Battery Tenders
Battery Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Page 9 Of30 statement Of Work louis A. Johnson Va Medical Center contractor Shall Provide All Labor, Parts And Transportation To Provide Inspection, Function Testing, Maintenance And 24 Hour Emergency Repairs To The Fixed Fire Protection System, Fire Extinguishers, Emergency Lights, Emergency Showers And Eye-wash Stations And Other Life-safety Equipment And Systems At The Louis A. Johnson Va Medical Center Campus, Located In Clarksburg, Wv And At The Tucker County Community Based Outreach Center (cboc), Located In Parsons, Wv And The Wood County Community Based Outreach Center (cboc), Located In Parkersburg, Wv And Braxton County Community Based Outreach Center (cboc), Located In Flatwoods, Wv And Monongalia County Community Based Outreach Center (cboc) And Monongalia County Veterans Outreach Center, Located In Westover, Wv And Rosebud Facility Located In Clarksburg, Wv. The Work For This Portion Of The Contract Includes The Following: contractor Shall Be Responsible For All Above-ground Portions Of The Fixed Fire Protection System In The Hospital, All Out-buildings And Hospital Grounds. annual Full Maintenance On Ten (11) Wet Pipe Fire Sprinkler Systems. 3 In Main Building, 2 In Bldg. 2, 2 In Bldg. 7, 2 In Bldg. 20, 1 In Bldg. 5, 1 In Bldg. 22. annual Dry Sprinkler Trip Test On, (5) Dry Sprinkler Systems (1) In Main Building, (1) In Ca, (1) In Building 6, (1) In Building 20. (1) In Building 22. Full Flow Trip Test Will Be Conducted At Least Every Third Year. annual Trip Test Of (1) Pre-action System In Clinical Addition Mri. All Devices Associated With The Pre-action System Will Be Tested Annually. quarterly Testing Of Supervisory Signals (3) Low Air Low Devices (1) In The Penthouse, (1) In Room B202, (1) In Bldg. 6. quarterly Inspections Of Each Additional Floor Control Assembly Inspection (all Tampers And Alarming Devices) Valves Will Be Fully Exercised Annually To Operate The Tamper Switch. Flow And Pressure Switches Will Be Operated With Water Flow When Possible. Building 1 (48) Tamper And
(35) Alarming Devices, Ca (28) Tamper And (20) Alarming Devices, Building 5 (3) Tamper And (1)
alarming Device, Building 6 (1) Tamper And (1) Alarming Device, Building 7 (3) Tamper And (2)
alarming Device, Building 20 (6) Tamper And (3) Alarming Device. Building 22 (4) Tampers And (2) Alarming Devices. supervisory Alarm Other Than Tamper Switches Will Be Tested Quarterly. Building I (2), Building 2 (2), Building 6 (1), Building 22 (2) annual Test Of (4) Antifreeze Systems In Main Building (1) At The Northwest Entrance, (1) On Old Dock Area, (1) In Biomedical Engineering And (1) In Ambulance Bay. Conducted Prior To Freezing Weather. quarterly Inspection For The Post Indicator Valves (7). (3) For Main Building, (2) For Ca, (1) For Building 6, (1) For Building 7. Fully Exercise Valves At Least Annually. quarterly Inspection For The Wall Post Indicator Valves (1) For Building 20 And (1) For Bldg. 22. Fully Exercise Valve At Least Annually. quarterly Inspection Of (7) Fire Department Connections (3) For Bldg. I, (2) For Bldg. 2, (1) For Bldg. 6, (1) For Bldg. 7, (1) For Bldg. 22. annual Private Yard Hydrant Flow Test, (5). Flow Test Must Be Conducted After 14:00 So Not To Interfere With Laundry Service. annual Inspection And Testing Of (42) Backflow Preventer. annual Testing And Inspection Of All Facility Fire Doors (campus Wide) (250 Total) four (4) Kitchen Fire Suppression Systems Semi-annual Inspections (includes Changing Up To Three Fusible Links Per System Annually, Must Have Current Date Stamped On Links). Provide Hood And Duct Cleaning On A Semi-annual Basis As Required Nfpa 17a. In The Following Locations (1) Dietary Kitchen, (2) Canteen Service And (1) In Building 20. monthly And Annual Inspections Of 210 Portable Fire Extinguishers At The Medical Center Campus; Including Annual Inspection, Tags, And Recharge For Each Extinguisher. Annual And Monthly Inspection Cannot Be Combined On The Inspection Tag. monthly Test Of The 21 Eye Wash Stations And 1 Emergency Showers/eye Wash Combo. Report Will Include Valve Operation, Flow Rates And Temperature.
annual Testing Of 21 Eye Wash Stations And 1 Emergency Showers/eye Wash Combo According To The Manufacturer's Inspection Procedures To Ensure Continued Conformance With American National Standards Institute (ansi) 358.1 And Maintaining A Written Record Of The Procedures Used And The Testing Date. The Va Will Provide What Will Be Required To Meet Ansi 358.1 Standard.
monthly Testing And Maintenance On Approximately 95 Emergency Lights At The Medical Center Campus. Annual And Monthly Testing Will Follow The Current Nfpa 101 Periodic Testing Of Emergency Lighting Equipment Code. Annual Test Will Include New Annual Test Stickers. Battery Replacement Will Be The Responsibility Of The Contractor. monthly Testing Of The Firefighter Recalls For All Elevators. Testing Will Follow Asme Al 7.1 Standards. Three (3) Elevators Are Located In Bldg. 1, Three (3) In Clinical Addition, And One (1) In Bldg. 20. contractor Shall Be Responsible For Development Of A Full Inventory Of All Inspected Devices That Will Include A Unique Identifier For Each, Its Location, Inspection Frequency And Device Type. community Based Outreach Center And Rosebud Facility annual Full Maintenance On (1) Wet Sprinkler Risers At Mon Co. Cboc And Rosebud Facility. quarterly Testing Of Water Flow And Tampers Devices At The Mon Co. Cboc And Rosebud Facility. Valves Will Be Fully Exercised Annually To Operate The Tamper Switch. Flow And Pressure Switches Will Be Operated With Water Flow When Possible. quarterly Inspection Of (1) Fire Department Connections At Rosebud Facility. monthly Inspection Of Eyewash Stations In Each Cboc Location. monthly And Annual Inspection Of Approximately 40 Total Portable Fire Extinguishers At The Tucker, Braxton, Wood, And Monongalia County Cboc's, Monongalia County Veterans Outreach Center And Rosebud Combined, Including Annual Inspection, Tags. Annual And Monthly Inspection Cannot Be Combined On The Inspection Tag. annual Inspection And Full Maintenance As Well As Monthly Inspection On Approximately 80 Emergency Lights At Tucker, Braxton, Wood, And Monongalia County Cboc's, Monongalia County Veterans Outreach Center Combined. Annual And Monthly Testing Will Follow The Current Nfpa 101 Periodic Testing Of Emergency Lighting Equipment Code. Annual Test Will Include New Annual Test Stickers. Battery Replacement Will Be The Responsibility Of The Contractor. annual Testing Of Fire Alarm Systems: braxton Co. Cboc, (1) Fire Alarm Panel, (3) Manual Pull Stations, (9) Smoke Detectors, (8) Visual Horns/strobes.
