of Powered Surgical Instruments Which Are Specific To The Stryker System 9 Platform, Allowing Surgeons To Perform Cutting, Drilling, Reaming, And Other Bone Manipulation Procedures During Orthopedic Surgeries, With Features Like Variable Speed Control And Precise Power Delivery For Different Surgical Tasks Depending On The Attached Instrument;â essentially Acting As The Primary Control Unit For The System 9 Power Tools During An Operation.â  39 5420-100-000 Bone Mill + Base a Stryker System 9 Bone Mill Is A Surgical Device Usedâ secifically With Stryker System 9 To Efficiently Grind Harvested Bone From A Patient Into Small, Consistent Particles, Primarily Used In Orthopedic Procedures Like Spinal Fusion Surgery, Where The Bone Graft Is Needed To Promote Bone Growth And Fusion At The Surgical Site;â it Essentially Automates The Process Of Preparing Autologous Bone, Saving Time And Reducing Manual Effort During Surgery By Providing A Consistent Bone Particle Size With A Single-pass Cutting Action.â  40 5420-101-000 Bone Mill Plus Tray an Accessory Specific To Stryker System 9 Used For A Ariety Of Orthopedic Procedures.â the Stryker Bone Mill Is A Product That Can Be Used With The System 9 And Is Designedâ to Help Streamline The Preparation Of Harvested Bone 41 5400-704-000 The Mill Cable cable Specific To Stryker System 9 Bone Mill Uses To Pwer The Stryker System 9 Bone Mill Attachment. 42 1900-654-000 Hybrid Solid Container Bundle container Specific To Stryker System 9 Which Purpose Is To Store Surgical Attachments Which Are Specific To Stryker System 9. specific Need/ Salient Characteristics product: Surgical Drills brand Name, Stryker. brand Name Description: Stryker System 9, Stryker Tpx. brand Name Rationale: Stryker System 9 And Core Tps Systems Are The Only Drills That Can Satisfy The Minimum Technical Requirements Identified By The Atlanta Vamc. salient Characteristics: must Be Exact Match To Stryker System 9 And Stryker Tpx the New Corded System Must Be Compatible And Able To Plug Into The Consolidated Operating Room Equipment (cor) Console Without Any Other Power Sources Or Generators. Cor System Is Already Being Used At The Atlanta Vamc. must Be Compatible With Other Stryker Surgical Tools And Disposables In Use At The Facility. rotary Drill Must Have Drill And Ream Capability. rotary Drill Must Be Capable Of 1200 Rpms In Drill Mode, And 270 Rpms In Ream Mode. reciprocating Saw Must Have A Range From 10,000 Cuts Per Minute In Standard Mode And 13,000 Cuts Per Minute In Fast Mode. sagittal Saw Must Have A Range From 10,000 Cuts Per Minute In A Standard Mode And 12,000 Cuts Per Minute In Fast Mode. sternum Saw Must Accommodate Inverted Cutting Techniques And Be Fully Submersible. Must Also Have An Ipx 9 Rating And Have A Safety Bar Pocket Which Eliminates Accidental Actuations On The Handpiece. precision Saw Must Have A Range From 12,000 Cuts Per Minute In A Standard Mode And 16,000 Cuts Per Minute In Fast Mode. cordless System Must Have Lithium-ion Batteries. Batteries Must Be Laser-welded To Prevent Fluid Or Liquids From Entering Or Exiting The Battery. Batteries Must Also Have Autoclave Abuse Detection. device(s) Must Have Ability To Be Submerged Temporarily During Cleaning, Prior To Sterilization Without Loss Of Functionality. important: Vendors Shall Be An Authorized Dealer, Authorized Distributor, Or Authorized Reseller, And Be Verified By An Authorization Letter Or Other Documents From Stryker, Such That Stryker S Warranty And Service Are Provided And Maintained By Stryker. b.2 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 8.00 ea __________________ __________________ 7400-099-000 Tpx Universal Driver local Stock Number: 7400-099-000 0002 8.00 ea __________________ __________________ 4605-000-000 System 9 Cordless Driver Handpiece local Stock Number: 4605-000-000 0003 8.00 ea __________________ __________________ 7400-037-000 Tpx Recip Saw local Stock Number: 7400-037-000 0004 8.00 ea __________________ __________________ 7400-034-000 Tpx Sagittal Saw local Stock Number: 7400-034-000 0005 8.00 ea __________________ __________________ 7400-031-000 Tpx Oscillating Saw local Stock Number: 7400-031-000 0006 8.00 ea __________________ __________________ 7400-015-000 Tpx Micro Drill local Stock Number: 7400-015-000 0007 8.00 ea __________________ __________________ 4100-062-000 Wire Collect local Stock Number: 4100-062-000 0008 8.00 ea __________________ __________________ 