Battery Tenders

Battery Tenders

National Fisheries Research & Development Institute Tender

Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 47 Million (USD 802.1 K)
Details: Description Supply And Delivery Of Multi-beam Echosounder And Current Profiler Multi Beam Echosounder For Various Research Application Application: Fishery Research Method Volume Backscattering Of The Water Column And Shoal Isolated Fish Target Measurement Morphological Indicators, Height, Elongation, Volume Backscattering Of The Shoal Internal Density Structure Of The Shoal Shoal Dynamics Technology Unique Key Features: Multibeam Sonar / Mills Cross Antenna (along And Across Track Beam Forming) Dual Symmetrical 256 + 256 Beams Of 1.6° Each, Spacing 0.5° Modular System From 1 To 3 Sonar Antenna Units (saus) 7.5 Cm Radial Resolution In All Ranges 8000 Acoustic Samples Per Beam At 600 M Range Customized Number Of Swath* And Echogram Forming Volume Coverage 120° X 120° Stabilized For Each Sau 150 Khz / 4 Kw / Chirp & Cw Biomass Assessment Range From 5 To 450 M Bathymetry Production Up To 600 M Multi Beam Technical Description (hardware) Sonar Antenna Unit (sau) For Portable Model Mounting Flange And Screws Beam Former Processor Unit (bfu) + Ac Power Cable Viewer Processor Unit (vpu) + Ac Power Cable Wireless Qwerty Keyboard (for Vpu) Wireless Trackball (for Vpu) Transducer Cable (20 M) Cable Gland Ethernet Cable (30 M) + 1 Rj45 Connector Vpu Dongle Installation Checklist Installation Manual Operation Manual Packing List Ue Declaration Of Conformity Certificate Of Warranty Customer Satisfaction Survey Calibration Certificate (for Portable Model) Multi Beam Technical Description (software) Advanced & Versatile Graphical Unit Interface Operation Mode Swath And Echograms Real Time Re-construction Of Echogram Sectors Full Resolution Zooms 2d And 3d Ecosystem Mapping And Analysis Biomass Extraction And Analysis Seabed Mapping In Situ Calibration Post Processing Of Data Specifications: Applications: Research Array Steerable: Symmetrical Dual Multibeam Modular Multi Head Sonar: One To 3 Saus Driven With Data Fusion Controlled By Gui Mounting Applications: Downward Looking / Side Looking / Forward Looking Number Of Elements: 64 Across + 64 Along Number Of Beams: 256 + 256, Spacing 0,5°, Split Beam Frequency: 150 Khz Modulation: Cw And Chirp Transmission Power: 2 Kw For Fishery (4 Kw Optional) Beam Stabilization: Tx + Rx, Built-in Mru Beam Resolution: 1.6° Angular / 7.5 Cm Radial Acoustic Sampling In Water Column: 8000 Samples @ 600 M Range Triple Echograms From All Swaths: Adjustable From 1° To 120° Each Typical Range Biomass: @ 500 M, Bathymetry @ 600 M Volume Resolution: 0,6 M3 @100 M Volume Coverage: 120° X 120° Along-track Swaths: Desired Number Of Swaths, 120° / Tilt 90° To 50° Port & Starboard Across-track Swaths: Desired Number Of Swaths, 120° / Tilt 90° To 50° Port & Starboard Echosounder From Across-track Swaths: Desired Number Of Echograms / Opening Angle From 0° To 120° Echosounder From Along-track Swaths: Desired Number Of Echograms / Opening Angle From 0° To 120° Echosounder & Swath Zooms: Desired Number Of Detailed Dynamic Zooms From Echograms And Swaths Echosounder Dynamic Reconstruction: Real Time Reconstruction Of Echogram Sectors, Orientation & Opening Angle Signal Processing: Sv, Ts, Normalized Split Beam Ts Accuracy: 0,1 Db (@ +20/-20° Tilt Angles) Split Beam Target Positioning Accuracy: 0,15° Sed Fish Extraction: Up To 200,000 Single Fish Detection Bathymetry Swath Coverage At 100 M Depth: 370 M Across Track / 370 M Along Track (120° Opening) Bathymetry Real-time Production: Equipment Sounding Data Does Not Allow Navigation Safety As Far As Regulation Is Concerned Pelagic Biomass Coverage At 100 M: Depth 370 M Across Track / 370 M Along Track (120° Opening) Semi-rugged Laptop Cpu Intel Core I5 6th Gen Storage 1tb Ssd Memory 16gb Display 14" Hd Touchscreen Non-touch Operating System Windows 10 Pro Camera Webcam Graphics Card Intel Hd Graphics 520 Keyboard Emissive Backlit Keyboard Ports And Interfaces 3 X Usb 3.0 (includes 1 High Powered 1.5a Usb) Hdmi 10/100/1000 Ethernet Headphones/mic Jack Sd Card Reader Port Replicator Connector Vga Serial (true) Insertable Smartcard Reader Dvd Drive Intel Dual Band Wireless-ac 802.11a/b/g/n/ac Bluetooth V4.1 + Edr (class 1) Mil-std-810g Certified (3' Drop, Shock, Vibration, Sand, Dust, Altitude, High/low Temperature, High Temperature Tactical, Temperature Shock, Humidity) Ip51 Certified Note: On-site Local Training For Small Group Atleast 5 Individuals Training From Service Engineers Provision Of Training Certificate From Deployment Operation, Basic Trouble Shooting, And Data Processing Parts And Accessories Must Be Available For Atleast 5 Years 5 Years Service Warranty On Parts And Services Lifetime After Sales Service Delivery Period: 60 Days Upon Receipt Of Ntp Place Of Delivery: Nfrdi, Quezon City Current Profiler Head Type: 400khz Aqp Standard Head Acoustic Frequency: 400khz Pressure Sensor: 0-100 M Maximum Cell Size: 8 Meters Maximum Number Of Cells: 200 Cells Weight In Air: 3.7kg Internal Memory: 16gb Sd Card Data Logger With Compass & Tilt Sensor Instrument Housing: Standard Housing For Two Batt Or One 100wh Batt Harness For Options: Rs-232+ Analog In Housing For Two Batteries 300m & 6000m Cable For Impulse Connectors: 5m Rs232 Poly Cable With 8-pin Connector With Usb Antifouling Patches: Antifouling Patches Aqp 400khz Profiler 400khz With Laptop Inclusion For Software Processing Windows 10 Home, Inter I5-1135g7, Geforce Mx 350, 15.6 Full Hd, 8gb Ddr4, 512 Gb M.2 Pcie Nvme Ssd, Ms Office Home Ans Student 2019, English Internation Keyboard With Numeric Keypad, 2 Usb 3.2, 1 Usb 2.0, 1 Audio Jack, 1 Hdmi 1.4, 1 Sd Card Slot Lifetime Free Service Warranty Preventive Maintenance Should Be Served By A Certified Service Engineer At Least 2 Years Training On The Use, Care And Maintenance Of The Equipment Note: On-site Local Training For Small Group Atleast 6 Individuals Training From Service Engineers Provision Of Training Certificate From Deployment Operation, Basic Trouble Shooting, And Data Processing Parts And Accessories Must Be Available For Atleast 5 Years 5 Years Service Warranty On Parts And Services Lifetime After Sales Service Delivery Period: 60 Days Upon Receipt Of Ntp Place Of Delivery: Ffrdc, Taal, Batangas

Bulacan State University Tender

Textile, Apparel and Footwear
Corrigendum : Tender Amount Updated
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 746.6 K (USD 12.7 K)
Details: Description Combative Sports Equipment 1 40 Pairs Arnis Padded Sticks "size: 28 Or 30 Inches Long Color : Red 20 Pcs Color: Blue 20 Pcs." 2 2 Pcs Arnis Live Stick Armor "color Blue (1 Pc) Color Red (1 Pc) Size: # 1 For Adult " 3 20 Pcs Painted Live Stick (rattan) "color: Red (10 Pcs) 'color: Blue (10 Pcs)" 4 5 Pcs Arnis Wooden Sword Replica "material: Mahogany Wood / Yakal / Bahi Wood 'weapon Type: Kris 'use For Arnis Anyo" 5 5 Pcs Arnis Wooden Dagger Replica "material: Mahogany Wood / Yakal / Bahi Wood 'weapon Type: Knife 'use For Arnis Anyo" 6 2 Pairs Arnis Live Stick Hand Gloves "size: # 1 Color: Blue Size : # 1 Color: Red Velcro Strap" 7 4 Pairs Arnis Live Stick Leg Guard "size : # 2 Large Color : Blue Size : # 2 Large Color : Red Velcro Strap And Garter Strap " 8 4 Pcs Arnis Live Stick Arm Guard "size : # 2 Color : Blue Size : # 2 Color : Red Velcro Strap And Garter Strap " 9 2 Pcs Taekwondo Head Gear "with Thick Gartered Strap And Chin Protector 'round Air Channels 'double-layer Ear Padding 'color: Red Sizes: 1 Pcs. Large 'color: Blue Sizes: 1 Pcs. Large 'philippine Taekwondo Association (pta) Approved." 10 30 Pcs Single Mouth Guard "color: Transparent Design: Single Mouth Guard Size : 30 Pcs. Senior Size" 11 2 Pcs Taekwondo Body Armor "size Large (1 Pc) 'size Extra Large (1 Pc) High-grade, Leatherette Material 'criss-cross Tying System, Shoulder Guards, And Back Guards. Colors: Blue, Red (reversible) Philippine Taekwondo Association (pta) Approved " 12 3 Pcs Taekwondo Groin Guard (male) "1 Pcs. Large '2 Pcs Xtra Large 'dual-velcro Strap Color : White Philippine Taekwondo Association (pta) Approved " 13 3 Pcs Taekwondo Groin Guard (female) "2 Pcs. Medium '1 Pcs Large 'dual-velcro Strap Color : White Philippine Taekwondo Association (pta) Approved " 14 3 Set Taekwondo Pu Elite Shin And Arm Guard With Elbow Support "2 Pcs. Large '1 Pc Xl '(pu Shin And Arm With Elbow Guard Protection) 'color: White 'philippine Taekwondo Association (pta) Approved" 15 3 Pairs Taekwondo Hand Gloves "1 Pcs. Size : Xtra Large 2 Pcs. Size : Large 'color : White 'soft Synthetic Leather 'semi-open Palm 'spandex Type Strap With Velcro Strip Philippine Taekwondo Association (pta) Approved " 16 3 Pairs Taekwondo Foot Gloves "1 Pc. Size : Medium '1 Pc. Size : Large 1 Pc. Size : Extra Large 'color : White 'soft Synthetic Leather 'semi-open Palm 'spandex Type Strap With Velcro Strip Philippine Taekwondo Association (pta) Approved " 17 8 Pcs Double Kick Pad "dual Face Targets 'with Wrist Strap 'color : Black 'made From Synthetic Leather And Eva Foam 'philippine Taekwondo Association (pta) Approved" 18 5 Pcs Taekwondo Kick Shield "color : Black 'made From Synthetic Leather And Eva Foam '6 - 8 Inches Thick Foam With 2 Back Hundle " 19 8 Pairs Karate - Gloves And Hand Protector "world Karate Federation (wkf) Approved 'removable Foot Attached To The Shin With Velcro 'size Small (1pc Red, 1 Pc Blue) 'size Medium (1 Pc Red, 1 Pc Blue) 'size Xtra Large (2 Pcs Red, 2 Pcs Blue) 'high-grade, Leatherette Material 'criss-cross Tying System, Shoulder Guards, And Back Guards. 'colors: Blue And Red " 20 8 Pairs Karate - Do In Step Shin Guard And Foot Protector "world Karate Federation (wkf) Approved 'removable Foot Attached To The Shin With Velcro 'size Small (1pc Red, 1 Pc Blue) 'size Medium (1 Pc Red, 1 Pc Blue) 'size Xtra Large (2 Pcs Red, 2 Pcs Blue) 'high-grade, Leatherette Material 'criss-cross Tying System, Shoulder Guards, And Back Guards. 'colors: Blue And Red " 21 5 Pcs Karate Chest Body Protector "world Karate Federation (wkf) Approved 'thickness : 4-6cm, Lace Type, 'hick High-elastic Foam 'size: Small 1 Pc 'size: Medium 2 Pcs 'size: Xtra Large 2 Pcs Color : White" 22 10 Pcs Badminton String "gauge0.61 Mm / 22 Ga 'length 10 M (33 Ft) 'core High Intensity Nylon Multifilament 'color: Any" 23 50 Tube Shuttlecocks "material: Grade Feathers Goose '12 Pcs. Per Tube 'speed : 77 '25 To 28 Mm (0.98 1.10 In Diameter Cork '62 To 70 Mm (2.4 To 2.8 In) Length 16 Pcs. Goose Feather For Competition Standard " Boxing Equipment 24 1 Pair Boxing Gloves "100% Genuine Leather Velco Wrist Strap Weight : 16 Oz Color : Any Color 1 Pair Weight : 16 Oz Association Of Boxing Alliances In The Philippines (abap) Approved " 25 2 Pairs Boxing Mitts "material : Syntetic Leather, Eva Foam Velco Wrist Strap Pad Area: 23cm H X 18.5 Cm W" 26 8 Pcs Boxing Mouth Guard "8 Pcs. Senior Size 'color: 4 Red And 4 Blue 'association Of Boxing Alliances In The Philippines (abap) Approved " Ball Games Equipment 27 4 Pair Football And Futsal Goalkeeper Gloves "material: Polyurethane, Ethylene Vinyl Acetate, Rubber Size: 2 Pairs Large And 2 Pairs Extra Large Color: Any Color For Adults" 28 12 Pcs Football Ball "leather Or Synthetic Leather. 'circumference Of 68–70 Cm (27–28 In) 'weight Of Between 410–450 G (14–16 Oz) 'size : 5 'fifa-approved" 29 6 Pcs Futsal Ball "leather Or Synthetic Leather. 410 – 430 G Size : 4 'fifa-approved" 30 10 Pcs Volleyball Ball "circumference (mm) 650- 670 Weight (g) 260- 280 For Indoor Volleyball Double Dimpled Microfiber Mv 300 Size : 5 'latest World Fivb Official Ball Approved " 31 10 Pcs Sepak Takraw Ball "3 Pcs For Women Size And 7 Pcs For Men Size Size: 0.41m To 0.43m 12 Holes And 20 Intersections Circumference (13 Cms Diameter) 42 To 44 Cm (16.5–17.3 In) For Men And From 43 To 45 Cm (16.9–17.7 In) For Women 'approved By Istaf" 32 6 Pcs Basketball Ball (women) "circumference: 29.5 Inches (75 Cm) Size :6 Weight: 22 Oz 12 Panel And 2 Tone Design" 33 4 Pcs Basketball Ball (men) "circumference: 29.5 Inches (75 Cm) Size :7 Weight: 22 Oz 12 Panel And 2 Tone Design" 34 2 Pcs Coaching Board "sport: Basketball Material : Pvc" 35 24 Pcs Baseball Ball "material: Lether Cushioned Cork Center 9 To 9.25 Inches (229 To 235 Mm) Weight: 5 To 5.25 Ounces Official Ball" 36 24 Pcs Softball Ball "optic Yellow Synthetic Cover With Red Stitching Cor .52, Max 300 Lbs. Size: 11"", 12"" Material: Synthetic Leather" 37 2 Pc Volleyball Net "material : Mesh Rein Nylon 210t, 60 Reins Upper Cable: Steel Cable 3.0mm Upper Belt: 7cm, Bottom Belt 5cm, Tarpaulin Meets Fivb Regulation Color: Black Size 1m (width), 9.5m (length), 10cm Square Box Net" 38 1 Pc Beach Volleyball Line "outside Sand Court Dimensions: 52.5 Ft Length By 26.2 Ft Width Or 16 M By 8 M 2 Inches Line Width Material: Nylon Color Black + Anchors 'with Carrying Bag" Athletics Equipment 39 2 Pcs Starting Block "height: 50 Mm Length: 86 Mm Width:82mm (rail Width) 'chrom Plated 8mm Steel Plate 'weight : 9kg Aluminuim Pedal: Block Rubber Matt Pedal Size1: 20mm×190mm Adjustable Height :15-22cm Bottom Is Equipped With Nail And World Athletics Approved" 40 400 Pcs Stainless Spikenails "shape: Pyramidal Form Size : 6 Mm 400 Pcs For All Brand Of Track And Field Shoes" 41 2 Pcs Athletic Discus "weight :1 Pc 2 Kg / 22cm In Diameter For Men Weight: 1 Pc 1 Kg / 18cm In Diameter For Women" 42 1 Pcs Meter / Metro Length: 100 Meter 43 2 Pcs Javelin "1pc 600g For Women 1pc 800g For Men World Athletics Approved" 44 1 Set Athletics Relay Baton "300 Mm Long X 38 Mm Diameter For Adults 8 Pcs Per Set World Athletics Approved" 45 8 Pcs Athletic Hurdles "adjustable Material: Aluminum And Hard Pvc Plastic Height : 0.76 - 1.06 Cm Length: 1.2 M Depth 0.71m Weight: 14kg " 46 20 Pcs Muller Tape "made Of Hospital-grade, 100% Cotton Backcloth Size: 1 And 1/2 Inche 3.8cm For Sports (1 Roll) Color: White" 47 20 Pcs Pro Warp Tape "size: 1 And 3/4 Inches Material:foam" 48 20 Pcs Muscle Tape (kinesiology Tape) "elastic Waterproof 16 Ft. Uncut Roll Color : Any Color" 49 30 Cans Topical Aerosol Rapid Relief Spray 50ml Table Tennis Equipment 50 20 Boxes Table Tennis Ball "size 44 'color: White Tri Star Professional Competition Standard" 51 10 Pcs Table Tennis Rubber Sheets "class: High Tension Pimples - In 'surface: Pimples - In 'speed: 13 Spin: 10 Thickness : 2.1 Mm Color : Black 10 Pcs. Hardness: 35 Professional Competition Standard (for Varsity Athletes)" 52 10 Pcs Table Tennis Rubber Sheets (backhand) "class: High Tension Pimples - In 'surface: Pimples - In 'speed: 13 'spin: 10 'thickness : 2.1 Mm Color : Red 10 Pcs. Hardness: 35 'professional Competition Standard (for Varsity Athletes)" 53 2 Pcs Table Tennis Racquet Adhesive "100 Ml 'water Base Glue" Swimming Equipment 54 6 Pcs Kick Board "color: Any '17 X 11.5 Inches 'for Adults" 55 6 Pair Hand Paddle "length: 21 Width: 18 Size Small (2pcs) 'length: 23 Width: 20 Size Medium (2pcs) 'length: 25 Width: 21 Size Large (2pcs) For Adults" 56 4 Pairs Swimming Fins "size: 8 (1 Pc) Size: 9 (1 Pc) Size: 10 (1pc) Size: 11 (1pc) For Adults" 57 4 Pcs Snorkle (front) "silicone Mouthpiece Front Configuration 44 Cm / 17.32 Inches" 58 2 Pcs Swimming Resistance Parachute "30 Cm - 40 Cm (2pcs) With Belt And Clip " 59 4 Unit Massage Gun Machine "30 Speed (5 Constant Speed And 2 Automatic) '6 Heads 'battery Capacity: 1500mah 'material: Plastic And Metal Paint 'rechargable 2-3 Hours" 60 15 Pcs Yoga Column Roller "size: 33 X 14 Cm 'material: Eva 'color: Any Color" 61 25 Tubes Lawn Tennis Ball "4 Pcs Per Tube 'color: Yellow Green 'itf Approved (for Professional)" Note: All Equipment Is To Be Double-checked By The Bulsu Coaches For Authentication Purposes. By Lot

DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender

Education And Training Services
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 442 K (USD 7.5 K)
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 12-cookery Support Service Area: Skills Development) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 442,032.83 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 12-cookery Support Service Area: Skills Development) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. 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 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 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 Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 14, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 28, 2025, 9:00am 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 January 28, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Chef’s Knife, Stainless Steel Chef Chopping Knife Household Kitchen Knife Size: 8 Inches Blade Material: 3cr14 High Carbon Stainless Steel Blade Handle: Pom Handle 5 Pieces Boning Knife, 6″ Boning Knife Chef’s Edge Handles Are Ergonomically Designed To Minimize Wrist Tension And Provide A Natural Fit. Heat Treatment Process Makes The Knives Extremely Sharp And Corrosion Resistance. Country Of Origin: Germany Blade Material: 3cr14 High Carbon Stainless Steel Blade Handle: Pom Handle 4 Pieces Oysters Knife, Material: Stainless Blade, Plastic Handle Size: 16 Cm Easily Pry Open Oyster/clam Shells Sharp, Beveled Blade 2 Pieces Cleaver Knife, Butcher Cleaver Knife With Ergonomic Design Highly Corrosion Resistant Stainless Steel Wooden Handle Handle Length Measures 5" Blade Length Measures 8" Long And 3.5" Wide Dishwasher-safe Blade Material: Stainless Steel Color: Stainless Steel Handle Material: Wood Blade Edge: Plain 2 Pieces Tenderizer (pin Tenderizer), Stainless-steel Prongs Break Down Tough Meat Fibers. Also Useful For Piercing Meats Before Marinating. Heavy-duty Spring-loaded Mechanism Controls Action Precisely. A Practical Solution For Turning A Tough Cut Of Meat Into A Delicious, Tender Piece Of Meat. Type: Meat Tenderizer Material: Stainless-steel, Abs Size: 5cm X 5.1cm X 19.4cm/1.97" X 2.01" X 7.64" (approx.) 2 Pieces Tenderizer (mallet Tenderizer), Material: Aluminum Weight:100g Size: Length: 19.5cm; Hammer: 4.5 * 4.5cm Integrated Aluminum Construction For Strength And Durability. There Are Two Sides. Use The Spiked Surface To Tenderize And The Flat Surface To Pound Meat. Ideal For Beef, Veal, Pork And Chicken, Etc. Package Content: 1x Two Side Meat Hammer 4 Pieces Skimmer, Fine, 6"x5"length Width 5" Handle: Length11 5/8 Material: Nickel-plated Stainless Steel Handle Material: Nickel Plated 4 Pieces Wire Skimmer, Small, 3" Diameter X 1"depth 13.75 Handle Length Material: Stainless Steel, Bamboo Handle 4 Pieces Skimmers, Spider, Mesh Basket Tool(5inches) Material:18/8 Stainless Steel, Style Stainless Steel Mesh, Asian, Color: Silver 4 Pieces Strainer, Small, Fine, Material: Stainless Steel Diameter: Approx. 8.5cm / 3.35 Inch Total Length: Approx. 22cm / 8.66 Inch Handle Length: Approx. 11.2cm / 4.41 Inch Color: Silver/golden/copper Plating (optional) Package Includes: 1 Piece Fine Mesh Stainless Steel Cocktail Strainer 4 Pieces Colander Strainer Type: Colanders & Strainers Item Type: Pearl Milk Tea Colander Material: 100% Food Grade Stainless Steel Temperature: -40f To +446f (-40c To +230c) Multiple Use Kitchen Gadgets: Kitchen Helper Feature: Made Of Premium Stainless Steel, No Toxic Chemicals, Lead Free, Pvc Free. The Versatile Design Will Fit Nearly All-round Pots, Pans And Bowls. Uses: For Hot Pot Eating, Soup Draining And Pearl Food Holding. 4 Pieces Siever,small, Stainless Steel Fine Mesh Strainer Material: Stainless Steel; Diameter: 12 Inches; Depth: 2 Inches To 2.5 Inches; Fine Mesh:0.025mm To 0.5mm; 4 Pieces Strainer,medium Fine, Strainer Type: Easy-grip Colander Medium:stainless Steel:item Dimensions:lxwxh: 8x4x0.2 Inches 8 Pieces Turner, 3” X 6”, Item Dimension: L40.1 Cm X W9.6 Cm X H13.4 Cm Item Weight: 0.3 Kg Material: 18/10 Stainless Steel Tool Head & High Impact Nsf Approved Polypropylene Textured Handles (pro-gourmet) Lightweight & Easy To Hold Accommodates Right- And Left-handed Users Use & Care Easy To Clean And Dishwasher Safe. 8 Pieces Spatula, Stainless Steel Teppanyaki Spatula L 14.8cmxw11.8cmxh 2cm 8 Pieces Wooden Spoon, Material: Beech Wood Color: Wood Color Size: 26.3cm X 6.3cm 8 Pieces Parisienne Scoop, Stainless Steel Baller Heads - 22mm Diameter And 25mm Diameter. Head Include Small Air Hole For Easy Release. Non-slip Handle Made From Fibrox - Tpe Plastic Able To Withstand Temperatures Of Up To 80°c - 110°c. Dishwasher Safe. 8 Pieces Zester, Durable And Rust Resistant Stainless Steel Material Five Sharp Zester Holes That Quickly And Easily Zest Lemons, Oranges, And Other Citrus Fruits Built-in Channel Knife That Peels Citrus Fruits To Make Beautiful Garnishing Easy To Grip Stainless Steel Handle For Steady Control When Testing With A Built-in Hole For Easy And Proper Storage Easy To Clean And Dishwasher Safe Dimensions: L16.3 X W2.4 X H16.3 Cm 8 Pieces Piping, Bag Size: Small: About 26cm Long, About 15cm Wide At The Opening, Medium: About 30cm Long, About 17cm Wide At The Opening, Large: About 34cm Long, About 21cm Wide At The Opening. Material: Silica Gel Package: 6 * Small Connectors 2 * 12-inch Bags 2 * 14-inch Bags 2 * 16-inch Bags 8 Sets Pastry Tubes, 8pcs/set Stainless Steel Pastry Piping Nozzles Size: Approx. 30cmx17.5cm; Material: Eva And 430 Stainless Steel 8 Pcs. Strainer Chinois,small, Commercial Grade Quality China Cap Strainer With Pot Ring Hang Hook Coarse Mesh - 10" Handle, 8" Diameter, 8" Deep", 18" Total Length Material:18/8 Stainless Steel Color:silver Item Dimensions: Lxwxh 17.13 X 8 X 7.75 Inches Item Weight:0.71 Lbs 3 Pieces Filling Funnel, Material:304 Stainless Steel Size Dimension:14x11cm 4 Pieces Measuring Spoon, Material: Stainless Steel , Weight:110g Size:1/8 Tsp-length: 4.25″,diameter: 0.59″ 1/4 Tsp-length: 4.33″,diameter: 0.71″ 1/2 Tsp-length: 4.45″,diameter: 0.91″ 1 Tsp-length: 4.60″,diameter: 1.10″ 1/2 Tbsp-length: 4.72″,diameter: 1.26″ 1 Tbsp-length: 4.92″,diameter: 1.57 6 Pieces Tongs, 9 Inches, Material: 304 Stainless Steel With Silicone Handle; Size:9 Inches; Feature: Ring Pull Locking System, Scalloped Heads 10 Pieces Tongs, 12 Inches, Material: 304 Stainless Steel With Silicone Handle; Size:12 Inches; Feature: Ring Pull Locking System, Scalloped Heads 8 Pieces Measuring Cup, Material: 304 Stainless Steel; Feature: 4cups/set. 100ml, 50ml, 15ml And 5ml Cup Sizes On A Storage Ring; 1 Set Measuring Urn, Specification: 500ml Colour: Silver Material: 304 Stainless Steel 1 Pc Ice Cream Scoop, Size: 18*4.2cm/18*4.8cm Color: Black/silver Material: Aluminum Alloy; Feature: Anti-freeze Ice Cream Scooper With Comfortable Handle 4 Pieces Cheese Cloth, *made Of Natural Cotton, Never Been Dyed Or Bleached. It's Safe And Healthy To Use And There Is No Color Will Dye Over The Cheese, Yogurt, Turkey Or Any Other Foods. *due To Tight-weave Mesh, It Can Filter More Impurities And Work Efficiently. *it Could Be Used For Making And Wrapping Homemade Cheese. It Is Used As Greek Yogurt Or Butter, Almond Milk Or Nut Milk, Fruit Juice. Furthermore, More Impurities Will Be Filtered Out When You Filter Cold Brew Coffee Or Homemade Beer Wort, Honey And Etc. Specification: *material:cotton *color:as Show *size:100 X 120 Cm/39.3 X 49.2 In 10 Pieces Serving Spoon, Material: 304 Stainless Steel Color: Silver Size: 24cm 24 Pieces Pepper And Salt Grinder, Size: 5.3cm/2.09"x 19cm/7.48"; Material: Stainless Steel Case Grinder With High Quality Glass Container 4 Set Weighing Scale, 5 Kgs, Type:hanging Scale Origin:cn(origin) Size:18.5*14*1.9cm Rated Load:other Display Type:lcd Digital Screen Power Supply:3*aaa Battery(not Included) Certification:ce Model Number:electric Scale Capacity:10kg/1g,3kg/5kg/0.1g Is Smart Device:no Color:black Unit:g, Lb, Oz Measuring Range:10kg/10g, 3kg/5kg/1g Material:new Abs Engineering Plastic + Stainless Steel Backlight:yes Ftion 1:kitchen Scales Ftion 2:jewelry Scales Ftion 3:electronic Scales Ftion 4:electronic Balance 2 Unit Core Seed Remover, Effortlessly Remove Cores From Fruit Simply Push The Stem Into The Core Of The Apple And Twist To Remove Ultra Stainless Steel Coring Blade Twist And Slide Body For Easy Core Removal Length: Approx. 180mm / 7inch Diameter Of The Core: Approx. 2cm / 0.8 Inch Material: 304 Stainless Steel 8 Pieces Wire Whisk,small, Material: Stainless Steel; Size: H01-8 Inch:21*5cm; 8 Pieces Wire Whisk, Medium, Material: Stainless Steel; Size: H02-10 Inch:26*6cm; 8 Pieces Wire Whisk, Heavy Duty, Material: Stainless Steel; Size: H03-12 Inch:29*6cm 2 Pieces Can Opener, Material: Stainless Steel + Pp Plastic Size: 19.5cm X 7.5cm Color: Silver + Black Features: 1. 100%brand New And High Quality 2. Ergonomic, Non-slip Grip, Comfortable And Safe In Operation. 3. High-quality Stainless Steel Material, Won't Break Or Bend, Corrosion Resistant, Smooth Felling And High Durability. 4. Rotating Handle And Precision Gears, Efficient And Labor Saving, Children, Adults And The Elderly Can Easily Work With. 5. It Combines 3 Functions In One Unit. This Versatile Can Opener Is Designed For Opening A Can Lid, Opening A Bottle Cap, Levering Or Loosening A Can Lid. 6. Easily Pierce And Open Various Types Of Cans, Like Tin Can, Oil Can, Milk Can, Cat Dog Food Can, Metal Can, Beer Can, Small Can, Large Can, Water Bottle, Jar Etc 7. High Quality Food-grade Material - The Sharp Cutting Disc Is Made Of Food-grade Material Especially The Metal Tooth Is Made Of Stainless Steel, Please Rest Assured Use. 8. No Dangerous Sharp Edges - Protect Yourself And Your Family With This Tin Opener That Leaves Edges Completely Smooth. Safely And Easily Opens Big And Small Cans In All Shapes And Sizes In Seconds. 9. Comfortable And Convenient For Storage - The Opener's Soft, Anti-slip Handles Are Easy To Grip - Which Is Especially Handy For Senior Citizens. You Can Store It In A Drawer Or Simply Hang It On A Hook In Your Kitchen. 1 Piece Multi-purpose Kitchen Scissors/shears, Material: Stainless Steel Size: 21 X 9 Cm; Features: Extra Sharp For Cutting Meat, Poultry Or Fish With Cracking And Bottle Opening Function 8 Pieces Soup Ladle, 4 Oz, Material: 18/10 Stainless Steel With Hole On Handle Serving. Size: Length 34cm*diameter 7.5cm 8 Pieces Soup Ladle, 6 Oz, Material: 18/10 Stainless Steel With Hole On Handle Capacity: 6 0z; Handle Length:3 Inches; Size: Length 34cm*diameter 9.5cm 8 Pieces Soup Ladle, 8 Oz, Color: Stainless Steel Material: Stainless Steel Style: 8 Oz Ladle Item Dimension Lxwxh: 14.6 X 2.5 X 3.9 3 Pieces Soup Ladle, 12 Oz, Soup Ladle Food Grade Rust-proof Stainless Steel Dishwasher Safe Hot Pot Soup Ladle Length: 18 Width: 4.6 Height: 2 Freezer Safe: Yes Type: Gravy / Sauce Ladles Dishwasher Safe: Yes Microwave Safe: No Capacity: 10.0-14.9oz Feature: Heavy Duty 2 Pieces Kitchen Spoon, Mirror Finished Durable Stainless Steel Material Dishwasher Safe Ss Dinner Spoon 4.0mm Thickness Length: 21cm Weight: 73gm 8 Pieces Kitchen Spoon, Slotted, Stainless Steel Slotted Spoon Is Ideal For Stirring And Straining Pasta Or Vegetables. The Soft, Non-slip Handle Cushions Your Hand During Use, And The Polished Stainless Steel Is Both Sleek And Durable. Dimensions: 2 X 2.75 X 12.4 Weight: 0.29 8 Pieces Kitchen Fork, Color: Silver Substance: 18/10 Stainless Steel Surface Finishing: Matt/polished Net Weight: 0.11 Kg Length: 33.40 Cm Width: 2.50 Cm Height: 1.90 Cm Handle Length: 12.50 Cm 4 Pieces Carving Fork, Package Dimensions: 13.07 X 1.42 X 0.87 Inches (33.2 X 3.6 X 2.2 Cm) Item Weight: 5.6 Ounces (158.76 Grams) Handle Material: Stainless, Stainless Steel, Abs, Plastic, Steel 3 Pieces Digital Kitchen Thermometer, Digital Kitchen Food Thermometer For Meat Cooking Water Milk Food Probe Temperature Temperature Range: -50°c To 300°c Or -58°f To 572°f Resolution: 0.1°c Or 0.1°f Accuracy: ± 1°c Or ± 1 °f Optional Temperature Unit: °c / °f Material: 304 Stainless Steel & Abs Plastic Buttons: On/off, °c/°f, Hold Power Supply: 1 X 1.5v Lr44/ag13 Battery (not Included) Power Saving: Auto Power Off After 10 Minutes Total Length: 24.6cm Probe Length: 14.5cm 3 Pieces Multi-function Vegetable Fruit Peeler Slicer Cutter Chopper, Stainless Steel Multifunction Fruit And Vegetable Peeler Slicer Shedder Peeler 5 Different Inserts With 11 Different Ways To Cut Cut Into Cubes Or Sticks In 3 Different Sizes Slices In 2 Different Thicknesses Cut In To Quarters, Eighths And Wedges Long- Lasting Super- Sharp Stainless Steel Blades Extra Sharp Grater Mandolin Slicer With Safety Food Holder 1 X Cutting Top With Integrated Stylus 1 X Cutting Base 1 X Transparent Collecting Container (capacity 1,500 Ml) 1 X Fresh Cover For Collecting Container 1 X Knife Insert (6 Mm X 6 Mm Or 12 Mm X 12 Mm) 1 X Knife Insert For Quarter Or Eighth 1 X Planer Insert With Blade Protection 1 X Food Holder With Guide 1 X Detachable Cutting Punch For Eighth 1 X Part Cover For All Knife Inserts 2 Set Stock Pot (big), Stainless Steel Large Stock Pots Casserole Stew Pan Type: Soup & Stock Pots Material: Metal Type: Stainless Steel Feature: Eco-friendly Applicable Stove: General Use For Gas And Induction Cooker Product Name: Soup Pot Usage: Soup, Milk, Noodle Pot, Cooking Pots Shape: Straight Material Type: Stainless Steel Diameter: 25 / 30 / 35/ 40 /45/ 50 Cm 2 Pieces Frying Pan, Small, Frying A Single Egg, Sausages, Seafood, Poultry, Burgers Or Vegetables, Toasting Pine Nuts Or Even Toasting Off Some Spices. Specification: Pot Diameter: 13cm Pot Height: 2.8cm Full Length Of Pot Body: 25cm Pot Bottom Diameter: 11.5cm Included: 1 X Mini Saucepan 12cm Small Nonstick Frying Pan For Household Fried Egg Pancakes Round Mini Saucepan 4 Pieces Frying Pan, Medium, Material: 304 Stainless Steel Size Diameter: 32cm Feature: New Technology Experience, New Design Suitable For: General Use For Gas And Induction Cooker Product Features: 1.13.4 Inch Stir Fry Pan Made Of Stainless Steel, Nonstick Cookware Interior Is Honeycomb Texture, Achieve Separation State Nonstick. 4 Pieces Frying Pan, Large, Material: Carbon Steel Wok Handle: 12cm Wood (beechwood) Diameter: 36cm Depth: 10.5cm Handle Socket: Welded Non-stick Pan, Perfect For Your Daily Home Cooking 2 Pieces Colander, Small, Ergonomic Design, Smooth Handle Grip. Top Hanging Ring Design, Free To Hang Up. Specification: Material: Stainless Steel Size: 32 * 10cm / 12.60 * 3.94" Color: As Shown Package Included: 1pc * Colander 3 Pieces Colander, Medium, Features And Usage: Good Quality Stainless Steel Material With Competitive Price Can Be Used For Strain Soup, Juice, Milk, Tea, And Other Liquids. Strong, Sturdy, And Durable. Made For Heavy Work. Rust, Crack, And Stain Resistant Easy To Clean And Carry High, The Goods Quality Support With Your Demand. The Long Handles Protect Your Hands From Hot Grease And Oils While Letting You Cook Your Favorite Foods Product Name: Stainless Kitchen Wire Skimmer/strainer/colander Material: Stainless Steel Size / Capacity: 22cm Color: Silver Shape, Round Type: Strainer Item Number: 22cm F/h Skimmer 2 Pieces Cutting Board, Packing: 1 X 1pcs Chopping Board Material: Bamboo Wood + Stainless Steel Color: Brown, Light Brown (random) Size: 34cmx 1.7cm X 24cm Design: Arc Corners Features: Made Of High-quality Bamboo Anti-mildew And Germ Proofing 100% Brand New And High Quality Easy To Clean And Very Affordable The Whole Bamboo Panel Has A Clear Bamboo Pattern. The Curved Design Of The Handle Makes It Easy To Hang. Thick, Extremely Durable, The Smooth Surface Also Prevents Your Knives From Dulling Too Quickly. 4 Pieces Fish Poacher, Medium, Stainless Steel Fish Streamer For Big Fish, Big Cooking Pot With Complete Accessories Pan Material: Stainless Steel Thickness: 0.7mm (+0.3mm) Dimensions (l X W X D): 18" X 5" X 6" (±0.5") Handle Material: Stainless Steel; With Two Side Handles Includes A Lid With Handle And A Perforated Rack Insert Dishwasher Safe 1 Piece Casserole, Small, Aluminum Casserole High Quality Aluminum Durable Handles & Knobs Size #14 (25cm Diameter, 15cm Height) Color: Aluminum Size: 35cm*28cm*20cm Weight: 0.7kg 6 Pieces Casserole, Medium, Heavy Gauge Aluminum Forged Base For Extreme Strength And Wrap Prevention Durable 3 Layer Blue Diamond Non-stick Coating Coating Lasts Longer Than Any Other Pan Works On All Stovetops: Induction, Gas, Electric, Ceramic, Etc. Heat Resistant Riveted Bakelite Handle And Knob Tempered Glass Lid Heats Up Quickly And Evenly Ideal For Healthy Cooking Easy-to-clean And Dishwasher Safe 4 Pieces Wok, Small, Material: Wok Is Made With Carbon Steel With Wooden Handle Available Size: 34cm Diameter Double Handle Suitable For Gas Stove And Induction Cooker Good Thermal Conductance For Even Cooking Of Vegetables And Meat 4 Pieces Wok, Medium, Features And Usage: Whether Stir-frying Veggies Eggs Meats Or More This Wok Distributes Heat Evenly And Wipes Clean When You’re Finished Riveted Acacia Wood Handles Make Flipping And Releasing Food Easy And Will Add A Touch Of Elegance To Your Kitchen Perfect For Veteran Chefs Or Others Simply Looking To Expand Their Culinary Palette This Wok Serves Up Delicious Results With Effortless Performance Color: Black Size: 14” Material: Carbon Steel Wok Non-stick Surface Healthier Cooking 1 Piece Double Boiler, Medium Specialty Pan Type: Egg Poacher/boiler Cookware Material: Stainless Steel Cookware Capacity: 1.1l - 2l Cookware Diameter (cm): 22 Model: Db22. Cookware Features: Includes Lid, Dishwasher Safe, Induction Safe, Helper Handle, Pfoa Free, Eco Friendly, Cover Included What’s In The Box: 1 X Double Boiler 22cm 1 Piece Paellera, Product Details: Made With Top Grade Carbon Steel, These Pans Conduct Heat Quickly And Evenly Throughout To Create The Perfect Paella. It’s Thin And Lightweight Material Makes This Pan Durable And Trustworthy. It’s Innovative Hammered Dimple Technology Makes The Bottoms Of The Pans Rigid And Perfect For Cooking Paellas Package Dimensions: 15.24 X 13.62 X 2.05 Inches (38.7 X 34.6 X 5.2 Cm) Item Weight: 2 Pounds (0.9 Kg) Material: Carbon Steel Item Diameter: 13 Inches (33 Cm) Color: Silver Capacity: 468 Cubic Inches (1188.7 Cm) 8 Pieces Glass Rack, Description: Product Category: Wine Glass Rack Color: Black Height: 5.5 Cm Width: 22.5 Cm3 5 Rows: 50cm In Length, Can Hold 10-15 Weight: 0.55kg For 5 Rows Application: 4cm- 9cm In Base Diameter, Less Than 3cm In Column Diameter, 10cm In Belly Diameter Of Glass. Material: Iron Product List:1* Wine Glass 2 Pieces Soup Cup Rack, Material: Plastic Color: Grey Shape: Square Length: 19.75" In Width: 19.75" In Height: 4" In Size: Compartment 4.375"l X 4.375"w X 4.25" Temperature Range: Up To 200°f Features: Dishwasher Safe 6 Pieces Plate Rack, Specification: Color: White, Green Material: Stainless Steel Dimension: W X L X H (25cm X 50cm X 43.5cm) Features: Stainless Steel Material, No Rusting, Long Lasting Durability. Saves Tons Of Space And Time By Making It Easier To Access Utensils And Supplies, Making Your Kitchen More Clean And Tidy. Dish Placement Area (16 Dishes) Cutting Board Placement Area (5cm/1.97in) Tool Placement Area: 3 Spaced Grids Hanging Spoon Placement Area: 4 Storage Hooks Bowl Placement Area: More Than 12 Bowls Removable Drain Board 2 Pieces Baking Tray, Small, 1pc Small Rectangular Baking Tray Measurement: 8x12 8x 12 Outside, 6.5x10 Inside Color: Black Made Of Carbon Steel Durable And Good Quality This Can Be Fit To Small Oven 8 Pieces Utility Tray, Stainless, Stainless Steel Food Measurement: 9" Length X 6.75" Width X 1" Height. Material: Stainless Steel. 