wood Co. Cboc, (1) Fire Alarm Panel, (3) Manual Pull Stations, (3) Smoke Detectors,
(2) Duct Detectors, (4) Heat Detectors, (7) Horns And (3) Horn/strobes. mon Co. Cboc, (1) Fire Alarm Panel, (4) Manual Pull Stations, (4) Smoke Detectors,
(12) Speaker/strobes, tucker Cboc, (1) Fire Alarm Panel, (3) Manual Pull Station, (8) Smoke Detectors, (2) Duct Detectors, (11) Strobes And (3) Horn/strobes rosebud, (1) Fire Alarm Panel, (12) Smoke Detectors, (7) Speaker/strobes contractor Shall Be Responsible For Development Of A Full Inventory Of All Inspected Devices That Will Include A Unique Identifier For Each, Its Location, Inspection Frequency And Device Type. 24/7 Emergency Service Will Be Provided By The Contractor. The Contractor Shall Be Required To Respond By Telephone Within Two (2) Hours And Have A Service Person Onsite Within Four (4) Hours Of Being Contacted By The Department Of Veteran Affairs. the Work Included In This Item (1) Does Not Cover Hard Wiring. contractor Shall Be Responsible For All Labor, Parts, And Transportation To Provide Inspection, Maintenance And 24-hour Emergency Service To The Emergency Alarm System At The Louis A. Johnson Va Medical Center, Located In Clarksburg, Wv. The Work For This Portion Of The Contract Includes The Following; main Building- Three (3) 4100 Panels And Nine (9) 4009 Nac Power Extenders bldg. 5- One (1) 4010 Panel bldg. 7- One (1) 4010 Panel And One (1) 4009 Nac Power Extender bldg. 6 - One (1) 4010 Panel bldg. 20- One (1) Game Well Panel bldg. 22 - One (1) 4100 Panel parking Garage One (1) 4100 Panel four (4) Annunciator Led Type (aod, Operator, Main Entrance, Bp) battery Testing Will Be Required For All Panels. two (2) True Site Systems (fire Alarm Panel Room And Safety Office) forty-five (45) Initiating Devices- Duct Detectors thirty-eight (38) Initiating Devices - Heat Detectors - Non-restorable two Hundred (200) Initiating Devices - Smoke Detectors - Photoelectric (includes Sensitivity Testing And Cleaning)
one Hundred Forty-five (145) Initiating Devices - Fire Alarm Box, Manual, Un-coded. eighty (80) Alarm Notification Appliance - Fire Alarm Visual Devices. sixty (60) Alarm Notification Appliance - Fire Alarm Audio Devices. three Hundred Seventy-five (375) - Alarm Notification Appliance - Fire Alarm Audio/visual Devices. twenty-nine (29) Door Closers monthly Inspections For The Carbon Monoxide Detectors At The Medical Center (1) In Bldg. 5 24/7 Emergency Service establish And Maintain The Communications Link/ Monitoring Service Between The Medical Center Campus' Alarm Systems And The Local Fire Station On A Twenty-four-hour, Seven Day Per Week Basis. Signals Must Be Ul Listed. The Va Has Already Established Two Dedicated Lines. Quarterly Reports Must Be Furnished By The Contractor On A Separate Report With The Time, Date, And The Amount Of Time To Transmit, To Assure That The System Is Functioning. 36c24519c0060 page 10 Of30 all Necessary Programming Of Simplex Equipment To All Points. the Work Included In This Item (2) Does Not Cover Hard Wiring fire And Smoke Damper Testing: test And Inspect A Different 25% Of All Dampers Annually, 100% Will Be Tested At The End Of 4 Years, (162 Dampers Located In 2016 Are Testable). Contractor Will Spend Up To 4 Additional Hours A Year Locating Additional Dampers Missed In Previous Years. A Label Will Be Placed On The Outside Of The Damper. A Detailed Report Will Be Provided Which Will Include Photograph Of The Dampers, Open And Closed, Type Of Damper. The Va Will Provide Drawings That The Contractor Will Then Mark The Location Of The Dampers. all Inspectors On Site Will Carry A Minimum Of Nicet Level 2 For Sprinkler And Fire Alarm Inspections. there Will Be One Person Of Contact For All The Listed Locations each Report Will Be Broken Down By Building And Inspection Type. Example, Bldg. I Sprinkler, Bldg. 5 Co2, Bldg. 2 Emergency Lights each Report Is To Include The Following: unique Identifier Of Each Device Inspected In Relation To The Full Inventory List. the Results Of The Inspected Device. how Each Device Was Inspected Or Tested. a Recommendation For Correction Of Deficiency Noted. the Conclusion Of Each Inspection Is To Be Reviewed Concurrently With The Cort And Appropriate Representative From The Inspection Company. reports Will Be Electronic And Sent By E-mail At The Completion Of Each Inspection. all Work Performed Under This Contract Shall Be In Accordance With All Applicable Codes And Standards, Including But Not Limited To Nfpa, Jacho, Ansi, Asme And Va Standards. the C&a Requirements Do Not Apply. A Security Accreditation Package Is Not Required. for Emergency Repairs, The Contractor Shall Be Required To Respond By Telephone Within Two (2) Hours And Have A Service Person On-site Within Four (4) Hours Of Being Contacted By The Department Of Veteran Affairs. records Management Obligations
a. Â applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Â
b.  definitions Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. Â
the Term Federal Record:
includes Lajvamc Records.â
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Lajvamc Contract.
may Include Deliverables And Documentation Associated With Deliverables.