4100-125-000 Pin Collect (2.0-3.2mm) local Stock Number: 4100-125-000 0009 8.00 ea __________________ __________________ 4100-231-000 Reamer local Stock Number: 4100-231-000 item Number description Of Supplies/services quantity unit unit Price amount 0010 8.00 ea __________________ __________________ 4100-110-000 Ao Small Drill local Stock Number: 4100-110-000 0011 8.00 ea __________________ __________________ 4100-131-000 1/4" Drill With Key local Stock Number: 4100-131-000 0012 8.00 ea __________________ __________________ 7400-009-000 Tpx Handswitch local Stock Number: 7400-009-000 0013 20.00 ea __________________ __________________ 9212-000-000 System 9 Small Battery local Stock Number: 9212-000-000 0014 16.00 ea __________________ __________________ 7400-004-000 Tpx Cable local Stock Number: 7400-004-000 0015 11.00 ea __________________ __________________ 9205-000-000 System 9 Dual Trigger Rotary Handpiece. local Stock Number: 9205-000-000 0016 11.00 ea __________________ __________________ 9206-000-000 System 9 Reciprocating Saw local Stock Number: 9206-000-000 0017 11.00 ea __________________ __________________ 9208-000-000 System 9 Sagittal Saw local Stock Number: 9208-000-000 0018 11.00 ea __________________ __________________ 8203-026-000 Dual Trigger Wire Collet local Stock Number: 8203-026-000 item Number description Of Supplies/services quantity unit unit Price amount 0019 11.00 ea __________________ __________________ 8203-126-000 Dual Trigger Pin Collet local Stock Number: 8203-126-000 0020 11.00 ea __________________ __________________ 6203-110-000 Ao Small Attachment local Stock Number: 6203-110-000 0021 11.00 ea __________________ __________________ 6203-113-000 Hudson Attachment local Stock Number: 6203-113-000 0022 11.00 ea __________________ __________________ 6203-131-000 1/4" Keyed Chuck local Stock Number: 6203-131-000 0023 11.00 ea __________________ __________________ 6203-135-000 Hudson/modified Trinkle Attachment local Stock Number: 6203-135-000 0024 28.00 ea __________________ __________________ 9215-000-000 System 9 Large Battery local Stock Number: 9215-000-000 0025 2.00 ea __________________ __________________ 9110-120-000us System 9 Sterile Battery Charger W/(b) Nema Power Cord local Stock Number: 9110-120-000us 0026 11.00 ea __________________ __________________ 7102-650-000 4 Handpiece Solid Container Bundle local Stock Number: 7102-650-000 0027 4.00 ea __________________ __________________ 9207-000-000 System 9 Sternum Saw local Stock Number: 9207-000-000 item Number description Of Supplies/services quantity unit unit Price amount 0028 4.00 ea __________________ __________________ 7207-003-000 Sternum Blade Guard local Stock Number: 7207-003-000 0029 4.00 ea __________________ __________________ 7102-653-000 Cont W/ Solid Btm Kit local Stock Number: 7102-653-000 0030 10.00 ea __________________ __________________ 9215-000-000 System 9 Large Battery local Stock Number: 9215-000-000 0031 4.00 ea __________________ __________________ 5407-350-000 Pi Drive 2 Plus Motor local Stock Number: 5407-350-000 0032 4.00 ea __________________ __________________ 5407-120-072 Hd 14cm Angled Attachment local Stock Number: 5407-120-072 0033 4.00 ea __________________ __________________ 5407-120-482 Elite 14cm Angled Attachment local Stock Number: 5407-120-482 0034 4.00 ea __________________ __________________ 5407-120-480 Elite 14cm Stright Attachment local Stock Number: 5407-120-480 0035 4.00 ea __________________ __________________ 5407-120-472 Elite 12cm Angled Attachment local Stock Number: 5407-120-472 0036 4.00 ea __________________ __________________ 5407-120-470 Elite 12cm Stright Attachment local Stock Number: 5407-120-470 item Number description Of Supplies/services quantity unit unit Price amount 0037 4.00 ea __________________ __________________ 5400-276-000 Core Sterilization Case, Small local Stock Number: 5400-276-000 0038 4.00 ea __________________ __________________ 5400-121-000 Electric Handswitch-right Handed local Stock Number: 5400-121-000 0039 2.00 ea __________________ __________________ 5420-100-000 Bone Mill + Base local Stock Number: 5420-100-000 0040 2.00 ea __________________ __________________ 5420-101-000 Bone Mill Plus Tray local Stock Number: 5420-101-000 0041 2.00 ea __________________ __________________ 5400-704-000 The Mill Cable local Stock Number: 5400-704-000 0042 8.00 ea __________________ __________________ 1900-654-000 Hybrid Solid