12 Pieces Roasting Pan, Material: Stainless Steel Color: Silver Size: 42*32*7cm Features: Easy To Clean Up. Big Enough For Whole Chicken Or Turkey. Very Convenient To Serve With Rack. Package Included: 1 X Pan (with A Rack) 4 Pieces Dishtowels, Material: Cotton/linen Blend With High Absorption Capacity. Color: Square Stripe/gray Beige Length: 70 Cm (28 ") Width: 50 Cm (20 ") Package Quantity: 2 Pieces 8 Pack Plastic “silverware” Or Real Silverware, Package Dimensions: 9.92 X 6.57 X 3.23 Inches (25.2 X 16.7 X 8.2 Cm) Item Weight: 7 Pounds (3.15 Kg) Material: Stainless Steel Finish Type: Polished Color: Silver Is Stain Resistant: Yes Is Dishwasher Safe: Yes Number Of Pieces: 60 2 Set Glasses, Capacity: 11.8 Ounces Color: Clear Item Weight: 14.4 Ounces Size: 2.91x5.83 In Product Detail: 11.8-ounce Highball Drinking Glass (set Of 6) With A Sleek Design And A Thick, Sturdy Base; Ideal For Serving Mixed Drinks, Beer, Soda, And Other Ice-cold Beverages Made Of All-purpose 100% Soda-lime Glass (not Tempered Glass); Odor-resistant, Stain-resistant, Shatter-resistant, And Cadmium- And Lead-free; Suitable For Residential And Restaurant Use Crystal-clear Glass Provides Exceptional Clarity For Nicely Highlighting Colorful Concoctions And Bubbly Beverages Residential And Commercial Dishwasher- And Microwave-safe Up To 95°f; Not Oven Safe; Accommodates Temperatures Ranging From 50°f To 212°f When Heated And Cooled Slowly; Do Not Put Hot Water In Freezing-cold Glass 6 Set Tea Cups, Bc Coffee Cup And Saucer- Black Piggy Pink, Bone Tea Cream, Candy Green 2 Pieces Small Plate/saucers, Material: Ceramic High Quality Can Be Use In Coffee Or Tea Cup Size H: 9.5cm W: 14.5cm Saucer Size H: 2cm W: 15.5cm 6 Pieces Per Set 6 Set Cabinet Dish Organizer Material: Plastic Dimension: L39cmxw35cmx122cm Colors Available: Green & Blue 1 Piece Sink, Surface Treatment: Brushed, Brushed Installation Type: Undermount Bowl Shape: Rectangular Number Of Holes: One Sink Style: Single Bowl Material: Stainless Steel 304-18/8 Dim (inch): 32"x19" Bowl Size (inch): 30"x17" Depth (inch): 10" Thickness (guage): 18 Usage: Kitchen Packing: Carton Box 1 Piece Sponge And Soap Holder For Kitchen Sink, Material: Stainless Steel Size: L X W X H (18.3cm X 10cm X 9cm) Color: Silver 3 Pieces Pots/pans, Product Description: Non-stick With Thermo-spot 9 Pieces Cooking Set Features & Details: Set Contains: ▫️stewpot: 22/24cm With Lids ▫️24cm Fry Pan ▫️28cm Wok Pan ▫️spatula ▫️spoon ▫️slotted Spoon Product Information: Package Dimension: 61.8 X 41.6 X 17.6 Cm Item Diameter: 28 Cm Item Weight: 6.7 Kgs Care Instruction: Dishwasher Safe No. Of Pcs: 9 Pcs 1 Set Cooking Utensils, Stainless Steel 25-piece Set Lids And Accessories Included Comes With 1- And 2-quart Saucepans, A 5-quart Dutch Oven, A 9.5” Skillet, An 8” Frying Pan, A 10” X 15” Cookie Sheet, A Storage Tub And 5 Round Glass Bowls The Stainless-steel Heating Surface Cooks Everything Evenly Made From A Single-ply Stainless Steel That’s Designed To Handle High Heats And Is Easy To Clean Each Piece Comes With A Cover To Keep In The Heat Set Includes 9 Nylon Cooking Tools Like Spatulas, Solid And Slotted Spoons And Turners, Ladle And More 1 Set Rotary Egg Beater, Stainless Steel Whisk Set Come In 2 Sizes. This Two-piece Stainless-steel Kitchen Utensil Set Will Blend In Well When You’re Trying To Outfit Your Kitchen With Everything You Need To Keep Your Chef At Home Happy As Can Be. High Quality Material Wear-resistant And Durable, Not Easy To Rust Size:16cm,21cm Material: Stainless Steel Package Includes: 2x Whisk Beater 2 Set Scraper, Made Of Silicone And Bpa Free, Flexible, Non-stick Nontoxic, Heat Resistance: -40 To + 230 Ergonomically Designed Long Handles And Being Perfectly Shaped With A Rounded Edge For Bowls And A Pointed Edge For Corners. Great Design, Easy To Clean Specification: Type: Cake Tools Material: Silicone Color: Orange, Purple, Green, Red, Yellow, Blue, Black Size: About 21x4.1cm Uses: Stirring, Baking, Scraping Noodles, Etc. Features: Integrated Design, High And Low Temperature Resistance Quantity: 1 Package Includes: 1x Scraper 3 Piece Gas Range And Oven, 3 Gas Burners, 1 Hot Plate Stainless Drip Tray Gas Thermostat Oven Electric Grill With Rotisserie Black Enameled Body 50x50cm Weight: 39.5 Kg Dimensions: 54 × 50 × 88 Cm 1 Piece Refrigerator, Height: 111.5 Cm Width: 51. Cm Length: 53.6 Cm Gross Weight: 34 Kg Refrigerator Type: Single Door Net Weight: 31 Kg Capacity: 5.6 Cu.ft Frost System: Semi-automatic Wattage: 75 Watts Warranty: 1 Year Of Parts And Labor; 5 Years Of Compressor Led Light Safety Glass Shelves Silver Finish 2 Piece Drawers, 3 Layered Drawer ½” Thick Plywood Captured Ceiling Panel ½” Thick Plywood End Panels ¾” Thick Plywood Full Depth Adjustable Shelves ½” Thick Plywood Panel ¾” Thick Full Overlay Doors And Drawer Fronts ½” Thick Plywood Captured Floor Panel ¾” Thick Solid Hardwood Face Frames ½” Thick Plywood Captured “i-beam” Braces ½” Thick Plywood End Panels ¾” Thick Plywood Full Depth Adjustable Shelves 5/8” Thick Solid Wood Dovetail Drawer Box With ¼” Thick Plywood Captured Floor ½” Thick Plywood Captured Floor Panel ¾” Thick Solid Hardwood Face Frames ½” Thick Plywood Captured Toe Kick 1 Piece Cupboards, Completely Made Of High-grade Stainless Steel. Professional Furnishing Systems That Meet The Highest Quality And Functional Standards. The Stainless-steel Furniture Made Of Stainless Steel Aisi 18/10/304 Is Primarily Made According To The Special Needs, The Available Rooms, And The Functional Requirements Of The Operator. All Edges Welded And Polished. Best Solutions In Quality And For Installation Flexibility. Project Solutions And Other Dimensions May Vary. Wall Cupboard With O Bottom Storage Shelf, Intermediate Bottom, O 2 Sliding Doors. Dimensions: Ca. 1500 X 400 X 600 Mm (l X D X H) Carrying Capacity: Max. 200 Kg Net Weight: Approx. 30 Kg. 1 Piece Brush, Feature: 100% Brand New And High Quality Non-toxic And Environmentally Friendly. Multipurpose Kitchen Utensil Tool. Suitable For Baking, Cooking, Bbq Basting. For Brushing Oil On Cookers When Making Cakes, Bread, Butter Or Barbecuing. Practical And Stylish Can Be Used Repeatedly Easy-to-clean And Good Temperature Resistance Material: Silicone Color: Blue, Orange, Red And Violet Size: 21 X 3.3 X 1.1cm Package Included 1 X Silicone Basting Brush 3 Piece Blender, Cord Length: 1.2m Power: 350w Voltage: 220-240v Frequency: 50/60hz Pulp Container: 500ml Blender Jar Capacity: 1l Integrated Cord Storage: Yes Speed Settings: 2 Safety Clamps: Yes Suction Feet: Yes Accessories: Blender, Chopper, Juice Jug, Mill Colors: Bright White With Silver Accents Housing And Clamps Material: Pp Lid Material: San Pusher Material: Pp Product Weight: 2.48kg Box Dimension (w X H X D): 232 X 330 X 470 Mm 1 Year Warranty 1 Piece Microwave Oven, 3-layer Porcelain Coated Metal Body Manual Rotary Control Defrost Function 20l Capacity Measurements: L45 X W34 X H26cm Output Power: 700w Input Power: 1200w 1 Year Warranty 100% Authentic Microwave Features: Stainless Steel Microwave Type: Countertop Inverter: Non-inverter 1 Piece Kitchen Scale, Features: Square And Round Plate Available Mechanical Dial With Zero Adjustment Knob It Includes Removable Pan Colors: Random Spring Kitchen Scale, Mechanical Kitchen Scale, Food Scale Suitable For Shopping E-commerce Sales, Kitchen Activities Dial Display With Clear Mark, Easy To Read And Comfortable. Square Shape, Drip-proof, Durable And Can Hold Things Weighed. Plastic Shell, Lightweight, Durable And Environment Friendly. No Need Electricity, Easy To Operate And Portable To Take And Store Quality Product With Precise Portion Easy To Use, Multi-function Home Scale Compact Scale 5 Kilos Capacity Size: Removable Pan: 15.5cm X 15 Cm X 5cm Kitchen Scale: 12 Cm X 12.5 Cm X 20 Cm Material: Plastic 2 Piece Measuring Spoons, Stainless Steel Measuring Spoons Set Of 7 Stackable Measure Spoon For Dry And Liquid Ingredients Etched Marked Baking Cooking Spoon With Detachable Ring Holder Convenient For Your Life. Stainless Steel Without Bpa And Could Be Used For Any Food, Rust Resistant, Will Not Be Polluted Or Eroded, Make Your Cooking Always Safe And Health. Conveniently Nests Inside One Another Design And One Steel D-ring Allowing You To Store Them In Any Drawer, Cabinet Or Cupboard. Easy To Clean, Simply Wash With Soap And Warm Water Or Load Them Into The Dishwasher For Fast Cleaning. Color: Silver Material: Stainless Steel Size: Length 12.6* Width 4* Height 2.2cm Package Contents: 7 * Measuring Spoons 1 * D-ring 3 Set Measuring Cups, Product Description: 3-piece Measuring Cup Set Includes One Each: 1-cup, 2-cup And 4-cup Measuring Cups Easy To Read Measurements In Cups, Ounces, And Milliliters. Features A Curved Spout For Precise Pouring And Easy-grip Handles For Comfort Durable High-quality Tempered Glass Is Dishwasher, Freezer, Microwave, And Preheated Oven Safe Nonporous Glass Won’t Absorb Food Odors, Flavors, Or Stains Bpa Free Secure-fit Plastic Lids Are Freezer, Microwave, And Top-rack Dishwasher Safe 1 Pcs. Kitchen Shears, Multifunction Comfortable Handle Kitchen Scissors Heavy Duty Food Shears For Chicken Meat, Vegetable Fish Heb, Poultry Stainless Steel Cooking Scissors Material:30cr13 Stainless Steel Highly Antagonistic And Very Sharp- Soft And Hard Double Plastic Handle Double-edged Blade Non-slip, Stable Removable Rivet Design Flexible Application, Easy To Clean Package Included:1 X Stainless Steel Kitchen Shears Color: Black + Silver Weight: 145g Size: 227 X 78 Mm 2 Pieces Potato Masher, Multifunctional Stainless Steel Potato Masher For Fruit, Vegetable Baby Food Supplement Mashed Potato Tool Selected Materials, Safe And Durable. Strong And Not Easy To Rust. Ergonomic Design, Easy To Use And Save Effort. Suitable For A Variety Of Foods. Material: 304 Stainless Steel 4mm Thickness One-piece Molding Size: 7 Cm X 7 Cm X 13.6 Cm Color: Silver 5 Piece Graters, Product Name: Tabletop Drum Grater High Quality: The 3 Different Rotary Ultra-sharp Cylinders Slicer Made Of Food Grade Stainless Steel. All Pieces Are Detachable For Easy To Clean, Dishwasher Safe Universal Fit: Rotary Drum Grater Is Great For Cheese, Vegetables, Potatoes, Coleslaw, Nuts, Hash Browns, Onions And More With This Hand-powered Rotary Grater Cooking Choice: Rotary Cheese Grater Package Includes 3 Different Interchangeable Rotary Ultra-sharp Cylinders Drums For Different Cooking Choice Features: The Drum Shredder With Suction Base Ensures Solid Grip And Stability On Flat Surface; Simple Hand Crank Turns Drum Creates Perfectly Grated Ingredients Type: Graters Use: Home Kitchen Material: Metal, Stainless Steel & Abs Plastic Blades: 3 Stainless Steel Feature: Kitchen Creative Tools Function: Shred A Wide Variety Of Fruit And Vegetables, As Well As Cheeses Accessories: Chopping / Mixing Blade, Shredding Disc, Slicing Disc Color: Green Size: 26 X 11.5 X 24 Cm Weight: 674g 5 Piece Funnels, Stainless Steel Piston Funnel With Holder For Cream Sauce Dosing Funnel For Sauce Style: Silver Material: Stainless Steel Size: Shelf Height Is About 17cm, Handheld Funnel Height Is 20cm 2 Piece Can Opener, Chef’s Classic Multi Can Opener Features: Durable And Easy To Clean. Material: Designed With High-grade Stainless Steel Size: 18/8 Stainless Steel Ergonomic Stainless-steel Handles Hygienic Design Ensures Easy Cleaning Of All Surfaces 5 Piece Cast Iron Pots And Pans, Pots And Pans Set Cast Iron Cookware Non-stick Wok Pan 316 Stainless Steel Household Frying Pan With Gas-fired Induction Cooker Diameter: 28cm Metal Type: Stainless Steel Wok Type: Non-coating Pans Type: Chef’s Pans Material: Stainless Steel Type: Pans Pot Cover Type: Glass Cover Capacity: 4-5l Applicable Stove: General Use For Gas And Induction Cooker Feature: Eco-friendly Pot Cover: Glass Cover Pot Cover: Glass Cover Product Categories: Wok Application Of The Stove: General-purpose Material:316 Stainless Steel Characteristics: Non-stick Pan Item:316 Xue Ping Guo The Bottom Of A Pan Material: Composite Multi-layer Base Packaging: Carton The Lid Type: The Glass Cover Product Quality Grade: Accepts Style: European 1 Piece Gas Burner, Double Top Gas Stove Automatic Ignition Removable Trivet With Drip Pan Stainless Top And Front Double Detachable Top Burner High Quality And Durable The Powder Coated Pan Support Provide Ample Support At The Base Of The Pan Such That They Maintain Their Balance On The Stove And The Utensils Do Not Fall Or Rattle While Stirring Your Food. Stainless Steel Body Facilitates Anti-rust Property Which Give Our Gas Stove Longevity And Durability. This Range Of Cooktop Comes With A Stainless-steel Body 650mm X390mm X 135mm 1 Piece Double Broiler Steamer, 2 Layer Stainless Steel Steamer Pot Large Capacity Soup Pot With Double Boilers Stockpot Cookware Cooking Tools Feature: Eco-friendly Model Number: Stainless Steel Thicken 2 Layer Steamer Pot Layers: Double Type: Double Boilers Sheet Size: 28cm Material: Stainless Steel Specification: Name: Steamer Pot Material: Stainless Steel Size: Thickened Double Steamer Pot-28cm/11.02inch Packing List: Steamer Pot*1 2 Piece Food Thermometer Weight: 80 G Dimensions: 218 X 34 X 20 Mm Operating Temperature: -20 To +50 °c Product-/housing Material: Abs Protection Class: Ip67 With Topsafe Product Colour: White Length Probe Shaft: 55 Mm Length Probe Shaft Tip: 17 Mm Diameter Probe Shaft: 3 Mm Diameter Probe Shaft Tip: 2.3 Mm Standards: En 13485 Battery Type: 3v Button Cell (cr 2032) Battery Life: 350 H Display Type: Lcd (liquid Crystal Display) Display Size: One-line Display Lighting: No Storage Temperature: -40 To +70 °c Temperature – Ntc Measuring Range: -50 To +275 °c Accuracy: ±1 % Of Mv (+100 To +275 °c) ±0.5 °c (-30 To +99.9 °c) ±1.0 °c (-50 To -30.1 °c) Resolution: 0.1 °c Reaction Time: T₉₉ = 10 S (measured In Moving Liquid) Measuring Rate: 0.5 S 1 Piece Kitchen Knife Set, 8 Pieces Kitchen Knife Set Chef Knives Fruit Stainless Steel Knife Sharpener Rod Peller Scissors Pairing Tools Specifications: Item Name: Kitchen Knife Set Main Material: 3cr13 Stainless Steel Quantity: 8pcs Note: Please Kindly Note That There Could Be A Few Deviations As The Result Of Manual Measurement. Thank You Package Information: Package Size: 31 * 28 * 2.5cm / 12.3 * 11.2 * 0.98in Package Weight: 700g Package List: 2 * Chef Knife 1 * Chopping Knife 1 * Knife Sharpener 2 * Fruit Knife 1 * Scissors 1 * Peeler 5 Piece Meat Slicer, Description: Meat Slicer Material: The Frozen Meat Slicer Is Made Of High-quality Stainless Steel, Which Is Easy To Clean And Has A Long Service Life. It Helps To Cut Frozen Meat Into Various Uses, Including Making Hot Pot, Sukiyaki, Pizza Toppings, Sandwiches Or Ginger. It Can Effectively Avoid The Vibration And Noise Of The Electric Tool During The Working Process, It Is Simple To Operate And Easy To Clean. The Thickness Of The Meat Can Be Adjusted From 0.3mm To 8mm, Just Turn The Knob Slightly. Handle And Suction Cup: Even If There Is Oil On The Hand, It Will Not Slide. The Rubber Suction Cup At The Bottom Is More Suitable For Flat Desktops, And Ceramic Tiles, Glass And Metal Desktops Are Easier To Hold. Specification: Handle Length: 43.5/17.10inch Size (l X W): About 33x17cm / 12.96x6.69inch Blade Length: About 20cm Material: Stainless Steel Package Includes: 1x Vegetable Cutting Machine 2 Piece Bread Toaster, 2 Bread Toaster Includes Removable Crumb Tray For Cleaning Cancel, Reheat, Defrost Button Includes Bun Burner Variable Heating Control 2 Piece Cookie Press, Decorative Tool Use, Press The Front End Of The Handle Button, Use The Above Operating Rod, The Extrusion Is Under Your Control. Features: 100% High Quality Type: Cookie Machine Material: Aluminum Alloy, Abs Plastic Size: Diameter:5.5cm,height:21cm Included: 1 X Cookie Machine 20 X Design Discs 4 X Icing Tips 10 Piece Cake Decorating, "26 Pcs "specifications: Color: Pink / Blue / White / Green Material: Silicone & Stainless Steel Cake Nozzle Size: Approx.1.8cm X 3.3cm Pastry Bag Size (length):approx.32cm X 17.5cm Material: Lfgb Food Grade Eva Material Purpose: Diy Necessary Utensils For Cake Cream Package Included: 24 X Cake Nozzles 1 X Pastry Bag 1 X Plastic Piping Converter 5 Set Serving Tray, Rectangular Brown Serving Tray/ Multi-purpose Utility Tray Non-skid Feature: Non-slip Material Heat Resistance Space Saving Wide Application Fine Workmanship Specification: Item Type: Round Serving Tray Material: Nonslip Rubber, Tempered Glass Fiber Color: Brown Package List: 1 X Round Serving Tray 6 Pieces Electric Oven, 30 Liter Capacity -mechanical Control -30 Minute Timer With Bell Ring -grill/broil Function -convection Function -upper Heating,lower Heating And Upper & Lower Heating Options -90-230 Degrees Centrigrate Tempreture Control -metal Body -keep Warm Function -stainless Steel Finish -timer Settings With Alarm -includes: 1 Food Tray 1 Grill Rack 1 Crumb Tray 1 Tray Handle 230v-60hz,1500 W -20.79 X 16.38 X 12.13 Inches 9 Piece Weighing Scale, Manual Weighing Scale; 10kg.,stainless Small Bowl, Heavy Duty 6 Piece Measuring Cup, 7 Pieces With A Convenient 1/8 Coffee Scoop; Complete Set Of 7with Pouring Lip, Sizes Include 1/8, 1/4, 1/3, 1/2, 2/3, 3/4 And 1 Cup, Food Grade Material Of Stainless Steel, Dishwasher Safe, 12 Set Measuring Spoon, Sizes: 1/8tsp (0.63ml),1/4tsp (1.25ml),1/2tsp (2.5ml), 1 Tsp(5ml), 1/2tbsp (7.5ml),1 Tbsp (15ml), High Quality Stainless Steel, Dishwasher Safe 14 Set Measuring Urn, Glass,capacity: 100 Ml. (with 10 Ml Increments),metric And English System Of Measurement; With Handle And Spout, Clear, Non-porous, Tempered Glass 6 Piece Mixing Bowl, Capacity:2.5l,high Quality,durable, Stain And Rust Resistant, Stainless Steel,diameter 22cm 15 Piece Baking Sheet, 13'x18', Tray Size 46x34cm, Aluminum 30 Piece Wire Whisk, 12inch, Heavy Duty, Stainless Steel, French Wire 9 Piece Muffin Pan, 12 Cups Muffin Bun Cupcake Bakewear Mold Material:carbon Steel With Non-stick Coating, Size:l:35cm X W:26cm X H:3.0cm Large Inner 7.0cm 42 Piece Rubber Scraper, Big Size Silicone Rubber Spatula/scraper, Material:plastic+silicone Rubber, Size 24cm X 5cm 5 Piece Hand Mixer, 5-speed Selection,175w Power Consumption, 1.7m Power Cord, Weight: 1.08g., Dimensions:9.3cm X 19.5cm X 15.1cm, 220-240v 3 Piece Supply And Delivery To Oras East District Sped Center, Oras, Eastern Samar Abc = 442,032.83