c. Â requirements
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â
in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â
in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â
lajvamc And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Lajvamc Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of  any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Lajvamc .the Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Lajvamc Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Lajvamc Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Lajvamc Policy.â
the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Lajvamc Information That Are Not Specifically Tied To Or Authorized By The Contract.â
the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â
the Lajvamc Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Lajvamc Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
training. Â all Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Lajvamc-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â
[note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor.]â
d. Â flow Down Of Requirements To Subcontractors
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â
violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
â locations: louis A Johnson Va Medical Center 1 Medical Center Drive, Clarksburg, Wv 26301 braxton Co. Community Based Outreach Center (cboc) 93 Skidmore Lane, Sutton, Wv 26601 monongalia Co. Community Based Outreach Center (cboc) 40 Commerce Drive, Suite 101, Westover, Wv 26501 tucker Co. Community Based Outreach Center (cboc) 260 Spruce Street, Parsons, Wv 26287 monongaliaco. Veterans Outreach Center 34 Commerce Drive, Suite 101
westover, Wv 26501 wood Co. Community Based Outreach Center (cboc) 2311 Ohio Avenue, Suite A, Parkersburg Wv 26101 rosebud Facility 513 Rosebud Plaza, Clarksburg, Wv 26301
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+1Electrical and Electronics
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Description: Combined Synopsis/solicitation For commercial Products And Services general Information
document Type: combined Synopsis/solicitation
solicitation Number:
36c24125q0209
posted Date:
1/30/2025
original Response Date:
2/3/2025
current Response Date:
2/3/2025
product Or Service Code:
j065
set Aside:
sdvosb
naics Code:
811210
contracting Office Address
network Contracting Office 1
1400 Vfw Parkway
west Roxbury Ma 02132
description
this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) 12.6 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03 January 17, 2025. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34m. The Product Or Service Code Is J065. The Government Will Award A Firm-fixed-price (ffp) Contract Resulting From This Combined Synopsis/solicitation To The Responsible Offeror Whose Offer, Conforming To The Synopsis/solicitation, Will Be Most Advantageous To The Government (as Determined By The Solicitation Evaluation Criteria). the Network Contracting Office 1 Is Seeking To Purchase Draeger V500 Overhaul Preventive Maintenance. all Interested Companies Must Provide Quotations For The Following: services
draeger V500 Overhaul Pm purpose:
this Contract Aims To Provide The On-site Preventive Maintenance Of 20 Draeger V500 Ventilators For The Respiratory Department At The Va West Roxbury. This Is An Overhaul Pm For Each Of The 20 Devices Required After The Fifth Year In Service. background:
these Ventilators Are Life Support Devices And Critical For Patient Care. They Assist The Lungs In Working When People Can T Breathe Properly On Their Own. scope:
the Contractor Will Perform Overhaul Pm Including Required Tests, Calibrations, And Function Tests Of The Draeger Ipm-l Device Check, Circuit Check, And Performance Checks. parts Replaced In Each Pm: 6 Year Replacement Parts - (o2 Pressure Regulator,
spirolog Cable Harness & O2 Inlet Particle Filter), 2 Year Replacement Parts - (nimh
internal Battery, Air Inlet Filter & Ps500 Vrla Batteries), & Annual Replacement Parts - (fan Filter & Expiratory Membrane). 20 Ventilators Requiring This Pm Are As Listed By Serial #: Aslh-0049, Aslh-0050, Aslh-0051, Aslh-0052, Aslh-0053, Aslh-0054, Aslh-0055, Aslh-0056, Aslh-0057, Aslh-0058, Aslh-0059, Aslh-0075, Aslh-0076, Aslh-0077, Aslh-0078, Aslh-0079, Aslh-0080, Aslh-0081, Aslh-0082, Aslh-0083 contract Objectives complete Draeger V500 Ventilator Pm S For The Ventilators List Above.
complete This Exchange In A Timely Manner So As Not To Disrupt Patient Care Flow Beyond Necessary Limits. deliveries And Performance: service Provided At Clinical Engineering Department 1400 Vfw Parkway, West Roxbury, Ma 02132 quality Assurance
batteries Must Hold A Charge For 24 Months. security Requirements: the Contractor Shall Follow All Government Rules And Regulations Regarding Information Security To Prevent Disclosure Of Sensitive Information To Unauthorized Individuals Or Organizations, And Shall Adhere To All Va Privacy & Security, The Privacy Act And Hipaa Requirements When Obtaining And Reviewing Information. a. Applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists.
b. Definitions Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them.
the Term Federal Record:
1. Includes Vha Records.
2. Does Not Include Personal Materials.
3. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vha Contract.
4. May Include Deliverables And Documentation Associated With Deliverables.
c. Requirements
1. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
2. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.
3. In Accordance With 36 Cfr 1222.32, The Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
4. Vha And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Vha Or Destroyed Except In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage, Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, The Contractor Must Report To Vha. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
5. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And
confidentiality Of This Information, Data, Documentary Material, Records, And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records, And/or Equipment Is No Longer Required, It Shall Be Returned To Vha Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand-carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
6. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material, And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Vha Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
7. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vha Policy.
8. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vha Information That Is Not Specifically Tied To Or Authorized By The Contract.
9. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
10. The Vha Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Vha Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
11. Training. All Contractor Employees Assigned To This Contract Who Create, Work With Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
** Vha Training For Contractors Is Available In Talent Management System (tms):
records Management For Records Officers And Liaisons, Item #3873736
d. Flow Down Of Requirements To Subcontractors
1. The Contractor Shall Incorporate The Substance Of This Clause, Its Terms, And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.
2. Violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. the Period Of Performance Is 2/15/2025 5/15/2025.
place Of Performance
1400 Vfw Parkway
west Roxbury Ma 02132 award Will Be Made To The Quoter That Offers The Best Value To The Government, Considering Technical Capability, Past Performance, And Price. The Government Will Evaluate Information Based On The Following Evaluation Criteria: 1) Technical Capability Factor Meeting Or Exceeding The Requirement, 2) Past Performance, And 3) Price.â â the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Acquisition.gov. the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Sep 2023 addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation:
e.2 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3. (a) Definitions. As Used In This Provision Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services. (d) Representations. The Offeror Represents That (1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(end Of Provision)
52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) (a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)). (3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation. (d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e). (e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer: (1) Name Of The Product Or Service Provided To The Government; (2) Name Of The Covered Article Or Source Subject To A Fascsa Order; (3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror; (4) Brand; (5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); (6) Item Description; (7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used; (f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver.
(end Of Provision)
52.216-1 Type Of Contract (apr 1984) The Government Contemplates Award Of A Firm-fixed-price, Requirements Contract Resulting From This Solicitation.