Container Bundle local Stock Number: 1900-654-000 grand Total __________________ b.3 Delivery Scheduleitem Number shipping Information quantity delivery Date 0001 ship To: atlanta Va Healthcare System va Medical Center 1670 Clairmont Road decatur, Ga 30033 usa 8.00 45 Days After Effective Date Of Contract fob: destination 0002 8.00 0003 8.00 0004 8.00 0005 8.00 0006 8.00 0007 8.00 0008 8.00 0009 8.00 0010 8.00 0011 8.00 0012 8.00 0013 20.00 0014 16.00 0015 11.00 0016 11.00 0017 11.00 0018 11.00 0019 11.00 0020 11.00 0021 11.00 0022 11.00 0023 11.00 0024 28.00 0025 2.00 0026 11.00 0027 4.00 0028 4.00 0029 4.00 0030 10.00 0031 4.00 0032 4.00 0033 4.00 0034 4.00 0035 4.00 0036 4.00 0037 4.00 0038 4.00 0039 2.00 0040 2.00 0041 2.00 0042 8.00 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Addresses: Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ far title date 52.204-7 system For Award Management oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.212-1 instructions To Offerors Commercial Items nov 2021 52.212-2 evaluation Commercial Products And Commercial Services nov 2021 52.212-3 Offeror Representations And Certifications Commerical Items (nov 2021) the Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam) Accessed Through Https://www.sam.gov. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v)) Of This Provision. (b)(1) Annual Representations And Certifications. Any Changes Provided By The Offeror In Paragraph (b)(2) Of This Provision Do Not Automatically Change The Representations And Certifications In Sam. (2) The Offeror Has Completed The Annual Representations And Certifications Electronically In Sam Accessed Through Http://www.sam.gov. After Reviewing Sam Information, The Offeror Verifies By Submission Of This Offer That The Representations And Certifications Currently Posted Electronically At Far 52.212-3, Offeror Representations And Certifications--commercial Products And Commercial Services, Have Been Entered Or Updated In The Last 12 Months, Are Current, Accurate, Complete, And Applicable To This Solicitation (including The Business Size Standard Applicable To The Naics Code Referenced For This Solicitation), At The Time This Offer Is Submitted And Are Incorporated In This Offer By Reference (see Far 4.1201), Except For Paragraphs . [offeror To Identify The Applicable Paragraphs At (c) Through (v) Of This Provision That The Offeror Has Completed For The Purposes Of This Solicitation Only, If Any. These Amended Representation(s) And/or Certification(s) Are Also Incorporated In This Offer And Are Current, Accurate, And Complete As Of The Date Of This Offer. Any Changes Provided By The Offeror Are Applicable To This Solicitation Only, And Do Not Result In An Update To The Representations And Certifications Posted Electronically On Sam.] (end Of Provision) the Following Commercial Items Clauses Apply To This Acquisition: 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/ far title date 52.204-10 reporting Executive Compensation And First-tier Subcontract Awards jun 2020 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.209-6 protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For debarment nov 2021 52.212-4 contract Terms And Conditions-commercial Items dec 2022 52.212-5 contract Terms And Conditions Required To Implement Statues Or Executive Orders mar 2023 52.219-27 notice Of Service-disabled Veteran-owned Small Business Set- Aside oct 2022 52.222-3 convict Labor jun 2003 52.222-19 child Labor Cooperation With Authorities And Remidies dec 2022 52.222-36 equal Opportunity For Workers With Disabilities jun 2020 52.222-50 combating Trafficking In Persons nov 2021 52.222-54 employment Eligibility Verification may 2022 52.223-18 encouraging Contractor Policies To Ban Text Messaging While driving jun 2020 52.225-1 buy American-supplies oct 2022 52.225-13 restrictions On Certain Foreign Purchases feb 2021 52.232-33 payment By Electronic Funds Transfer-system For Award management oct 2018 52.232-40 providing Accelerated Payments To Small Business subcontractors mar 2023 852.212-71 gray Market And Counterfeit Items feb 2023 852.212-72 gray Market And Counterfeit Items (deviation) feb 2023 852.219-73 va Notice Of Total Set-aside For Certified Service-disabled veteran-owned Small Business (deviation) jan 2023 page 10 Of 13 page 1 Of 18 vaar 852.203-70 Commercial Advertising (may 2018) the Bidder Or Offeror Agrees That If A Contract Is Awarded To Him/her, As A Result