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: The National Aeronautics And Space Administration (nasa) Langley Research Center (larc) Is In The Early Stages Of Developing A Mission Design, Project Implementation Plan, And Procurement Strategy That Could Potentially Lead To An Earth Aerocapture Technology Demonstration Mission. Nasa Larc Is Hereby Soliciting Information From Potential Sources With The Capabilities To Provide Spacecraft Systems And Mission Operations For The Mission. the Mission Would Demonstrate Aerocapture At Earth As A Precursor To Using The Technology For Future Planetary Science Missions. Aerocapture Technology Reduces The Required Capability And Mass Of A Spacecraft Propulsion System, Lowering The Launch Vehicle Payload Mass Or Enabling More Capacity For Science Instruments, And Is Particularly Beneficial For Missions To The Solar System's Ice Giant Planets [1]. The Demonstration Mission Is Intended To Focus On Key Objectives Necessary To Mature The Technological Readiness Of Aerocapture Including Vehicle Aerodynamics, Flight Dynamics, Guidance, Navigation And Control, And Mission Operations. Flight Data Will Be Acquired During The Demonstration And Used To Improve And Validate Tools To Design And Plan Future Missions. nasa Is Considering Two Concepts For The Mission, Both Of Which Use A Small Entry Capsule (referred To As The Aerocapture Flight System, Or Afs) To Execute The Aerocapture Maneuver. The Afs Is Comprised Of An Aeroshell, Reaction Control System, Other Ancillary Systems, And A Smallsat That Is Released Into Earth Orbit. The First Mission Concept Utilizes A Geostationary Transfer Orbit (gto) As An Initial State For The Afs, Which Is Deployed Into Gto From An Evolved Expendable Launch Vehicle (eelv) Secondary Payload Adapter (espa). In The Second Concept, The Afs Is Released On An Earth Intercept Trajectory From A Spacecraft Returning From A Lunar Mission. A Preliminary Concept Of Operations (conops) For A Gto-based Aerocapture Demonstration Is Illustrated In Figure 1 (attached). Details Shown Regarding Orbit Altitudes Are For Reference Only, And Will Continue To Be Resolved (tbr) In Upcoming Design Trades. referring To Figure 1, The Preliminary High-level Mission Conops And Sequence Of Events Is As Follows. The Sequence Of Events Is For Reference And Context Only To Support The Vendors' Responses To This Request For Information, And Will Continue To Be Updated As Nasa Larc Progresses Through The Early Stages Of Mission Design. the Afs, Attached To The Port Of An Espa Grande With A Separation Mechanism, Is Delivered And Released Into Gto By The Launch Vehicle. The Afs Continues In Gto While Using Its Reaction Control System To Maintain Attitude During Preparations For The Aerocapture Maneuver. Nasa's Intention Is For The Afs To Complete Less Than Two Full Orbits Before Beginning The Aerocapture Maneuver. near Gto Apogee, The Afs Reaction Control System Delivers The Delta-v Required To Divert The Capsule Along The Flight Path Necessary To Intercept The Earth's Atmosphere And Initialize The Aerocapture Maneuver. the Afs Reaction Control System Continually Adjusts The Capsule's Attitude, Utilizing The Vehicle's Aerodynamic Lift To Maintain Its Flight Path Inside A Pre-planned Corridor Through The Earth's Atmosphere With A Periapsis Of Approximately 65 Km (tbr). after Completing The Atmospheric Flight, The Afs Exits The Earth's Atmosphere In An Elliptical Orbit With An Apoapsis Of Approximately 500 Km (tbr). within 15 Minutes (tbr) After Exiting The Earth's Atmosphere, The Forward Heatshield Of The Afs Aeroshell Is Jettisoned And A Smallsat Is Released Into The New Elliptical Orbit. The Smallsat Utilizes Its Attitude Control System To Attain A Stable Attitude And Prepares For An Apogee Burn To Circularize The Orbit. when The Smallsat Reaches Apogee For The First Time, Its Propulsion System Delivers The Delta-v Necessary To Circularize The Orbit At An Altitude Of 500 Km (tbr). the Smallsat Continues In Its Circular Orbit Until The Flight Data Acquired Throughout The Demonstration Has Been Transmitted To Ground Stations. Successful Transmission Of The Flight Data Signifies The End Of The Demonstration, Subject To Any Spacecraft Disposal Operations Necessary In Accordance With Nasa Orbital Debris Requirements [2, 3]. the Salient Features And High-level Functional Requirements Of The Afs That Are Envisioned To Support The Mission’s Preliminary Concept Of Operations Are As Follows. Since Nasa Is In The Early Stages Of Mission And System Design, These Features And Requirements Are Subject To Change As The Design Matures. The Information Is Provided Herein As A Reference For Vendors To Consider When Evaluating The Mission Concept And Assessing The Capabilities That Vendors May Contribute To The Demonstration Mission In Response To This Request For Information. afs Mass And Volume: The Afs Shall Be A Blunt-body Capsule With A 60° (tbr) Sphere-cone Forebody Geometry. The Aeroshell Backshell Geometry Has Not Been Determined, But Must Provide The Volume To Accommodate The Smallsat, The Afs Reaction Control System, Wiring Harnesses, And Ancillary Systems Required To Perform The Mission. The Afs Shall Possess The Mass And Volume To Be Accommodated On A Single Port Of An Espa Grande [4]. afs Aeroshell: The Aeroshell Shall Be Comprised Of A Forebody Heatshield Structure And A Backshell Structure With Mechanical Provisions To Separate The Two Structures After Completion Of The Aerocapture Maneuver. The Backshell Structure Shall Accommodate A Separation Ring To Attach And Release The Afs From The Espa Grande Port. Either Structure Shall Incorporate The Mechanical Interface To Attach And Release The Smallsat After The Aeroshell Structures Are Separated. The Backshell Shall Incorporate External Mechanical Interfaces For Ground Support Equipment (gse) And Electrical Connections For Battery Charging And Functional Tests Prior To Launch. Devices To Sever Wiring Harnesses Between The Smallsat And Afs Systems Will Be Required, And Depending On The Smallsat's Telecommunications Configuration, An Antenna(s) Mounted To The Backshell Structure May Also Be Needed. aerodynamic Lift Provisions: The Afs Will Control Its Flight Path During The Aerocapture Maneuver By Modulating The Magnitude And/or Direction Of The Entry Capsule's Aerodynamic Lift Vector (e.g., Bank Angle Modulation). The Vehicle's Aerodynamic Lift Is Envisioned To Be Produced By The Capsule Flying At An Angle-of-attack Induced By Either A Center-of-gravity (cg) Offset Or An Asymmetric Aerodynamic Device Such As A Trim Tab. Nasa's Near-term Trade Studies Will Evaluate The Different Methods Of Producing Aerodynamic Lift Considering System Mass, Technological Readiness, Complexity, And Risk. thermal Protection Systems: The Aeroshell Forebody Heatshield And Backshell Shall Include Government-furnished Thermal Protection Systems (tps) To Protect The Afs From The Aerothermal Environments Produced During The Aerocapture Maneuver. The Tps Will Be Designed To Accommodate The Entry System Instrumentation (esi) Described Below And Other Ancillary Systems And Interfaces That Require Tps Penetrations For Installation And/or Operation. entry System Instrumentation: The Government Will Furnish Esi To Be Incorporated Into The Aeroshell Heatshield And Backshell. The Esi Will Be Comprised Of Thermocouples And Pressure Transducers, The Quantities And Locations Of Which Have Not Been Determined, To Measure The Afs Entry Environments During The Aerocapture Maneuver. A Flight Data System Residing On The Smallsat Shall Provide Power To The Esi And Record And Store The Esi Data That Will Be Transmitted To Ground Stations Near The Conclusion Of The Demonstration. afs Reaction Control System: The Afs Shall Incorporate A Reaction Control System With The Capability To Correct For Launch Vehicle Orbit Insertion Dispersions, Deliver The Delta-v To Divert The Afs Into The Intended Earth Atmosphere Interface Conditions For Aerocapture, And Maintain Afs Attitude As Required From Gto Insertion Through The Aerocapture Maneuver To The Point When The Aeroshell Separates And The Smallsat Is Released. afs Smallsat: The Preliminary Demonstration Mission Concept Of Operations Requires The Afs Smallsat To Be Operational For The Full Duration Of The Technology Demonstration Timeline. The Smallsat Shall Provide Power, Avionics And Flight Instrumentation Including An Inertial Measurement Unit (imu), Command And Data Handling (c&dh), Attitude Determination And Control, And Communications For All Mission Phases From Gto Insertion To Data Download And Orbital Debris Mitigation (as Required). The Smallsat Is Required To Interface With External Systems, Such As The Afs Reaction Control System And Esi, To Support The Mission Through The Aerocapture Maneuver, And Then Operate In A Stand-alone Configuration After Being Released From The Aeroshell. to Aid In Continuing The Formulation Of A Mission Design And Developing A Procurement Strategy To Implement The Mission, Nasa Larc Is Conducting Market Research Seeking Sources With Demonstrated Experience To Provide The Following Capabilities To Support The Demonstration Mission. design And Delivery Of The Afs: Design, Fabricate, Integrate, And Test The Afs Including The Aeroshell, Reaction Control System, Smallsat, Separation Systems, And Government-furnished Tps And Esi. Deliver The Afs To The Launch Provider And Support Assembly, Test, And Launch Operations (atlo). mission Design And Navigation: Design Of The Orbital Mechanics And Navigation From The Point The Afs Is Released Into Gto To End-of-mission. Mission Design Will Be Supplemented By Government-furnished Guidance, Navigation And Control (gnc) Software To Control The Afs During The Aerocapture Maneuver. Capabilities Shall Include Experience With Mission Design And Navigation For High-energy Earth Orbits And Missions Returning From Lunar Environs. mission Operations: Establish A Ground Operating System And Conduct Mission Operations For All Phases Of The Demonstration From Launch To Mission Termination. nasa Larc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi), And Members Of The Underserved Communities As Defined By Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For The Earth Aerocapture Technology Demonstration Mission. The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service Disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. interested Firms Possessing One Or More Of The Capabilities Described Above Should Submit A Capability Statement Of No More Than 20 Pages(excluding Cover Page And Table Of Contents) Indicating The Ability To Perform These Aspects Of The Demonstration Mission. Please Include The Following Elements In The Capability Statement. mission Conops Assessment: The Preliminary Mission Conops Described Herein Was Formulated To Advance The Technology Readiness Level (trl) Of Aerocapture And Enable Its Infusion Into Future Planetary Missions. The Conops Includes Multiple Events Requiring Mechanical Separations And Severing Of Wiring Harnesses, And Relies On A Smallsat Capable Of Controlling A Flight System In Two Different Configurations (afs And Stand-alone Smallsat). Provide An Assessment Of The Preliminary Conops Identifying Design Drivers And Risks Relative To Existing State-of-the-art Systems And Your Capabilities And Experience. Please Include An Evaluation Of The Potential Mass And Volume Of The Afs Relative To The Espa Grande Accommodation Requirements. Suggest Changes In The Conops Or The Afs Configuration That Would Substantially Reduce Risk And Cost Without Significantly Compromising The Demonstration Objectives. describe Your Organization's Capability And Experience To Provide A Smallsat Spacecraft And Flight Software That Meets The Mission Requirements. Due To The Anticipated Fast-paced Implementation Of The Mission, Smallsats That Are Nearly "off-the-shelf" Are Considered To Be Advantageous To Mission Success. Include Information On The Smallsat Form Factor, Mass, Accommodation Requirements, And Operational Heritage. Describe The Smallsat Capability To Interface And Manage External Systems Such As The Afs Reaction Control System, And Explain How The Smallsat Would Accommodate The Changes In The Flight System Configuration That Occur During The Mission. describe Your Organization's Capability And Experience To Design And Provide The Afs Aeroshell. Provide Examples Of Aeroshells Of Similar Scale And Mass Utilized For Earth Atmospheric Entry In Previous Missions. Describe The Basic Aeroshell Structural Architecture And Any Unique Features Required By The Mission That Introduce Substantial Risk And Cost. Discuss The Provisions Necessary To Implement The Three Separation Events Required For The Mission Conops: 1) Separation Of The Afs From The Espa Grande, 2) Separation Of The Afs Forebody Heatshield, And 3) Separation Of The Smallsat From The Aeroshell. describe Your Organization's Capability And Experience To Plan And Conduct The Afs Integration And Testing. Include A Description Of Facilities, Ground Support Equipment, And Capabilities For Afs Environmental Testing. Include A Description Of Previous Experience Integrating Thermal Protection Systems Onto Blunt-body Aeroshells And The Installation Of Thermocouple And Pressure Transducer Instrumentation. describe Your Organization's Capability And Experience To Design Missions And Navigation Strategies For Spacecraft In High-energy Earth Orbits Or Returning From The Moon. Include Information On Analysis Tools And Methods And Highlight Any Previous Missions With A Concept Of Operations Similar To The Aerocapture Demonstration Mission. describe Your Organization's Capability To Establish A Ground Operating System And Conduct Mission Operations. Include Information On Existing Infrastructure That Would Be Leveraged For The Mission Including Telecommunications Ground Stations, Mission Operating Centers, And Ancillary Hardware And Software. describe Your Plans For Partnering With Other Organizations To Provide Any Of The Aforementioned Capabilities For The Mission. all Responses Shall Be Submitted Electronically Via Nasa’s Enterprise File Sharing And Sync Box (efss Box), Fedramp Moderate Certified Platform, No Later Than January 15, 2025. Electronic Submissions Shall Not Contain Hidden Formulas, Tables, Be Locked, Be Password Protected, Or Contain Links To Data Not Included In The Electronic Copy. Please Reference The Synopsis Number And “earth Aerocapture Demonstration Rfi” In Any Response. All Responses Shall Be Submitted To: Https://nasagov.app.box.com/f/7cf6c2fec43e4f7b8d1dff31208c6be9. If You Have Any Trouble Submitting Your Response Via Efss Box, Please Contact Stacy Hollis At Stacy.m.hollis@nasa.gov. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. references: [1] "uranus Flagship-class Orbiter And Probe Using Aerocapture," Aiaa 2024-0714, Aiaa Scitech Forum, Orlando, Florida, January 2024. [2] "process For Limiting Orbital Debris," Nasa-std-8719.14c , November 5, 2021. [3] "orbital Debris Mitigation," Nasa-npr-8715.6e, April 18, 2024. [4] "espa User's Guide, The Eelv Secondary Payload Adapter," Moog, Incorporated.