(end Of Provision)
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Provision)
far Number
title
date
52.204-7
system For Award Management
nov 2024
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.229-11
tax On Certain Foreign Procurements Notice And Representation
jun 2020
852.239-75
information And Communication Technology Accessibility Notice
feb 2023 (end Of Addendum To 52.212-1) far 52.212-2, Evaluation Commercial Products And Commercial Services Nov 2021 addendum To 52.212-2 Evaluation Commercial Products And Commercial Services
basis For Award. The Government Will Issue A Purchase Order To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Quotations: technical
past Performance
price
evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation.
past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis.
price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. (end Of Provision) far 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services May 2024 offerors Must Complete Annual Representations And Certifications Online In The System For Award Management (sam) In Accordance With Far 52.212-3. If Paragraph (b)(2) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services Nov 2023
addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract:
far Number
title
date
852.232-72
electronic Submission Of Payment Requests
nov 2018
vaar 852.242-71 Administrative Contracting Officer (oct 2020) The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor.
(end Of Clause)
52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (end Of Clause)
far Number
title
date
52.203-17
contractor Employee Whistleblower Rights
nov 2023
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
852.203-70
commercial Advertising
may 2018
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (deviation)
jan 2023
852.215-71
evaluation Factor Commitments
oct 2019
852.246-71
rejected Goods
oct 2018
(end Of Addendum To 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services Jan 2025 the Following Subparagraphs Of Far 52.212-5 Are Applicable: (a)(1)-(7), (b)(5), (b)(9), (b)(11)(i), (b)(12), (b)(18), (b)(26), (b)(31), (b)(32), (b)(33), (b)(34), (b)(36), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59), (b)(63), (c)(1), (c)(5), (c)(7), (c)(8), (d)(1)-(3), (e)(1)-(2) all Quotations Must Be Sent To The Point Of Contract Below. this Is An Open-market Combined Synopsis/solicitation For Services As Defined Herein.â the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. To Facilitate The Award Process, All Quotes, Must Include A Statement Regarding The Terms And Conditions Herein As Follows: The Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition. or The Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following: quoter Must List Exception(s) And Rationale For The Exception(s)>. Quotations That Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. submission Must Be Received No Later Than 2/3/2025 At 7:30 Am At Manases.cabrera@va.gov late Submissions Will Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Contract Specialist, Manases Cabrera, At Manases.cabrera@va.gov.
point Of Contact
manases Cabrera, At Manases.cabrera@va.gov.
Civil Aviation Authority Of The Philippines Iloilo Airport - CAAP Tender
Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 500.7 K (USD 8.5 K)
Details: Description Item Description "quantity (qty)" 1.0 Air Freshener Scented Gel 180g ,gel Freshener Is A Deodoriser And Air Freshener Fragrance-mix With Exclusive Technology That Provides Long-lasting Fragrance And Odour-elimination For Our Homes, Offices, Cars And Beyond. Its Adjustable Holder Allows You To Easily Control The Level Of Fragrance To Perfectly Fit Any Small To Medium Area, With Fda Approved, Non-corrosive, Eco-friendly (patented And Trusted Brand) 12 Canister 2.0 Air Freshener, Car Gel 70g A Large Variety Of Rich Fragrances At Great Value; Simple To Use With No Outlets And Batteries Needed; Fragrance Strength Can Be Adjusted By Raising And Lowering The Top Lid,with Fda Approved, Non-corrosive,eco-friendly (patented And Trusted Brand) 12 Canister 3.0 Bathroom Deodorizer,100 Grams, Without Holder Branded (scents : Lemon, Samba,apple, Strawberry, Jasmine, Sampaguita, Melon) With Fda Approved, Non-corrosive, Eco-friendly (patented And Trusted Brand) 150 Pcs 4.0 Insect Repellant Spray, 500 Ml, Branded (aerosol Type,extra Killing;scented, Eco-friendly; Kills Mosquitoes, Cockroaches, And Flies; No Irritating Smell;it Contains Natural Citrus Extracts From Oranges, Giving It A Fresh Citrus Scent And None Of The Usual Kerosene Smell. It Leaves No Lasting Odor), With Fda Approved, Non-corrosive, Eco-friendly (not Refill Or Repacked By The Bidder/supplier) (patented And Trusted Brand Undergone And Passed Quality Control) 24 Bottles 5.0 Chemical Gloves, Synthetic Rubber Material For General Chemical Resistance, Patented And Trusted Brand Undergone And Passed Quality Control) 12 Pairs 6.0 Dust Pan, With Handle, Plastic, Durable, Big, Height 580mm, Length 265mm, Width 241mm 24 Pcs 7.0 Tissue, Brown Jumbo Roll, 200m/roll, Individually Vacuum Wrapped), 12 Pcs/box, With Fda Approved, (patented And Trusted Brand) 150 Boxes 8.0 Liquid Hand Soap, Anti-bacterial Hand Soap And Kills 99.9% Of Germs And Bacteria; Kills 100 Illness Causing Germs, Ph Balance Formulation, Enriched With Added Mositurizers To Keep Skin Moisturized And Nourished; For Hospitals, Kitchens, Clinic,etc. (floral, Apple And Lemon Scents)with Fda Approved, Non-corrosive,eco-friendly, Not Refill Or Repacked By The Bidder/supplier) (patented And Trusted Brand Undergone And Passed Quality Control 50 Gallons 9.0 Mop Head, Yellow,rayon Mop With Handle, Yellow Non-woven Polyvinyl Acetate, Mop Head 100% Rayon; Unique 3-layer Heavy Duty Strip; Made Of Highly Absorbent Material,cleans Thoroughly Without Scratching; Easy To Rinse Durable, Long-lasting; Ultra Light Weight, High Water Absorption, (patented And Trusted Brand) 30 Pcs 10.0 Long Floor Dust Mop Head Refill (patented And Trusted Brand) 12 Pcs 11.0 Long Floor Dust Mop Head With Handle (bracket) (patented And Trusted Brand) 6 Pcs 12.0 Floor Cleaner, Concentrated, General Purpose Cleaner Containing A Blend Of Nanionic And Anionic Surfactants For Effective Cleaning, No-rinse, Non-dulling General Purpose Cleaner For Floor Care 5l, Lemon Scent With Fda Approved, Non-corrosive, Eco-friendly, Not Refill Or Repacked By The Bidder/supplier) (patented And Trusted Brand Undergone And Passed Quality Control 20 Gallons
City Of Zamboanga Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 155 K (USD 2.6 K)