Of This Solicitation, He/she Will Not Advertise The Award Of The Contract In His/her Commercial Advertising In Such A Manner As To State Or Imply That The Department Of Veterans Affairs Endorses A Product, Project Or Commercial Line Of Endeavor. (end Of Clause) vaar 852.211-70 Equipment Operation And Maintenance Manuals (nov 2018) the Contractor Shall Follow Standard Commercial Practices To Furnish Manual(s), Handbook(s) Or Brochure(s) Containing Operation, Installation, And Maintenance Instructions, Including Pictures Or Illustrations, Schematics, And Complete Repair/test Guides, As Necessary, For Technical Medical Equipment And Devices, And/or Other Technical And Mechanical Equipment Provided Per All Clin S. The Manuals, Handbooks Or Brochures Shall Be Provided In Hard Copy, Soft Copy Or With Electronic Access Instructions, Consistent With Standard Industry Practices For The Equipment Or Device. Where Applicable, The Manuals, Handbooks Or Brochures Will Include Electrical Data And Connection Diagrams For All Utilities. The Documentation Shall Also Contain A Complete List Of All Replaceable Parts Showing Part Number, Name, And Quantity Required. (end Of Clause) vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation) this Solicitation Includes Vaar 852.219-10 Va Notice Of Total Service-disabled Veteran- Owned Small Business Set-aside (nov 2020); accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. all Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) page 12 Of 13 page 1 Of 18 vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018) definitions. As Used In This Clause contract Financing Payment Has The Meaning Given In Far 32.001. designated Agency Office Has The Meaning Given In 5 Cfr 1315.2(m). electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests. invoice Payment Has The Meaning Given In Far 32.001. payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract. electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required. data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following: va S Electronic Invoice Presentment And Payment System. (see Web Site At Http://www.fsc.va.gov/einvoice.asp.) any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org) Includes Additional Information On Edi 810 And 811 Formats. invoice Requirements. Invoices Shall Comply With Far 32.905. exceptions. If, Based On One Of The Circumstances Below, The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For: awards Made To Foreign Vendors For Work Performed Outside The United States; classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information; contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies; solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above. (end Of Clause) vaar 852.246-71 Rejected Goods (oct 2018) supplies And Equipment. Rejected Goods Will Be Held Subject To Contractor S Order For Not More Than 15 Days, After Which The Rejected Merchandise Will Be Returned To The Contractor's Address At The Contractor S Risk And Expense. Expenses Incident To The Examination And Testing Of Materials Or Supplies That Have Been Rejected Will Be Charged To The Contractor. perishable Supplies. The Contractor Shall Remove Rejected Perishable Supplies Within 48 Hours After Notice Of Rejection. Supplies Determined To Be Unfit For Human Consumption Will Not Be Removed Without Permission Of The Local Health Authorities. Supplies Not Removed Within The Allowed Time May Be Destroyed. The Department Of Veterans Affairs Will Not Be Responsible For, Nor Pay For, Products Rejected. The Contractor Will Be Liable For Costs Incident To Examination Of Rejected Products. (end Of Clause) page 13 Of 13 instruction To Offerors all Quoters Shall Submit Your Quotes No Later Than January 27, 2025, At 10:00am (est), Via Email To Joseph.locke@va.gov. Please Place In Attention: 36c24725q0209 Surgical Drills In The Subject Line Of Your Email. All Offers Must Include The Solicitation Number. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail No Later Than January 23, 2024, At 12:00pm (est), Via The Same Email Address. Questions Received Later Than This Time/date May Not Receive A Response. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: technical price any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact joseph Locke contracting Officer network Contracting Office 7 Joseph.locke@va.gov
Closing Date27 Jan 2025
Tender AmountRefer Documents 
8591-8600 of 8656 archived Tenders