Department Of Agriculture Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 7.2 Million (USD 122.9 K)
Details: Description Invitation To Bid For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Corn Program Intends To Apply The Sum Of Seven Million Two Hundred Thousand Pesos (ᵽ 7,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 With Project Identification No.: Itb-2025-12-061. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 2 Units Recirculating Dryer (6 Tonner) I. Design And Performance Type: Batch Type, Recirculating, Stationary Capacity: 4 To 6 Mt Drying Rate: 2% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 10%, Maximum B. Broken/split Kernels, % Increase: 7%, Maximum C. Hulled/damaged Grain, % Increase, 2% Maximum With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried. Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Power Requirement: Single-phase Electrical Connection, Maximum 5 Kw Rated Power Of All Electric Motors Ii. Heating System Requirement 1. Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired Heating System Efficiency: 90%, Minimum With The Following Components And Accessories: - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive And Heat Resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System 2. Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired Heating System Efficiency: 50%, Minimum With The Following Components And Accessories: - Heat Exchanger: Stainless (ss 201/ss 304, 1.2mm, Minimum) / Fire Tubes (5mm Seamless, Minimum) - Burning Chamber: Made Of Refractory Bricks - Automatic Fuel Feeder: Auger Type - Temperature Control - Compatible Electric Motor For The Heating System Iii. Other Dryer Components And Accessories 1. Pre-cleaner Input Capacity: 4-6 Ton/hr, Minimum Sieve Mechanism: All Parts That Come In Contact With Grain Must Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor" 2. Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i. Or G.i. Sheet. Insulator Material For The Ducting Shall Be Made Of Ceramic Blanket. 3. Dust Collection System Consists Of Cyclone Separator / Collector And Suction Blower. All Ducting Shall Be Fabricated From Sheet Metal And The Connectors Must Be Airtight. 4. Generator Set Rated Power/kva: Minimum 15 Kva Voltage Requirement Compatible To The System Power Supply / Generating System Should Be Brand New And Not Refurbished. At Least Three (3) Years From The Date Of Manufacture To The Date Of Opening Of Bids And With Engrave Serial Number. Provided With Mechanical Transfer Switch (mts) The Electrical Wire, Wire Accessories And Piping To Connect The Power Generating Unit To The Mts And The Dryer Control Panel / System Shall Be Provided By The Bidder With Thermal Insulation And Noise Suppressor. Noise Level: 92db Maximum, If Exceeded, Earmuffs Shall Be Provided For Each Unit. With Protection Or Covering Against Rat Entry (as Per Manufacturer’s Specification) 5. Portable Handheld Moisture Meter Grain: Applicable To Corn Kernel, Paddy/rough Rice And Milled Rice Type: Capacitance Moisture Range: 12-15% Or Wider Accuracy: ±0.5% Or Better Lcd/led Display Battery Operated With Product Brochure Written In English 6. Standard Heavy-duty Tools, Made Of Tempered Steel And Chrome Vanadium Shall Include But Not Limited To The Following: - One Set Socket Wrench (no. 8, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32, Minimum) - One Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) - Electrical Plier: 200mm, Minimum - Screw Driver,: Philips And Flat Head, 300mm Minimum - Grease Gun: 250mm Cylinder Length, Minimum - Mechanical Pliers: 200mm, Minimum - Heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) 7. Air Compressor For Cleaning, Heavy Duty, At Least 120 Psi, 5m Air Hose 8. One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum 9. Provision Of Disposal Cart For The Ashes 10. With Portable, Heavy-duty Weighing Scale, Minimum 150 Kg Weighing Capacity 11. With Collapsible Cover (trapal), Thickness: S200 12. With Bagging Bin With Minimum Capacity Appropriate To The System 13. Non-stainless Material Of The Dryer Shall Be Painted Finish With Rust-proofing Primer And Final Paint Color. Iv. Other Requirements 1. Certification That The Bidder Will Submit A Duly Signed Electrical Plan Of The Drying System Offered (electrical Layout, Schedule Of Loads, General Notes And Specification, And Legends/symbols) By A Registered Professional Engineer As A Condition For Payment 2. Copy Of Equipment Manufacturer Manual Of Drying Unit, Biomass Furnace, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular To Be Presented During Post-qualification Evaluation 3. Copy Of The Brochures For The Drying Unit, Generator Set, Weighing Scale, Portable Handheld Moisture Meter And Air Compressor Are To Be Presented During The Post-qualification Evaluation. 4. With Laminated Reflectorized Vinyl Sticker "da-calabarzon" Logo (254 Mm X 254mm) For The Prescribed Part Of The Dryer And Generator Set, Sticker Specifications: 140 Gsm And Thickness Of 175 Microns, Minimum 5. Manufacturer's Nameplate (engraved In A Metal Sheet) With The Serial Number Of The Machine And Serial Number Of The Power Generating Unit 6. With Valid Amtec Test Result That Conforms To The Pns-paes 201:2015-agricultural Machinery-heated-air Mechanical Dryer-specifications. Separate Amtec Test Report For Both Heating Systems Should Be Provided. 7. Conduct Of Acceptance Testing Of All Units After Complete Installation Is Required Prior To Acceptance And 100% Payment Of The Winning Bidder. 8. Certification From The Bidder That They Shall Provide All Fuel, Raw Materials (corn Kernels) And Technician/operator Needed During Acceptance Testing. 9. Certification From The Bidder That The Offered Unit Is Brand New, Latest Model And Not Rebranded 10. Conformity As To The Technical Specifications Of The Procuring Entity Signed And Sealed By An Agricultural And Biosystems Engineer As Prescribed By The Section 27.1 Of The Ra 10915 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate And Certificate Of Conformity Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. Provision Of After Sales Services: •with One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary •valid Certificate Of Dealership / Distributorship / Authority To Sell And Commitment To Supply Directly Issued By The Dryer Manufacturer Or Distributor To The Bidder •certification From The Supplier That They Will Repair Or Replace The Defective Parts Or Components And Provide After-sales Service Within 72 Hours (3 Days) Upon Receipt Of Complaints (pns/bafs/paes 192:2024) •certification That The Bidder Will Provide Training On The Proper Handling, Operation And Maintenance Of The Dryer And Generator Set For At Least Two (2) Operators Per Beneficiary. 14. Notarized Certificate Of Stock Availability Or Stock Allocation From The National Distributor Or Manufacturer Specifying The Name Of The Project 15. Certification Of Guaranteed Spare Parts Availability For At Least Five (5) Years 16. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. V. Terms Of Payment 85 % Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient Vi. Contract Duration And Delivery Place: Days To Complete Supply, Delivery, Installation And Testing: 60 Calendar Days Delivery Place: Batangas And Quezon Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (ᵽ10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025 9:00 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 January 7, 2025 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee

Department Of Agriculture Tender

Electrical Goods and Equipments...+2Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 14.4 Million (USD 245.8 K)
Details: Description Invitation To Bid For The Procurement Of 4 Units Recirculating Dryer Under Rice Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Rice Program Intends To Apply The Sum Of Fourteen Million Four Hundred Thousand Pesos (ᵽ 14,400,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 4 Units Recirculating Dryer Under Rice Program Fy 2025 With Project Identification No.: Itb-2025-12-057. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 4 Units Recirculating Dryer I. Design And Performance Type: Batch Type, Recirculating, Stationary Drying Rate: 0.8% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 3% Maximum B. Head Rice, % Decrease: 5% Maximum C. Hulled/damaged Grain, % Increase: 2% Maximum With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried. Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Power Requirement: Single-phase Electrical Connection, Maximum Of 5kw Rated Power Of All Electric Motors Provision Of Built-in Automatic Moisture Meter Ii. Heating System Requirement 1. Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired Heating System Efficiency: 90%, Minimum With The Following Components And Accessories: - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive And Heat-resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System 2. Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired Heating System Efficiency: 50%, Minimum With The Following Components And Accessories: - Heat Exchanger: Stainless (ss 201/ss 304, 1.2mm, Minimum) / Fire Tubes (5mm Seamless, Minimum) - Burning Chamber: Made Of Refractory Bricks - Automatic Fuel Feeder: Auger Type - Temperature Control - Compatible Electric Motor For The Heating System Iii. Other Dryer Components And Accessories 1. Pre-cleaner Input Capacity: 4-6 Ton/hr, Minimum Sieve Mechanism: All Parts That Come In Contact With Grain Must Be Made Of Non-corrosive And Food Grade Material Eg., Stainless Steel 304 Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor" 2. Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i. Or G.i. Sheet. Insulator Material For The Ducting Shall Be Made If Ceramic Blanket. 3. Dust Collection System Consists Of Cyclone Separator / Collector And Suction Blower. All Ducting Shall Be Fabricated From Sheet Metal And The Connectors Must Be Airtight. 4. Generator Set Rated Power/kva: Minimum 15 Kva Voltage Requirement Compatible To The System Power Supply / Generating System Should Be Brand New And Not Refurbished. At Least Three (3) Years From The Date Of Manufacture To The Date Of Opening Of Bids And With Engrave Serial Number. Provided With Mechanical Transfer Switch (mts) The Electrical Wire, Wire Accessories And Piping To Connect The Power Generating Unit To The Mts And The Dryer Control Panel / System Shall Be Provided By The Bidder With Thermal Insulation And Noise Suppressor. Noise Level: 92db Maximum, If Exceeded, Earmuffs Shall Be Provided For Each Unit. With Protection Or Covering Against Rat Entry (as Per Manufacturer’s Specification) 5. Portable Handheld Moisture Meter Grain: Applicable To Paddy/rough Rice And Milled Rice Type: Capacitance Moisture Range: 12-15% Or Wider Accuracy: ±0.5% Or Better Lcd/led Display Battery Operated With Product Brochure Written In English 6. Standard Heavy-duty Tools, Made Of Tempered Steel And Chrome Vanadium Which Shall Include But Not Limited To The Following: - One Set Socket Wrench (no. 8, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32, Minimum) - One Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) - Electrical Plier: 200mm, Minimum - Screw Driver,: Philips And Flat Head, 300mm Minimum - Grease Gun: 250mm Cylinder Length, Minimum - Mechanical Pliers: 200mm, Minimum - Heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) 7. Air Compressor For Cleaning, Heavy Duty, At Least 120 Psi, 5m Air Hose 8. One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum 9. Provision Of Disposal Cart For The Ashes 10. With Portable, Heavy-duty Weighing Scale, Minimum 150 Kg Weighing Capacity 11. With Collapsible Cover (trapal), Thickness: S200 12. With Bagging Bin With Minimum Capacity Appropriate To The System 13. Non-stainless Material Of The Dryer Shall Be Painted Finish With Rust-proofing Primer And Final Paint Color. Iv. Other Requirements 1. Certification That The Bidder Will Submit A Duly Signed Electrical Plan Of The Drying System Offered (electrical Layout, Schedule Of Loads, General Notes And Specification, And Legends/symbols) By A Registered Professional Engineer As A Condition For Payment 2. Copy Of Equipment Manufacturer Manual Of Drying Unit, Biomass Furnace, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular To Be Presented During Post-qualification Evaluation 3. Copy Of The Brochures For The Drying Unit, Generator Set, Weighing Scale, Portable Handheld Moisture Meter And Air Compressor Are To Be Presented During The Post-qualification Evaluation. 4. With Laminated Reflectorized Vinyl Sticker "da-calabarzon" Logo (254 Mm X 254mm) For The Prescribed Part Of The Dryer And Generator Set, Sticker Specifications: 140 Gsm And Thickness Of 175 Microns, Minimum 5. Manufacturer's Nameplate (engraved In A Metal Sheet) With The Serial Number Of The Machine And Serial Number Of The Power Generating Unit 6. With Valid Amtec Test Result That Conforms To The Pns-paes 201:2015-agricultural Machinery-heated-air Mechanical Dryer-specifications. Separate Amtec Test Report For Both Heating Systems Should Be Provided. 7. Conduct Of Acceptance Testing Of All Units After Complete Installation Is Required Prior To Acceptance And 100% Payment Of The Winning Bidder. 8. Certification From The Bidder That They Shall Provide All Fuel, Raw Materials (palay) And Technician/operator Needed During Acceptance Testing. 9. Certification From The Bidder That The Offered Unit Is Brand New, Latest Model And Not Rebranded 10. Conformity As To The Technical Specifications Of The Procuring Entity Signed And Sealed By An Agricultural And Biosystems Engineer As Prescribed By The Section 27.1 Of The Ra 10915 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate And Certificate Of Conformity Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. Provision Of After Sales Services: •with One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary •valid Certificate Of Dealership / Distributorship / Authority To Sell And Commitment To Supply Directly Issued By The Dryer Manufacturer Or Distributor To The Bidder •certification From The Supplier That They Will Repair Or Replace The Defective Parts Or Components And Provide After-sales Service Within 72 Hours (3 Days) Upon Receipt Of Complaints (pns/bafs/paes 192:2024) •certification That The Bidder Will Provide Training On The Proper Handling, Operation And Maintenance Of The Dryer And Generator Set For At Least Two (2) Operators Per Beneficiary. 14. Notarized Certificate Of Stock Availability Or Stock Allocation From The National Distributor Or Manufacturer Specifying The Name Of The Project 15. Certification Of Guaranteed Spare Parts Availability For At Least Five (5) Years 16. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. V. Terms Of Payment 85 % Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient Vi. Contract Duration And Delivery Place: Days To Complete Supply, Delivery, Installation And Testing: 120 Calendar Days Delivery Place: Laguna, Rizal And Quezon Delivery Of The Goods Is Required Of 120 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). I. 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. 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. Ii. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Iii. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (ᵽ 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025, 9:00 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 January 7, 2025, 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee

Bukidnon State University Tender

Laboratory Equipment and Services
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 870.8 K (USD 14.9 K)
Details: Description 31755 Unit Alcohol Burner Lamp Approx. Capacity: 50ml-150 Ml Glass Alcohol Burner For Lab And Craft. Ahot, Clean Burning Flame With Ordinary Denatured Alcohol Approx.height(mm):118 10 150.00 1,500.00 31765 Piece Binoculars Large Aperture Binoculars With 70mm; Objective Lens -25x Magnification 5 2,200.00 11,000.00 31767 Piece Bottle, 100ml 100mlw/ Screw Cap, Clear, Glass 10 450.00 4,500.00 31768 Piece Bottle, 500ml 500mlw/ Screw Cap, Clear, Glass 10 691.50 6,915.00 31771 Liter Chlorine Bleach (sodium Hypochlorite), 10l 10l 5 3,705.25 18,526.25 31772 Liter Chlorine Bleach (sodium Hypochlorite), 2.5l 2.5l 5 900.00 4,500.00 31773 Liter Chlorine Bleach (sodium Hypochlorite), 500ml 500ml 5 230.00 1,150.00 31776 Piece Culture Dishes (glass) 101 X 20 Mm Cell Culture Dishes,nominal Volume: 100 Ml Working Volume: 16 Ml - 17 Ml, 20 225.00 4,500.00 31777 Piece Culture Dishes (plastic) 100 X 20 Mm Cell Culture Dishes Growth Area: 58 Cm² Nominal Volume: 100 Ml Working Volume: 16 Ml - 17 Ml 20 75.00 1,500.00 31778 Piece Culture Tube Racks Array 10 X 5 Holds Tubes(13 To 16 Mm) Foruse With (application) Holding And Pouring Out The Contents Of Tubes Material Abs Plastic Type Locking Test Tube Rack Autoclavable Rack 50holes, Round, With Silicon Rubble Gasket Good For Tubes Diameter 10mm-18mm Test Tubes 10 287.25 2,872.50 Overall Size: 25x13x 5cm / 9.8" X 5.1" X 1.9"(l*w*h) Approx Weight 270g / 9 Oz 31779 Piece Culture Tubes 16 Mm × 100 Mm With Screw Caps 16mm × 100 Mm With Screw Caps 10 126.00 1,260.00 31780 Piece Culture Tubes 16 Mm × 125 Mm With Screw Caps 16mm × 125 Mm With Screw Caps 10 136.00 1,360.00 31781 Piece Culture Tubes 20 Mm × 150 Mm With Screw Caps 20mm × 150 Mm With Screw Caps 10 170.25 1,702.50 31782 Piece Culture Tubes 25 Mm × 200 Mm With Screw Caps 25mm × 200 Mm With Screw Caps 10 145.00 1,450.00 31783 Unit Digital Ph Meter Function ;- Ph, Conductivity And Temp. Powerrequired :- 9 V Battery Warming Time :- Instant Weight:- 800 Gm. (approx.) Body :- Abs Dimension :- 70 Mm (h) X 160 Mm (w) X 115 Mm (l) Approx Accessories:- Temperature Probe, Buffer Tablets For 9.20, 7.00, 4.00 Ph, Screwdriver And Carry Case 1 26,300.00 26,300.00 31791 Unit Electric Dissecting Microscope Eyepiece Details Magnification: Wf10x Eyepiece, 3.5x-90x Magnification, 0.7x-4.5x Objective Power, 0.5x And 2.0x Barlow Lenses, 80-bulb Pring Style With Built-in Dimmer. Single Arm Boom Stand; Light Source-led;colr White;lxwxh-"19x17x16";includes Power Supply, Filter, Dust Cover, Instructon Manual And Fuse. 5 43,000.00 215,000.00 31793 Piece Erlenmeyer Flasks 1000ml 1000ml 10 860.00 8,600.00 31794 Piece Erlenmeyer Flasks 2000ml 2000ml 5 1,500.00 7,500.00 31795 Piece Erlenmeyer Flasks 4000ml 4000ml 5 4,500.00 22,500.00 31803 Piece Forcep Straight Forceps-20cm Normal Tip Straightforceps-20cm Normal Tip 10 956.50 9,565.00 31804 Piece Forcep Straight Forceps-23cm Long Small Tip Straightforceps-23cm Long Small Tip 10 1,090.00 10,900.00 31805 Piece Forcep Straight Forceps-25cm Long Small Tip Straightforceps-25cm Long Small Tip 10 1,600.00 16,000.00 31806 Piece Forcep Straight Forceps-25cm Normal Tip 10 1,320.00 13,200.00 Appendix 60 Straightforceps-25cm Normal Tip 31807 Piece Forcep Straight Forceps-30cm Normal Tip Straightforceps-30cm Normal Tip 10 1,700.00 17,000.00 31809 Piece Glass Pipettes 10ml 10ml 10 248.00 2,480.00 31810 Piece Glass Pipettes 1ml 1ml 10 195.00 1,950.00 31811 Piece Glass Pipettes 25ml 25ml 10 392.67 3,926.70 31812 Piece Glass Pipettes 5ml 5ml 10 250.50 2,505.00 31832 Piece Lab Markers Laboratory Alcohol Resistant Oily Test Tube Waterproof (black) Laboratoryalcohol Resistant Oily Test Tube Waterproof (black) 20 372.00 7,440.00 31833 Piece Lab Markers Laboratory Alcohol Resistant Oily Test Tube Waterproof (blue) Laboratoryalcohol Resistant Oily Test Tube Waterproof (blue) 20 372.00 7,440.00 31834 Piece Lab Markers Laboratory Alcohol Resistant Oily Test Tube Waterproof (red) Laboratoryalcohol Resistant Oily Test Tube Waterproof (red) 20 372.00 7,440.00 31835 Unit Magnetic Stirrer With Hot Plate Heating Temperature Rangeroom Temp: +5ºc-380ºc Over Heat Protection: 420ºc Temperature Display Accuracy: ±0.1ºc Externaltemperature Sensor: Pt1000 (accuracy ±0.5ºcj) Control Accuracy Of Sensor: ±20rpm, * Free Installation & Configuration Per Unit. * Free Labor & Materials Needed For Installation Per Unit. 5 5,000.00 25,000.00 31841 Pack Microcentrifuge Tubes (2ml) 2ml- 100 Pieces Per Pack (approx_ 2 802.25 1,604.50 31851 Piece Petri Dish Cultivation Area: 9.2 Cm?? Internal Diameter: 34 Mm Dimensions (diam. X H): ?? 40 X 11 Mm Delivered In 20 Pcs P Cultivation Area: 9.2 Cm?? Internal Diameter: 34 Mm Dimensions (diam. X H): ?? 40 X 11 Mm Delivered In 20 Pcs P 10 390.25 3,902.50 31852 Piece Petri Dish Cultivation Area: 9.2 Cm² Internal Diameter: 34 Mm Dimensions (diam. X H): Ø 40 X 11 Mm Delivered In 20 Pcs Per Pack. Cultivation Area: 9.2 Cm² Internal Diameter: 34 Mm Dimensions (diam. X H): Ø 40 X 11 Mm Delivered In 20 Pcs Per Pack. 10 380.00 3,800.00 31853 Piece Pipette Pipette Tip 1000ul, Sterile, With Rack 10 1,300.00 13,000.00 31854 Unit Plant Tissue Dna Extraction Kit Tissuedisruption Tubes;mb Spin Columns;buffers;collection Tubes (1.5 & 2ml), For 50 Preps. /superior Pcr Performance With Patented Inhibitor Removal Technology (itr), Rapid Extraction Of Ready-to-use Dna, No Organic Extraction, No Ethanol Precipitation, Highly Efficient Lysis And Release Of Dna 1 26,500.25 26,500.25 From Tough Plant Materials And Associate Plant Pathogens, * Free Installation & Configuration Per Unit. * Free Labor & Materials Needed For Installation Per Unit. 31863 Piece Ptc Agar 500g 500g 5 5,950.75 29,753.75 31870 Box Scalpel Blades Surgical Blades Surgical Blades 2 660.00 1,320.00 31871 Piece Scalpel Handles 5" Length Approx 5" Length Approx 20 125.00 2,500.00 31872 Piece Scalpel Handles 8" Length Approx 8" Length Approx 20 185.25 3,705.00 31876 Set Stir Bar Retriever Easily Recover Stirring Bars From Containers Using The Spinbar® Magnetic Retriever. Offered In Two Different Lengths (12" And 18"), Each Retriever Has A Polyethylene Rod, 9.5 Mm Diameter, With Alnico Magnet Sealed In One End And Loop On Opposite End, * Free Installation & Configuration Per Unit. * Free Labor & Materials Needed For Installation Per Unit. 1 894.25 894.25 31877 Piece Stir Bars Stirring-bar-teflon-octagon2"x5/16" Diameter: 5/16 In, Length: 2 In, Alnico Magnet Encapsulated In Fda Grade 5 660.00 3,300.00 31884 Piece Test Tube Holder Stainless, Laboratory Test Tube Holder Clamp 20 90.00 1,800.00 31885 Piece Test Tubes 10 X 75 Mm, 3ml Volume Material Made Of Glass 10 X 75 Mm, 3ml Volume Material Made Of Glass 10 75.25 752.50 31886 Piece Test Tubes 12 X 75 Mm Material Made Of Glass 12 X 75 Mm Material Made Of Glass 10 95.50 955.00 31887 Piece Test Tubes 13 X 100 Mm Material Made Of Glass 13 X 100 Mm Material Made Of Glass 10 122.25 1,222.50 31888 Piece Test Tubes 15 X 125 Mm Material Made Of Glass 15 X 125 Mm Material Made Of Glass 10 160.25 1,602.50 31889 Piece Test Tubes 18 X 150 Mm Material Made Of Glass 18 X 150 Mm Material Made Of Glass 10 196.75 1,967.50 31890 Piece Test Tubes 25 X 150 Mm Material Made Of Glass 25 X 150 Mm Material Made Of Glass 10 263.00 2,630.00 31891 Piece Tissue Culture Brushes Material:nylon Weight: 7g Approx Size: 110mm, Dimension: 2cm X 2cm X 18cm Approx 10 994.45 9,944.50 31892 Piece Tissue Culture Glass Jars 150ml With Cap 10 200.00 2,000.00 150mlwith Cap 31893 Piece Tissue Culture Glass Jars 300ml With Cap 300mlwith Cap 10 255.00 2,550.00 31894 Piece Tissue Culture Glass Jars 500ml With Cap 500mlwith Cap 10 296.25 2,962.50 31895 Piece Tissue Culture Glass Jars 50ml With Cap 50mlwith Cap 10 174.25 1,742.50 31896 Pack Tissue Culture Plates 100mm Material Made Of Glass 100mmmaterial Made Of Glass 10 1,000.00 10,000.00 31897 Pack Tissue Culture Plates 150mm Material Made Of Glass 150mmmaterial Made Of Glass 10 1,025.50 10,255.00 31898 Pack Tissue Culture Plates 35mm Material Made Of Glass 35mmmaterial Made Of Glass 10 804.00 8,040.00 31899 Pack Tissue Culture Plates 60mm Material Made Of Glass 60mmmaterial Made Of Glass 10 815.75 8,157.50 31900 Unit Tissue Culture Rack Tissue Culture Rack Made Out Of Mild Steel Slotted Angle Frame Duly Powder Coated. Distance Between Shelves To Shelves Is 16 To 18 Approximate Size Of Each Shelf Is 48 X 18 / 48 X 24 / 72x 18 Four 36 / 40 Watt Flicker Free Fluorescent Light (with Electronic Ballast) Per Culture Shelve For Each Rack, * Free Installation & Configuration Per Unit. * Free Lab Tissue Culture Rack Made Out Of Mild Steel Slotted Angle Frame Duly Powder Coated. Distance Between Shelves To Shelves Is 16 To 18 Approximate Size Of Each Shelf Is 48 X 18 / 48 X 24 / 72x 18 Four 36 / 40 Watt Flicker Free Fluorescent Light (with Electronic Ballast) Per Culture Shelve For Each Rack, * Free Installation & Configuration Per Unit. * Free Lab 5 49,000.00 245,000.00 31904 Piece Wash Bottles 500ml, Material: Low Density Polyethylene 500ml,material: Low Density Polyethylene 10 150.00 1,500.00