Details: Description City Government Of Zamboanga Purchase Request No.: 100-25-01-0340/january 16, 2025 Bids And Awards Committee Villalobos St., Zamboanga City Office Of The: Ocenr Amount: P155,000.00 Sf-good-60 Request For Quotation (53.9 “small Value Procurement”) Sjr Consumer Good Trading Janlee Trading Complex 5mj Marketing Date: February 03, 2025 Quotation No.: 0110 Place Of Delivery: City General Services Office Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions On The Philippine Bidding Documents On Goods, Stating The Shortest Time Of Delivery, And Submit Your Quotation Duly Signed By Your Representative On Or Before February 07, 2025 At 10:00 A.m. Atty. Alexander Eric F. Elias Bac-chairperson Note: All Entries Must Be Typewritten / Legibly Written. 1. Delivery Period.ten (10) Calendar Days. 2. Warranty Shall Be For Three (3) Months For Expendable Supplies And One (1) Year For Non-expendable Supplies From The Date Of Acceptance By The Procuring Entity. 3. Price Validity Shall Be For Thirty (30) Calendar Days. 4. The G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation, If Available. 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 6. Indicate Brand Name And/or Model Of Items Being Offered. If The Brand Name And/or Model Is Not Applicable To The Item Being Offered Indicate The Country Of Origin. 7. Drop Your Quotation In A Sealed Envelope And Properly Labeled, 8. Bidders Are Requested To Submit Philgeps Registration Number/ Philgeps Platinum Certificate, Omnibus Sworn Statement, And Business/mayor’s Permit. 9. The Downloaded Form Must Be Duly Signed By The Bac Chairman Before Submission For The Opening Of Bidding Documents. 10. For Tires And Batteries, One (1) Year Warranty. 11. Bidders Are Required To Indicate Unit Price Per Item, Total And Grand Total, Typewritten Or Legibly Hand-written. 12. Bidders Are Required To Fill Up, Typewritten, Or Legibly Hand-written The Delivery Period, Warranty, And Price Validity. Item No. Item & Description Brand Name And/or Model Qty Unit Unit Price Total 1. Water Pump Specifications (minimum Requirements): - Brand New - 6.0 Hp Engine Type - Gasoline Fuel Type - 3 Liters Fuel Tank Capacity - Recoil Start – Starting System - Self Priming Suction Type - 3 Inches Inlet - 3 Inches Outlet - 8m Maximum Suction Head - Max Flow Rate 35 Cubic/hour - Complete With Standard Frame, Tools And Accessories Estimated Cost: P80,000.00 2 Unit 2. Power Washer Specifications (minimum Requirements): - Brand New - 1.5 Hp Motor Copper Winding - 30 Meters Pressurized Hose - With 5 Meters Intake Hose With Strainer - With 4 Units Sprayer - Complete With Standard Accessories Estimated Cost: P45,000.00 3 Unit 3. Air Compressor Specifications: - 2 Horse Power (minimum) - 20 Meters Chemical Hose With Air Chuck - 2 Units Tyre Gauge Estimated Cost: P30,000.00 1 Unit Purpose For Official Use In The Office Of The City Environment And Natural Resources, This City Delivery Period : Warranty : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At The Prices Noted Above. ____________________________ Printed Name / Signature ____________________________ Tel. No. / Cellphone No. E-mail Address _______________ Date
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Publishing and Printing
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 930.3 K (USD 16 K)
Details: Description Procurement Of Consumable Office Supplies For Q1 And Q2 Of Fy 2025 (2024-12-216) The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 930,336.50 Being The Abc To Payments Under The Contract For Procurement Of Consumable Office Supplies 1. For Q1 And Q2 Of Fy 2025 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 10,000.00. 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 December 17, 2024, 10:00am At The Psds 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 6, 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 6, 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: Alcohol, Ethyl, 500ml 316 Bottles Sign Pen, Fine Tip, 0.5 Black 1146 Pieces Sign Pen, Fine Tip, 0.5 Blue 876 Pieces Battery, Dry Cell, Size Aa 116 Packs Air Freshener 82 Bottles Cleaner, Toilet Bowl And Urinal 60 Bottles Detergent Powder, 1kg 60 Packs Disinfectant Spray 20 Bottles Furniture Cleaner 30 Bottles Hand Soap, Liquid, 500ml 50 Bottles Trash Bag, Large Size 20 Packs Ink, For Stamp Pad 20 Bottles Glue, All-purpose 60 Bottles Staple Wire, Standard 100 Boxes Tape, Masking, 48mm 34 Rolls Tape, Packaging, 48mm 60 Rolls Tape, Transparent, 24mm 60 Rolls Tape, Transparent, 48mm 60 Rolls Twine, Plastic 60 Rolls Clip Backfold, 19mm 30 Boxes Clip Backfold, 25mm 20 Boxes Clip Backfold, 32mm 140 Boxes Clip Backfold, 50mm 84 Boxes Correction Tape 280 Pieces Data File Box 140 Pieces Data Folder 50 Pieces Folder, L-type, A4, 100pcs Per Pack 30 Packs Folder,, L-type, Legal, 100pcs Per Pack 48 Packs Envelope, Documentary, A4 5 Boxes Envelope, Documentary, Legal 10 Boxes Envelope, Expanding, Kraft 16 Boxes Plastic Paper Fastener 90 Boxes Marker Flourescent 50 Sets Marker, Permanent, Black 10 Boxes Marker, Permanent, Blue 10 Boxes Paper Clip, Vinyl/plastic Coated, 33mm 98 Boxes Paper Clip, Vinyl/plastic Coated, Jumbo, 33mm 90 Boxes Stapler, Standard Type 15 Pieces Puncher, Paper, Heavy Duty 15 Pieces Rubber Band No. 18 30 Boxes Scissors, Symmetrical/asymmetrical 50 Pairs Staple Remover,plier-type 20 Pieces Notepad, Stick On, 50mm X 76mm 200 Pads Notepad, Stick On, 76mm X 76mm 200 Pads Paper, Multicopy, A4, 80 Gsm 956 Reams Paper, Multicopy, Legal, 80 Gsm 500 Reams Record Book, 500 Pages 100 Books Toilet Tissue Paper, 2 Ply 100 Packs Ballpen, Black 500 Pieces Ballpen, Blue 500 Pieces Correction Tape 500 Pieces Flash Drive, 64gb 50 Pieces Envelope, Mailing 10 Boxes Brother Ink, Black Btd60 100 Bottles Brother Ink, Magenta, Bt5000 50 Bottles Brother Ink, Yellow, Bt5000 50 Bottles Brother Ink, Cyan, Bt5000 50 Bottles Epson Ink, Black 003 100 Bottles Epson Ink, Magenta 003 50 Bottles Epson Ink, Yellow 003 50 Bottles Epson Ink, Cyan 003 50 Bottles Abc = 930,336.50
Department Of Agrarian Reform Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 614 K (USD 10.5 K)