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, 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. this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0188. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation. this Is A Solicitation For Centrella Beds With Accessories. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02 Effective January 03, 2025. this Solicitation Is 100% Set-aside For Small Business. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113, With A Small Business Size Standard Of 800 Employees, And The Psc Is 6530. all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Hillrom Centrella For The Following: equipment Needed: items: Brand Name Or Equal To Hillrom Centrella item # description/part Number* qty Price Extended Amount 1 centrella Bed With Pro Surface cnt 255 3 2 centrella Smart+ Bed With Max Air Surface And Blower cnt 355 8 3 bed Base cnt Base 11 4 nurse Call In Siderail 11 5 accessory Outlet 11 6 patient Helper Bracket 11 7 osi Patient Helper Sleeve 11 8 pro Surface For 36 Inch Frame 3 9 safeview With Illumiguide 3 10 second Lcd Touchscreen 3 â  Subtotal (products) â  salient Characteristics max Air Feature Must Have Powered Air Mattress That Operates Continuously To Decrease Localized Heat And Moisture Buildup. Allows For Continuous Full-body Pressure Redistribution For Patients 70 To 500 Pounds, Automatically Adjusts The Air System To Accommodate Changes Weight Distribution. ability To Override And Increase Firmness For Patient Transfers Or Adjust Patient Position. ability To Adjust For Patient Comfort, With 2 Zones, Which Can Be Adjusted Separately. gci Touchscreen Must Be Located On The Outside Of The Head Rails For Quick Caregiver Access To Patient And Bed Status As Well As Other Bed Controls. Approximate Size 4x5 Inches must Include Bed Exit Silence Alarm Exit Alarm Settings To Include Silence, Auto Reset, And Visual And Audible Safety Prompts. brake Not Set Alarm Must Have Option For Spoken Verbal Safety Alert To Caution Caregiver And Patient In A Non-alarming Manner. one Button Chair One Button Control To Convert A Flatbed Into A Cardiac Chair. must Include Battery Backup - 12 Volt, 7 Mil Amp Hour Batteries X 2 digital Angle Indicator Digital Angle Indicator Gives The Specific Reading Of The Angle Of Bed If Trendelenburg Or Reverse Trendelenburg Positioning Is Needed. Must Reach 18 Degrees. must Have Built In Line And Cord Management - Cutouts For Electrical Cord Or Monitor Cable Management For Use During Transporting. Must Be Located Within The Head And Footboards Or Alternative Built-in To The Bed, Not Hanging. must Have 4 Iv Pole Sockets - Sized For Standard Hospital Iv Poles. 2-4 Bag Capacity. must Include Integrated Restraint Holders - Sized For Standard Belt Restraints. must Have Lockout Controls Ability To Lock Controls. must Have Drainage Bag Holder Ability To Hold Up To 20 Pounds. must Have Smart Bed Ready (sidecom Req) - Up To 32 Patients Safety And Bed Matrices To Be Transmitted To Caregiver Devices (such As Smart Phones, Vocera, Etc) And/or Vista Or Cerner Emr must Have Wi-fi Module must Have Enhanced 3-mode Bed Exit - Includes Silence, Auto Reset And Visual And Audible Safety Prompts. must Have Motion Activated Nightlight must Include Stand Assist - Height Adjust Buttons To Aid In Safely Lifting The Patient Onto Their Feet advanced Slideguardâ® Feature - Reduces Patient Migration In Bed When The Head Of The Bed Is Raised must Include Foley Position Limit - Monitors And Alerts If A Foley Bag Is Touching The Floor patient Hob Angle Display - Digital Head Of Bed Angle Indicator Gives The Specific Reading Of The Angle Of The Head trend/rev Trendelenburg Ranges From 0-18 Degrees. 18 Degrees Required. dampened Emergency Cpr - Ability To Quickly And Safely Lower The Head Section To A Flat Position In Case Of A Code. Ability To Access From Both Sides Of The Bed. must Have Patient Storage In Siderail - Sized To Hold Items Such As Smart Phone, Reading Glasses, Books/magazines. must Have Integrated Urinal Holders Ability To Hold Any Sized Urine Collection Bottle That Is Filled. flexafoot Powered Bed Extend Must Have Powered Bed Length Extension. must Have Steer Caster Font Left Caster Can Be Locked For Steering 36 Inch Frame Width Required in-bed Scale Must Have Ability To Weight Up To 500 Pounds usb Charger Required 2nd Lcd Touchscreen Required patient Pendant - Moveable Bed Control That Allows The Patient Easy Access To Adjust The Bed S Head And Foot Sections. Approx. Size Is 3 X 5 . removable Iv Pole must Have Verbal Alerts Verbal Safety Alerts Such As Brake Not Set, Your Care Team Has Been Called, Please Don T Get Up, Etc. Able To Set 6 Different Languages. additional Information Sought: warranty Please Describe The Offered Warranty. place Of Manufacture Please Provide The Place Of Manufacture. 52.211-6â brand Name Or Equal. as Prescribed Inâ 11.107(a), Insert The Following Provision: brand Name Or Equalâ (aug 1999) (a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation. (b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must- (1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number; (3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And (4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer. (d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation. (end Of Provision) delivery Fob Destination Is Preferred, 30 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Portland Va Medical Center Point Of Contact. place Of Delivery: department Of Veterans Affairs portland Va Medical Center community Living Center 1601 E 4th Plain Blvd vancouver, Wa 98661 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products addendum To Far 52.212-1 Instructions To Offerors Commercial 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (aug 2020) 52.204-20 predecessor Of Offeror (aug 2020) 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.211-6 brand Name Or Equal (aug 1999) 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) 52.222-50 combatting Trafficking In Persons (nov 2021) 52.225-3 buy American-free Trade Agreements-israeli Trade Act (nov 2023) 52.225-18 place Of Manufacture (aug 2018) 52.252-1 provisions Incorporated By Reference (feb 1998) vaar Provisions: 852.239-75 information And Communication Technology Accessibility Notice (feb 2023) (a) Gray Market Items Are Original Equipment Manufacturers (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. No Remanufactures Or Gray Market Items Will Be Acceptable. (b) 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. 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. (c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. 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. (d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. (e) 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 Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations. (f) 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. (g) 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. (end Of Addendum To 52.212-1) far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers: special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement: sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation. price (a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. 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. all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov). the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018) addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum: http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) 52.204-13 system For Award Management Maintenance (oct 2018) 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) 52.225-4 buy American-free Trade Agreements-israeli Trade Act Certificate (nov 2023) 52.232-40 providing Accelerated Payments To Small Business Subcontractors (dec 2013) 52.252-2 clauses Incorporated By Reference (feb 1998) vaar Clauses: 852.203-70 commercial Advertising (may 2018) 852.212-71 gray Market Items (nov 2018) 852.232-72 electronic Submission Of Payment Requests (nov 2018) 852.239-76 information And Communication Technology Accessibility (feb 2023) 852.242-71 administrative Contracting Officer (oct 2020) 852.246-71 rejected Goods (oct 2018) 852.247-71 delivery Location (oct 2018) 852.247-73 packing For Domestic Shipment (oct 2018) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (may 2024) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E. Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kapersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) Section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78) (19 U.s.c. 3805 Note)). the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference: 52.203-17 52.204-10 52.204-27 contractor Employee Whistleblower Rights (nov 2023) reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note) prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328) 52.209-6 protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) (31 U.s.c. 6101 Note) 52.219-6 52.219-28 notice Of Total Small Business Set-aside (noiv 2020) post Award Small Business Program Representation (feb 2024) (15 U.s.c 632(a)(2)) 52.222-3 52.222-19 convict Labor (jun 2003) (e.o. 11755) child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) 52.222-21 prohibition Of Segregated Facilities (apr 2015) 52.222-26 52.222-35 equal Opportunity (sep 2016) (e.o. 11246) equal Opportunity For Veterans (jun 2020) 52.222-36 52.222-37 equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) employment Reports On Veterans (jun 2020) 52.222-50 combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627) 52.225-3 buy American-free Trade Agreements-isreali Trade Act (nov 2023) 52.225-13 restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury) 52.226-8 52.232-33 encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332) all Quoters Shall Submit According To The Following: quotes Must Be Emailed To Maureen.sundstrom@va.gov And Received No Later Than 3:00 Pm Pst On 01/21/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include The Completed Buy American Certificate 52.225-4 Available Below, And, If Not The Manufacturer, An Authorized Distributor Letter. Any Offer That Does Not Provide The Following Supporting Documentation May Be Considered Non-responsive. Required Supporting Documentation And Information: buy American Certificate authorized Distributor Letter If Not The Manufacturer certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above delivery Date the Government Intends To Make Award Without Discussions. for Information Regarding The Solicitation, Please Contact Maureen Sundstrom At Maureen.sundstrom@va.gov. a.1 52.225-4 Buy American-free Trade Agreements-israeli Trade Act Certificate (nov 2023) (a)â (1)â theâ offerorâ certifies That Eachâ end Product, Except Those Listed In Paragraph (b) Or (c)(1) Of This Provision, Is A Domesticâ end Productâ and That Each Domesticâ end Productâ listed In Paragraph (c)(2) Of This Provision Contains A Criticalâ component. (2)â the Terms "bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Product," "commercially Available Off-the-shelf (cots) Item," "criticalâ component," "domesticâ end Product," "end Product," "foreignâ end Product," "free Trade Agreement Country," "free Trade Agreement Countryâ end Product," "israeliâ end Product," And "united States" Are Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act." (b)â theâ offerorâ certifies That The Followingâ suppliesâ are Free Trade Agreement Countryâ end Productsâ (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Products) Or Israeliâ end Productsâ as Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act": free Trade Agreement Countryâ end Productsâ (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Products) Or Israeliâ end Products: line Item No. country Of Origin [list As Necessary] (c)â (1)â theâ offerorâ shallâ list Thoseâ suppliesâ that Are Foreignâ end Productsâ (other Than Those Listed In Paragraph (b) Of This Provision) As Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act." Theâ offerorâ shallâ list As Other Foreignâ end Productsâ those Endâ productsâ manufactured In Theâ united Statesâ that Do Not Qualify As Domesticâ end Products. For Those Foreignâ end Productsâ that Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, Theâ offerorâ shallâ also Indicate Whether These Foreignâ end Productsâ exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No .â other Foreignâ end Products: line Item No. country Of Origin exceeds 55% Domestic Content (yes/no) [list As Necessary] (2)â theâ offerorâ shallâ list Theâ line Item Numbersâ of Domesticâ end Productsâ that Contain A Criticalâ componentâ (see Farâ 25.105). line Itemâ no.â ___ [list As Necessary] (d)â the Government Will Evaluateâ offersâ in Accordance With The Policies And Procedures Ofâ partâ  25â of The Federalâ acquisitionâ regulation. (end Of Provision) mandatoryelectronicinvoicing va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December 27, 2012. The Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below: facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below: va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electron Icinvoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org). vendor E-invoice Set-up Information: please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below: tungsten E-invoice Set Up Information:1-877-489-6135 tungsten E-invoice Email:va.registration@tungsten-network.com fsc E-invoice Contact Information:1-877-353-9791 fsc E-invoice Email:vafsccshd@va.gov

Toušice village Tender

Others
Czech Republic
Closing Date24 Jan 2025
Tender AmountCZK 2.4 Million (USD 99.3 K)
Details: Installation of PV on Public Buildings - Municipality of Toušice. Bidders shall prepare a bid according to the specified documents for calculating the price. The bid price for each action shall be indicated in Annex No. 2, and also in Annex No. 4, the competitive bid price is then the sum of all 5 prices of individual actions 1) to 5). The competitive price shall contain the contract implementation documentation prepared by the supplier. At the same time, the contracting authority recommends a visit to the place of performance, which it offers only individually in the call. Important!!!!! Within the framework of the Resiii/2022 call, the usable value of the battery was defined for the batteries, not the nominal one, we ask the participants to respect this condition. The contract includes the so-called. "preparatory work" - See below: - For the avoidance of doubt and to avoid any questions regarding the clarification of this tender documentation, the contracting authority emphasizes that this public contract is awarded with reference to the Design and Build form. - The tenderers are obliged to state their bid price in Annex No. 4 - Cover sheet of the tender, which will be part of their tender. - Annex No. 3 - Study - Basis for preparing the tender for actions 1) to 5) is with reference to the Design and Build form (design and build) the entire scope of the public contract documentation for construction works and the list of construction works, supplies and services for the preparation of the implementation documentation