Details: Description 1. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Through The Cy-2025 National Expenditure Program (nep) Intends To Apply The Sum Of Six Hundred Fourteen Thousand & 00/100 (php 614,000.00) Being The Abc To Payments Under The Contract For Cy-2025 Procurement Of Farm Machineries & Equipments (single Pass Rice Mill) For Rice Production Through Crfpsp – Crfps Project For Dreamco – Datag, Caramoran, Catanduanes (darcat-pb-epa2025-016). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Fme Price /unit Total Price 1 1 Unit – Single Pass Rice Mill Php 614,000.00 Php 614,000.00 Specifications: • Input Capacity;400kgs/hr. Min • Rubber Roll Size; 4" • Hulling Efficiency; 78% Min. • Milling Recovery Index; 0.99 Min. • Percent Head Rice Index; 0.85.min • Milling Degree; Well-milled • Prime Mover; 22hp Water-cooled Diesel Engine With Electric Starter And 3sm Battery With Following Component; 1. Loading Hopper: Platform Made Of Steel 2. Pre-cleaner: Multi-layer Screen For Chaff Stones And Fine Impurity Removal 3. Rubber Roll Huller: Adjustable Inlet Port With Regulated Feeder 4. Whitener: Friction Type 5. Binlid Sifter: Oscillating Tray-type Sifter 6. De-stoner: Separates Stones And Other Heavy Impurities, Mounted On Steel Base Structure 7. Grain Bucket Elevator: For The Pre-cleaner And Ricemill, Abs,hdpe Or Better Plastic Buckets, Adjustable Foot Or Head Roller, Serviceable Cleaning Of Bottom Port 8. Water Tank: Concrete Tank Compatible For Engine Inclusions: • Amtec Tested With Coupled Test Result Both For Ricemill And Engine • Amtec Tested For Engine • With Certificate Of Conformity (engine Only) Issued By Da-bafe • With Namdac Certificate Issued By Da-pcaf • With Permit To Operate Issued By Da-bafe Notes: 1. Includes Training On Operations And Basic Maintenance 2. With Complete Set Of Tools And Accessories 3. With Preventive Maintenace Schedule (pms) 4. Delivered And Installed On Site 5. With Request Authority To Bid 6. Service Provider Should Be With Certifications In Agriculture And Fisheries., Spare Parts Within 5 Yrs. Available In The Philippine Market W/ Attached Evidence & Must Have Service Center Within Region 5. With Approved Test From Manufacturer; With Reflectorized Sticker Printed With Dar Logo (3x3 Inches) & The Words “department Of Agrarian Reform -crfpsp Project” (2x12 Inches); Inclusive Of Field Testing, Demo On Operations & Maintenance, And On-site Delivery; 1 Year Warranty Of Whole Unit. 7. Delivery Period: 60 Days Upon Receipt Of Notice To Proceed (ntp) Total Abc: Php 614,000.00 Vat Inclusive 2. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By A Period Sixty (60) Days. Bidders Should Have Completed, Within At Least 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) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agrarian Reform (dar), Catanduanes Provincial Office And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours (8:00 Am To 5:00 Pm), Mondays Thru Fridays, Valid For The Duration That This Particular Bidding Activity Is Open From December 19, 2024 – January 7, 2025 Until 12:00 Noon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 19, 2024 – January 7, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Mail, Or Through Electronic Means. 6. The Department Of Agrarian Reform, Catanduanes Provincial Office Will Hold A Pre-bid Conference For This Particular Procurement On December 26, 2024, Thursday, 9:00 Am At Dar Catanduanes Provincial Office, Constantino (pob.), Virac, Catanduanes. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 7, 2025 Tuesday, Until 12:00 Noon. 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 Tuesday, 1:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office, Through The Provincial Bids & Awards Committee (bac) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Ma. Katrina M. Sarausa Arpo I /head Bac Secretariat Department Of Agrarian Reform (dar) Catanduanes Provincial Office Brgy. Constantino (pob.), Virac, Catanduanes Cellphone Hotline: 09634442986 Email Address: Bacsec.catan@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website For Online Bid Submission: Bacsec.catan@gmail.com 18 December 2024 Atty. Cherry A. Agmata Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 6.9 Million (USD 118.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court), Brgy. Caigangan, Buenavista, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 6,924,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0046 - Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court), Brgy. Caigangan, Buenavista, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court), Brgy. Caigangan, Buenavista, Marinduque Contract Id No. : 25ea0046 Locations : Brgy. Caigangan, Buenavista, Marinduque Scope Of Works : Construction Of 16 Columns And Footings; Footing Tie Beams; Roof Beams; Slab On Fill; Roof Framing And Roofing Works; Sidings. It Also Includes Electrical Room; Concrete Pedestal; Complete Sets Of Doors And Windows; Painting Works; Formworks; 100mm Chb Walls; Cement Plaster Finish; Storm Drainage And Downspout; Waterproofing; Electrical Works And Solar Panel With Inverter, Battery And Other Devices; Zoning Fee/locational Clearance, Professional Fee, Filing Fee, Occupancy Permit And Electrical Fee. (see Plans For Details) Approved Budget For The Contract : Php 6,924,000.00 Contract Duration : 175 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 02-21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 09, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_yzblzdhlyjitymmxmy00odgyltk2ywqtnwuwmdfhyjuxmwi2%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 21, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Fernan S. Diaz Bac Chairperson Date: January 02, 2025
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: This Request For Information (rfi/sources Sought) Is Issued Solely For Information And Planning Purposes. This Is Not A Solicitation.
there Are 19 Questions At The Bottom Of This Document. Please Answer Them Completely And Thoroughly.
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 15.201(e).
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), 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.
sources Sought/rfi Description
this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 339950 (size Standard Of 500 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing An Mri Room Doorway Protection System That At A Minimum Meets The Brand Name And/or Can Possibly Provide An Equal To Product For The Va Medical Center In Loma Linda, Ca. manufacturer: Aegys item Description: Techgate Auto Mri Doorway Protection System Single Arm
quantity: 2 manufacturer: Aegys item Description: Onsite Installation & Training
quantity: 2 equal To Product Information:
main Component: Mri Doorway Protection System salient Characteristics For Mri Doorway Protection System must: be Compatible To Techgate. This Is The Current System Installed On The Mri Zone Iv Doors At The Va Loma Linda Location.
have (4) Four Mri Conditional Remote-control Transmitters.
have A Standard Outlet Power Supply.
have Mounting Hardware And Mounting Tree Assembly.
have Auto Functionality With An Ir Sensor.
have An Led Ai Smart Arm With Dual Ir Sensors.
have An External Hardwired Power Connection Battery Backup System. the List Of Salient Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. if Your Company Is Interested And Capable Of Providing The Required Supplies, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Salient Characteristics Requirements. For Instances Where Your Company Cannot Meet The Salient Characteristics Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Salient Characteristics Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Salient Characteristics Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a.
(3) 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.
(4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi?
(5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Salient Characteristics?
(6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified.
(8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items?
(10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act?
(12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate.
(13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail?
(14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained.
(15) Does Your Organization Offer A Leasing Solution? Please Elaborate.
(16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s).
(17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract.
(18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
(19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number.
responses To This Notice Shall Be Submitted Via Email To Nathan.munson@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, January 23, 2025 By 4:00 Pm Est. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.
Don Emilio Del Valle Memorial Hospital Tender
Software and IT Solutions
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 574 K (USD 9.8 K)
Details: Description Item Quantity Unit Articles Estimated Price Unit Price 1 5 Unit Computer Desktop (based On Doh Standards, Not Integrated) Specification: 1. Branded - Traditional Tower Desktop 2. Processor: Intel Core I5 Or Up 3. Base Frequency: 2.9 Ghz. 4. Turbo Frequency: 4.8 Ghz. 5. Cache: 16mb Cache 6. No. Of Cores: 8 Cores 7. Lithography: 14mm 8. Threads: 16 Threads 9. Thermal Design: 69w 10. Memory: 8gb Ram Or Higher 11. Storage/hard Disk: 500gb Or Higher Hard Drive, 7200rpm, 3.5 + 256gb Solid State Drive 12. Graphics/video Processor: 4gb 13. Network Interface: Gigabit Ethernet 10/100/1000 14. Wireless Lan: Wi-fi 802.11 Ax; Bluetooth Version 5.0 15. Standard I.o Ports: Front: Two (2) Usb 3.0 Ports; Two (2) Usb 2.0 Ports; Rear: Two (2) Usb 3.0 Ports; Two (2) Usb 2.0 Ports; 16. One (1) Usb Type C Port 17. One (1) Headphone/speaker/combo Jack 18. One (1) Ethernet Rj-45 Port 19. One (1) Hdmi Port 20. One (1) Display Port 21. Pointing Devise: Usb Optical Mouse With No. Mouse Pad 22. Input Device; Usb Keyboard With Numeric Keypad 23. Security: Usb Enabled/disable (via Bios) Power- On Password (via Bios) Setup Password (via Bios) 24. Operating System: Windows 10 Professional 64- Bit Or Higher 25. Software: Ms Office 2013 Or Higher Standard Edition Full Display Screen: 1. Branded 2. 21.5" Led Monitor (vga) + Hdmi) 3. Resolution: 1920 X 1080 70,000.00 2 1 Set Computer Laptop Specification: 1. Branded 2. Operating System: Windows 10 Pro 64 Or Higher 3. Processor: Amd Ryzen 5 5600u (up To 4.2 Ghz Max Boost Clock, 16 Mb L3 Cache, 6 Cores, 12threads) / Or Equivalent 4. Processor Family: Amd Ryzen 5 Processor / Or Equivalent 5. Chipset: Amd Integrated Soc 6. Memory: 8gb Ddr4 -3200 Mhz Ram (onboard) Or Higher 7. Transfer Rates Up To 3200 Mt/s. 8. Number Of User -accessible Memory Slots: 0 9. Storage: 1 Tb M.2 Ssd 10. 25 Gb Dropbox Storage For 12 Months 11. Graphics: Integrated: Amd Radeon Graphics; 12. Software: Ms Office 2013 Or Higher Standard Edition Full 13. Audio: Audio By B&o; Dual Speakers; Hp Audio Boost 14. Power: 65 W Smart Ac Power Adapter; 15. Battery Type: 3 -cell, 43wh Li-ion Polymer 175 G 16. Wireless Connectivity: Realtek Wi-fi Certified 6 2x2) D Q G % Ox5.2 Combo (supporting Gigabit Data Rate 60,000.00 3 5 Unit Computer Printer Specification: 1. Branded 2. Printer Type: All In One Printers 3. Double Sided Printing: Yes 4. Print Method: Inkjet 5. Printer Features: Auto Duplex Printing, Borderless Printing, Integrated Ink Tank System 6. Ports/ Interface: Usb 2.0 7. Print Colour: Colour 8. Printer Connectivity Type: Air Print, Usb, Wifi 9. Paper Input - Paper Tray #1 - Portrait: A4, Letter, Legal, Mexico Legal, India Legal, Folio, Executive, B5, A5, B6, A6, C5 Envelope, Com-10, Dl Envelope, Monarch, Photo (4" X 6")/(10 X 15 Cm), Photo 2l (5" X 7")/(13 X 18 Cm), Index Card (5" X 8")/(13 X 20 Cm) 10. Automatic Document Feeder: Yes 11. Adf Capacity: 10-20 Sheets 12. Power Source: Ac 220 - 240v 50/60hz 13 6 Xs S Ru W Hg 26 :, 1 ' 2 : Lqg7 Sp1/8.1/10 Server 2008/2008 R2/2012/2012 R2/2016 18,000.00 4 1 Unit Scanner Machine Specification: 3-pass Duplex Adf Scanner Type: A4 Flatbed Colour Image Scanner Optical Resolution: 1200 X 1200 Dpi Output Resolution: 501,200 Dpi (in 1 Dpi Increments) Max Document Size: 216 X 297mm Connectivity: Usb 3.0 Supported Os And Applications: Windows Xp / Vista / 7 / 8 / 8.1 / 10, Windows Server 2003 / 2008 / 2012, Mac Os X 10.6.8 Or Later With Free Bundled Applications 34,000.00 5 5 Unit Uninterruptible Power Supply Specification: 1. Branded 2. 1kva Uninterruptible Power Supply (ups) 3. 1000 Va Capacity W/ Built -in Avr 4. Available 4 Outlets At 220 Volts Output 5. Provides Lighting, Transient, Overload 7 Short Circuit Protection 6. 100v -220v At 50 -60 Hz Operation *warranty For All Device And Ict Equiptment: One (1) Year On Parts And Labor From Authorized Service Centers With Global Repair Coverage. *warrants That The Devices/product Purchased, Including Hardware Components And Accompanying Accessories, Shall Be Free From Defects In Material And Workmanship From The Date Of Purchase. * Provides With Prompt And Efficient Support To Address Any Inquiries Or Concerns Related To The Devices/products. * In The Event That The Device/product Develop A Covered Defect During The Warranty Period, And Service Requires The Devices/products To Be Shipped, The Supplier Will Cover The Cost Of Shipping Both Ways For Valid Warranty Claims Within The Warranty Period. Or Replaced The Product/device If Unrepairable Within The Covered Warranty Period. 8,000.00
U S COAST GUARD USA Tender
Security and Emergency Services