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: This Request For Information (rfi)/sources Sought disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far Part 15.201(e). sources Sought Description this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 561621. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 15 Network Contracting Office, Is Seeking Sources That Can Provide The Following: contractor Shall Provide The Maintenance Of The Va Police Security System And Repair The Security System As Required By The Statement Of Work (sow) At The Va Medical Center, St. Louis, Missouri (herein After Referred To As Vamc). the Vamc St. Louis Has Two Divisions Located As Follows: John Cochran Division (jc), 915 North Grand Blvd., St. Louis, Mo 63106 And Jefferson Barracks Division (jb), #1 Jefferson Barracks Drive, St. Louis, Mo 63125. it Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Brand Name. if You Are Interested And Are Capable Of Providing The Sought-out Services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? is Your Company Considered Small Under The Naics Code Identified Under This Rfi? are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? does Your Company Have An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Above? If So, Please Provide The Contract Number. please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described Above. please Provide Your Uei Number. responses To This Notice Shall Be Submitted Via Email To James Hogue At James.hogue@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5th At 1700 Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. statement Of Work security System Maintenance i. Description this Service Contract Requires The Furnishing Of All Labor, Material, Equipment, Supervision, Management, Tools, Transportation, And Supplies For The Complete Maintenance And Corrective Maintenance Services To The Security System At The John Cochran (jc) Division And Jefferson Barracks (jb) Division Of The Va Medical Center (vamc), St. Louis, Missouri. a. Contractor Shall Furnish All Labor For Normal, Routine And Emergency Maintenance, 24 Hours Per Day, 365 Days A Year. b. The Contractor Is Responsible For Providing Field Updates To As-built Drawings And Associated Documentation As Tests And Maintenance Is Performed. The As-built Drawings Will Be Provided By The Vamc For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 31 Of This Document. c. All Material Used In The Course Of Normal, Routine And Emergency Corrective Maintenance, Testing And Inspections Are Included; Except See Vandalism, Paragraph Iii. All Parts Shall Be Of Current Manufacturer And Shall Have Full Versatility/compatibility With Presently Installed Equipment. All Replacement Parts For Access Control Must Be Fips 201 Compliant. Stl Va Is Currently Using A 75-bit Card For The Va Piv Credential. d. Any Material Provided Outside This Contract For Adds, Moves, Changes, Act Of God, Etc., Will Be Provided To The Vamc At The Contractor S Preferred Customer Rate For Labor And Materials. e. In Addition; The Contractor Is Required To Provide The Below Listed Administrative Duties For The St Louis Medical Center: (1) Create C*cure Reports Requested By The Various Services. Update Schedules Of Reports And Report Parameters. Update Reports As Equipment Is Added Or Deleted. Approximately 3 Hours Per Month. (2) Add And Delete C*cure Operators As Needed. Minimal Amount Of Time (maybe Once Every Three Months) (3) Manage Active Directory To Include Adding And Deleting Users And Resetting Passwords. Minimal Amount Of Time (maybe Once Every Three Months) (4) Maintain Cisco Equipment For Campus Interconnection. (5) Provide Preventative Maintenance On Access Control, Video And Intercom System To Reduce Downtime Of Same. Minimum Of 16 Hours Per Week. (6) Will Be Required To Maintain A Bench Stock Of Spare Parts Provided By The Va Medical Center To Be Used In Emergency Situations (7) Will Be Required To Maintain Four Client Pcs And Four Servers, Including Keyboards, Mice And Speakers. (8) As New Buildings Come Online Under The Jb And Jc Major Construction Projects The Contractor Will Be Responsible For The Initial Entry Of All The Security Related Hardware (to Include Istars, Card Readers, Receivers, Relays, Duress Buttons Etc.) In The Master Application Server And The Satellite Server. In Addition; The Contractor Will Be Responsible For Adding All The New Video Surveillance Equipment Into The March Networks System ii. Quality Control: all Employees Of Vendor And Subcontractors Working On Site Shall Comply With Va Security Management Program And Obtain Permission Of The Va Police, Be Identified By Project And Employer, And Restricted From Unauthorized Access. All Contractors Who Work On Site Must Have A Photo Id Badge Issued By The Va Police. Applicants For An Id Badge Will Be Required To Provide Personal Data And Undergo A Background Check. contractor S Service Technicians Used To Meet The Requirements Of A-e Below Shall Reside Within A 1.25-hour Radius Of The Spot Located Directly Between The Two Locations: a. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Factory Trained And Certified In The Software House Ccure 9000, And No Less Than Three (2) Employees Who Have Successfully Passed The Software House Ccure 9000 Advanced Integrator Certification. b. Contractor Must Have One (1) Or More Software House Ccure 9000 Enterprise Architecture Certified Technicians, Competent In The Commissioning, Programming And Maintenance Of A Ccure 9000 Mas/sas Configuration. c. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Who Are Factory Trained And Certified In The March Networks R5 Platforms. d. Contractor Shall Have At Least One Employee Who Is Factory Certified In The Stentofon Alphacom Intercom System. e. The Contractor Shall Have At Least Two Employees Who Are Factory Certified On The Salto Locking Computer Software Program, And The Associated Hardware Installed. f. The Contractor Shall Insure That They Have At Least One Certified Technician Available 24/7 365 Days A Year That Lives Within A 1.25 Hours Radius Of Both The Jc And Jb Campus . iii. General Maintenance Requirements: system Components: the System Includes Components Of The System, Both Audio And Visual, Including But Not Limited To Motion Detectors, Wiring, Circuitry, Duress Buttons, Electronic Cameras, Monitors, Nvr S, Switches, Alarms, Card Readers, Computers, Boards, Intercoms, Equipment For Data Transmission And Storage And Other Items Described Herein At The Jc And Jb Divisions Of The Va Medical Center. all Components And Accessories Of The System Will Be Covered Under This Service Contract. all Systems Shall Be Left Functional At The Close Of Each Workday. a. Network all Devices Supported As Part Of This Contract Reside On The Security Network. This Includes But Is Not Limited To Fiber Optics Converters, Switches, Ups S, Csu/dsu S And All Other Devices To Make A Complete And Working, Full Gigabit Backbone, Security Network. The Network Includes The Link Between Campus Dedicated To Use By The Security Systems. b. Access Control System the Access Control System Is A Ccure 9000. this Includes, But Is Not Limited To: Access Control Panel, Panel Power Supplies, Lock Power Supplies, Card Reader, Request To Exit Devices, Door Position Switches And Electronic Locking Hardware. electronic Locking Hardware Including Maglocks, Electric Strikes, Electrified Locksets, Delayed Egress Hardware, Electric Latch Retraction, And Electric Trim Devices. the System Is Used To Monitor Certain Alarms. Devices To Monitor These Alarms Include Wireless Receivers, Transmitters, Specialized Contacts And Motion Detectors. the Contractor Will Be Required To Keep The Ccure 9000 System Properly Licensed And Under A Software Support Agreement With The Factory, Maintaining At Least The Current Level Of Licensure. A Copy Of The License Details Is Available Upon Request. The System Includes A Configuration Of One Mas And Two Sas S Both With Bidi Interface. This Will Require License Renewal On An Annual Basis. c. Cctv System: coverage Of The March Network Cctv System Shall Be Part Of This Agreement. This Includes The Network Video Recorders (nvrs), Encoders, Wireless Transmission Equipment, Ethernet Transmission And Extenders, Switches, Camera Power Supplies, And Camera. cameras Consist Of Indoor, And Outdoor, Fixed And Ptz, As Well As Analog And Ip. d. Intercom there Are Four Different Intercom Systems In Use That Will Be Covered Under This Maintenance Agreement. A Bogen Intercom System Covering Seven Doors At Jc, Six Aiphone Door Intercom Systems (total For Both Campuses), A Stentofon All Ip Intercom System With Six Intercom Stations, And Six Emergency Phone Intercom Stations. e. Security Servers And Workstations multiple Pcs And Servers Make Up The Security System. These Include Three High Availability Enterprise Servers Built And Tuned Specifically For Operation With Ccure 9000. These Servers Include Raid Redundancy, Dual Power Supplies And All Required Windows Server And Sql Licensing. Two High End Workstations Are Used For The Dispatch Function And Are Each Capable Of Driving Up To Eight High Resolution Large Format Monitors. Two Badging Workstations With Associated Cameras And Pvc Card Printers Are Also A Part Of The System. As A Part Of The Servers And Workstations, Lcd/led/plasma Monitors Are In Use. Of Particular Note Are The Eight Large Format Monitors; Five At Jc And Four At Jb. the Contractor Will Be Responsible For Providing Their Own Service Workstations As Desired; However, At A Minimum, At Least One Service Workstation Shall Be Provided For The Jb Campus (this Workstation To Remain The Property Of The Contractor). g. Stand Alone Locking System a Salto Hotel Style Access Control System Is Used In The Fisher House Bldg.#59 And The Domiciliary Bldg.#3 At The Jb Campus. Salto Readers Are Battery Operated And Requires To Be Monitored And Batteries Need To Be Replaced Approximately At The 2/3 Of The Rated Duty Cycle. Full Support Of The System Must Be Included. i. As-builts (record) Drawings: After Contract Award, The Contractor Will Be Provided With The Vamc As-built Drawings For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 28. Engineering Service Will Provide The Initial Computer Disk Of As-built Drawings For The Contractor To Maintain And Update. These Drawings Are Not Completely Accurate. The Contractor Is Responsible For Providing Field Updates To The Drawings As Tests And Maintenance Is Performed. Up To Date As-builts Shall Be Submitted Every Four (4) Months On Autocad Version 12 To The Contracting Officer Representative (cor). ii. Maintenance Manuals: Maintenance Manuals Shall Be Provided And Include Original Manufacturer S Catalog Cuts On All Equipment Installed, Internal Wiring Diagrams Showing Points Of Connection, Terminal Points Wiring Color Code And Tag Notation, As Well As Instructions For Troubleshooting The System In The Event Of A Malfunction. In Addition To The Operating And Maintenance Manuals, A Complete Materials List Of Systems, Including The Address And Phone Numbers Of The Local Supplier Of Each Item Shall Be Provided. The Maintenance Manuals Shall Be Submitted To The Cor Every Four (4) Months Along With The As-builts. iii. Vandalism: Vandalism Is Defined As Renewals Or Corrective Maintenance Necessitated By Reasons Of Negligence Of Misuse Of The Equipment By Persons Other Than The Contractor, His Representatives And Employees, Or By Reason Of Any Other Cause Beyond The Control Of The Contractor, Except Normal Wear And Tear. Claims For Additional compensation For Repair Of Vandalism Will Be Considered Upon Presentation Of Satisfactory Evidence That Vandalism Has Occurred. During Normal Working Hours, The Contractor Shall Contact The Cor Or His Designee And Have Them Verify The Damage Prior To Repair Of Vandalism. During Off-duty Hours, The Contractor Shall Contact Police Service To Verify That The Damage Will Be Noted On The Service Ticket As Repair Of Vandalism. All Parts Replaced Due To Vandalism Shall Be Returned To The Government. If The Contractor Is Called To Make Corrective Maintenance Identified As Vandalism And So Noted, Billing Will Be For Time Spent At The Vamc Only. Travel Time And Expenses Will Be Charged. iv. Acts Of God. Corrective Maintenance Necessitated By Reason Of Acts Of God Will Be Processed In The Same Manner As For Vandalism. v. Malfunctions: All Malfunctions Located During Inspection/maintenance And Repair Shall Be Reported To The Cor. The Report Shall Include A Narrative Of Malfunction And The Recommended Method Of Correction. The Government Requires Problems To Be Corrected Within Twenty-four (24) Hours Of Being Identified In Addition To The Required Documentation. vi. Report Of Services 1. During Normal Working Hours, 8:00 To 4:30 P.m., Monday Through Friday, The Contractor Shall Report To Va Police Operations Center At The Jc Division And The Officer S Work Area Bldg. #1 Jb Division To Sign In And Out. Contractor Shall Then Notify The Cor, Police Service As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Them Before Leaving, And Advise The Cor On The Status Of System. 2. During Off-duty Hours, 4:30 P.m. Through 8:00 A.m., Monday Through Friday, Holidays And Weekends, The Contractor Shall Report To The Va Police Operations Center At Jc Division And Va Police Officer S Work Area, Bldg. #1 At Jb Division To Sign In And Out. Contractor Shall Then Notify Police Service (on-duty Supervisor) As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Police Service (on-duty Supervisor) Before Leaving, And Advise Supervisor On The Status Of System. 3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments. iv. Maintenance/corrective Maintenance: a. Maintenance Services: Maintenance Is To Be Provided To All Equipment And Components Listed Herein: 1. The Contractor Shall Make Thorough Technical Inspections Of Equipment And Perform Necessary Maintenance In Accordance With Manufacturer S Recommendations And Commercial Practices Governing Maintenance For This Type Of Equipment. 2. All Equipment Including All Components And Accessories Shall Be Cleaned, Inspected, Adjusted, Calibrated, And Tested Prior To The Inspection Scheduled For Sixty (60) Days From Date Of Contract Award. 3. After The Initial Servicing Sixty (60) Days From Contract Award, All Equipment Will Be Cleaned, Inspected, Calibrated And Tested Once Every Twelve (12) Months, With The Exception Of The Pan Tilt Zoom Cameras Which Will Be Cleaned, Inspected, Calibrated And Tested Once Every Six (6) Months. Prior To The Commencement Of Work, The Contractor Shall Submit To The Cor, A Preventive Maintenance Schedule For All Devices Along With Procedures. b. Inspection: 1. Va Medical Center Representatives (police Service) And A Representative Of The Contractor Will Jointly Inspect The Security System And All Components To Verify That All Systems Have Been Properly Maintained And Are Functioning In The Manner For Which They Are Intended. This Inspection Will Take Place In The First Month Of Performance Of This Contract And The Anniversary Month In Subsequent Years. The Contractor Shall Demonstrate At This Time That All Components Of The System Are Functioning Properly And State The Type Of Preventive Maintenance That Has Been Performed On The Equipment. 2. Within Ten (10) Calendar Days After Inspection Conclusion, The Contractor Shall Submit A Written Report (original And One Copy) To The Cor Citing The Components Inspected, Working Condition And Preventive Maintenance Performed To Date. The Report Will Be Completed In Accordance With The Provisions Of Paragraph Iv, Subparagraph D., Reporting. 3. When A Problem Has Been Identified As Caused By Lack Of Training Or System Knowledge Of The Vamc Staff, Contractor Shall Furnish Appropriate Information In Writing Or Verbally To Educate User Or Users As To Appropriate Procedures To Follow To Prevent Reoccurrence. Training For User Error And Technical Advice That Is Provided By Phone, Correspondence Or Personal Instructions Are Considered Part Of This Service Contract. 4. Reprogramming Of Software Due To Memory Loss, Software, And Firmware Updates Are Considered Part Of This Contract. 5. Time Spent By Service Contractor In Travel And Diagnostic Time For Assessing Cause Of System Failure Or Problem Is Considered Part Of This Service Contract. Once It Is Determined That The Problem Is Outside The Contract, Time And Material Spent To Repair Or Replace Components Of System Are Considered Additional Billable Items. A Quick And Accurate Diagnosis Is In Everyone S Best Interest. Proper Authorization Will Be Required. No Work Can Proceed Until A Purchase Order (p.o.) Number Is Issued. 6. If Door, Hardware, Or Other Component That Is Not Part Of Security System Needs Adjustment Or Replacement, Contractor Shall Have To State Corrective Action Needed To The Cor. The Necessary Security System Corrective Maintenance Shall Be Accomplished After Medical Center Personnel Have Completed Their Repair Work (diagnostic Time Is Part Of The Contract). 7. Assistance At The Head End Equipment Will Be Provided By The Va Police Supervisor While Preventive Maintenance Is Being Provided By The Contractor. Assistance Of The Va Police Supervisor Must Be Prearranged And Coordinated By The Contractor. c. Response To Calls For Repair Service 1. Emergency Corrective Maintenance: A Repair Person Shall Be On The Premises And Provide Corrective Maintenance /trouble Shooting Initiated Within Two (2) Hours After Receipt Of An Emergency Call. 2. The Alarms For The Following Facilities/areas Have Been Assigned A Security Classification Of Critical/highly Sensitive. Trouble Alarms In Either Of These Categories Require A Two (2) Hour Response Time As Specified In C.1. jc Division (a) Methadone Dispensing Area Bell Street Clinic (b) Agent Cashier Area Room B102f Bldg. 1 (c) Canteen Safe Area Room C303 Bldg. 1 (d) Bldg. 3, Irm Area 1st Floor Bldg. 3 (e) Inpatient Pharmacy Room B405 Bldg. 1 (f) Pharmacy Cache 2nd Floor Bldg. 1 (g) Emergency Room Doors Er Bldg. 1 (h) More Than 3 Istar Failures Bldg. #1 (patient Care Areas) (i) C*cure Computer Failure Room C106 Bldg. 1 jb Division (a) Pharmacy Outpatient Room 1c22 Bldg. 55 (b) Pharmacy Cache Room 1c35 Bldg. 55 (c) Agent Cashier Room 1b105 Bldg. 55 (e) Canteen Retail Office Section Room G010 Bldg. 24 (f) Pharmacy Bldg. 55 (g) Mental Health Sally Port Doors Wards N1, N3 West Bldg. 51 (h) C*cure Computer Failure Room 1e08 Bldg. 1 (i) Failure Of The Mas Or Sas Room 1e11a Bldg.1 3. Non-emergency (routine) Corrective Maintenance: All Other Areas Not Classified As Critical/highly Sensitive When Reported, Shall Be Considered Non-emergency (routine) corrective Maintenance. A Repair Person Shall Be On The Premises And Initiate Repair/trouble Shooting Within One (1) Working Day After Receipt Of A Routine Maintenance Call. In No Instance Should Any Component Remain In A Fault/non-operational Status Exceeding Two (2) Working Days. 4. Failure Of The Contractor To Respond To The Requirements Of Emergency Call Back Period Within Two (2) Hours And To Non-emergency Corrective Maintenance Within One (1) Working Day, May Be Cause For Termination Of This Contract For Cause When Two (2) Occasions Of Non-compliance Occur. 5. If This Contract Is Terminated Because Of Contractor S Failure To Provide Services In Accordance With Contract Requirements, Payment Will Be Made For The Contractor S Services That Have Been Provided Through The Termination Date. No Payment Will Be Made For Any Scheduled Maintenance Services That Have Not Been Provided By The Contractor Prior To Termination Of This Contract. d. Reporting 1. At The Completion Of Each Test, Repair And Maintenance Service, The Contractor Shall Provide A Verbal Report To The Cor Or His Designee On Duty Of Any Devices Or Systems That Were Found Not To Operate Properly Before Leaving The Medical Center. This Includes Location, Problems That The Malfunctioning Device May Cause, And Date When Corrective Maintenance Will Be Completed. 2. Written Reports: On Completion Of Each Inspection And Maintenance Service, The Contractor Shall Furnish A Written Report, Within Ten (10) Calendar Days Of Completion Of The Maintenance Or Inspection. Report Shall Be Legible And Provide, As A Minimum, The Following Information: date Of Service location Of Service exact Component type Of Service service Performed (t-test, C-clean, A-adjust, Cal-calibrate, L-lubricate). final Condition Of Device (wp-working Properly, Mal-malfunctioning, Etc.) inspector Or Inspectors Initials 3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments. 4. Statement Of Power Related Problems By The Contractor Shall Be Substantiated By Documentation Utilizing The Appropriate Power Recording Equipment. The Contractor Must Also Present Information From The Manufacturer That The Recorded Conditions Would Cause Problems With The Equipment Before It Is Determined That Corrective Maintenance Is Not Covered By The Contract. e. Acceptance By Contractor: Contractor Shall Accept The Existing Security System, All Accessories And Components, Listed Herein, In Its Present Condition And Shall Maintain Such System In Strict Conformance With The Specification Requirements. The Following List Of Components Is Intended As A Guide To The Equipment Covered Under This Contract. Note That These Quantities May Be In Error By As Much As + Or 10%. The Specific Location Of Each Device Is Listed In Table Nos.1 Through 28 Of This Document. v. Emergency Calls: Contractor Shall Be Required To Have An Answering Service To Relay And Dispatch Emergency Calls. No Separate Phone Numbers Or Beeper Numbers Other Than The Main Company Number Will Be Accepted For Service Requirements. vi. Quality And Performance Standards: All Performance Under This Contract Must Be Of High Standards And Must Conform To Good Trade Practices. All Service Under This Contract Shall Be Rendered Promptly And Efficiently Upon Receipt Of An Official Order. All Work To Be Performed Under This Contract Is Subject To Inspection By The Va To Insure Compliance With All Terms And Conditions Of This Contract. vii. List Of Tables: See Section D Attachments. table No. Description 1 John Cochran Building #1 2 John Cochran Building #2, 2a, 2b 3 John Cochran Building #3 4 John Cochran Building #4 5 John Cochran Building #6 6 John Cochran Building #7 7 John Cochran Building #5t 8 John Cochran Building #1t 9 Jefferson Barracks Building #1 10 Jefferson Barracks Building #24 11 Jefferson Barracks Building #23 12 Jefferson Barracks Building #51 13 Jefferson Barracks Building #52 14 Jefferson Barracks Building #53 15 Jefferson Barracks Building #18 16 Jefferson Barracks Building #3 17 Jefferson Barracks Building #3t 18 Jefferson Barracks Building #56 19 Jefferson Barracks Building #25 20 Jefferson Barracks Building #75 21 Jefferson Barracks Building #55 22 Jefferson Barracks Building #54 23 Jefferson Barracks Building #57 24 Jefferson Barracks Building #58 25 Jefferson Barracks Building #60t 26 Jefferson Barracks Building #60 27 Jefferson Barracks Building #55 28 Jefferson Barracks Fisher House #59 29 Jefferson Barracks Building #2
4811-4820 of 4833 archived Tenders