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: This Will Be Awarded Based Off Lowest Price Technically Acceptable. general Requirements 1. Scope 1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels. 2. References coast Guard Drawings none. coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements other References none. 3. Requirements 3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract. 3.2 Period Of Performance. The Period Of Performance For This Work Is 14apr2025-02may2025 3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501. 12314_mla_1224_418 43610_bec_1224_751 item 1: Fire Detection System, Inspect And Test 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Inspect And Test Fire Detection System. 1.2 Government-furnished Property. none. 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-436-011, Rev E, Fire Detection Sys Deck Plan (asc436009) coast Guard Drawing 750-wmsl-436-013, Rev C, Fire Detection Sys Cable Running Sheets (asc436010) coast Guard Drawing 750-wmsl-436-014, Rev -, Fire Detection And Control System Schematic (asc436028) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2020, General Requirements surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2020, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 3042 (sflc Std Spec 3042), 2020, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, And Installation surface Forces Logistics Center Standard Specification 5550 (sflc Std Spec 5550), 2022, Fire Prevention And Response surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2020, Requirements For Preservation Of Ship Structures coast Guard Technical Publication (tp) 7001, Swbs 436, May 2007, Fire Detection System (for Hulls 750, 751, 752) other References national Fire Protection Association (nfpa) 72, 2022 Edition, National Fire Alarm And Signaling Code 3. Requirements 3.1 General. 3.1.1 Cir. none 3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative, Who Is Familiar With Siemens Marine Fire And Smoke Detection And Alarm Systems To Accomplish The Following Tasks On-site: provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system. assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system. 3.1.2.1 The Tech Rep Must Be Qualified And Experienced In Accordance With The Requirements Of Nfpa 72, Paragraph 10.5.3, And Provide Evidence Of Qualification According To The Means Of Qualification In Nfpa 72 Paragraph 10.5.3.4. Licensure By The State Licensing Board (from The State In Which The Work Is Performed) As A Contractor Specialized In Fire Protection Systems Is An Acceptable Form Of Evidence For The Purposes Of This Wi. 3.1.2.2 Submit The Tech Rep’s Name And Résumé To The Cor At The Arrival Conference. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Below-listed: sheathing bulkhead Insulation piping electrical Cables 3.1.5 Electrical Work. The Contractor Must Accomplish All Electrical Work In Accordance With Sflc Std Spec 3042, And Test Cables In Accordance With Sflc Std Spec 3041, Except Where Manufacturer-specific Guidance Is Provided For The Fire Detection System. Utilize The Existing Wire Ways For New Cable Runs As Much As Possible. 3.1.5.1 Fire Detection System Continuity And Insulation Resistance Testing Must, As A Matter Of Precedence, Be Tested In Accordance With The Manufacturer’s Instructions As Provided In The System Tech Manual. 3.1.6. Fire Readiness. While The Fire Alarm System Is Down, The Contractor Must Provide Personnel In That Space Who Can Communicate With Ship’s Force In The Event Of A Fire. The Contractor Must Submit A Fire Plan Addressing The Duration Of The Fire Alarm System Losses And Their Methods Of Communication With The Crew To Communicate In An Emergency, And Any Other Applicable Issues From Paragraphs 3.1.2 And 3.1.3 Of Sflc Std Spec 5550. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Required Testing Tools. The Contractor Must Provide And Be Capable Of Operating Recommended Test Equipment In Accordance With The Oem Service And Maintenance Manual. The Calibration Information Required In Paragraph 3.2.6.1.2 Of Sflc Std Spec 0000 Must Be Submitted To The Cor At The Beginning Of The Availability. These Tools Include, But Are Not Limited To: testfire: Multi-stimulus Detector Tester. salwico Solo 330: Smoke Detector Tester. salwico Solo 461: Heat Detector Tester. salwico Vd T-1: Heat Detector Tester. salwico Ir Test Lamp: Flame Detector Tester. salwico Uv Test Lamp: Uv Flame Detector Tester. w8066: Uv Test Lamp. 3.2.1 Password Protection. Fire Alarm Panel Is Password Protected For Software. Prior To Start Work On This Item (i.e. Maximum 5 Days Prior To Tech Rep Arrival) Tech Rep Must Request Password Through Herbert S. Hiller A Division Of The Hiller Companies And Coast Guard Inspector. 3.2.2 Test Plan. The Contractor Must, In Consultation With The Tech Rep, Develop A Test Plan To Clearly Define The Scope Of The Fire Detection System Testing, And Submit To The Cor For Approval. The Test Plan Must Include, At A Minimum, The Annually Required Tests Of Nfpa 72 Table 14.4.3.2, As Applicable To The System Defined By Oem Tech Manuals And The System Drawings. The Plan Should Also Explain How The Contractor Will Minimize Downtime Of The System. Submit A Cfr. 3.3 Fire Detection System Inspect And Test. The Contractor Must Perform Inspection And Test Of The Fire Alarm System In Accordance With Nfpa-72 (i.e. National Fire Alarm And Signaling Code) And Oem Tech Manuals. The Contractor Must Perform 100 % Test On All Field Devices (i.e., Alarm-initiating Devices And Circuits) Listed In The System Drawing. Submit Cfr With Results Of The Inspection And Testing In The First Quarter Of The Period Of Performance. 3.3.1 The Contractor Must Supply And Install Sealed Lead Acid Batteries (i.e. Battery 12 Volt, 2.3 Ah, Quantity 2) Mounted Inside Fire Alarm Control Panel In Accordance With The Oem Tech Manual. Submit A Cfr. note the Contractor Must Perform Only Applicable Test On The Fire Alarm System. Some Of The Test Identified On The Attached Data Sheet May Not Be Required On Installed Fire Alarm System On The Cutter. 3.3.2 The Contractor Must Perform Applicable Tests On The Central Fire Detection System With Assistance From Tech Rep In Accordance With The Oem Tech Manual. These Tests Must Include Fault Detection Tests, Control Unit And Repeater Panel Tests, Cable Tests, And Firmware Verification. Submit A Cfr. 3.3.2.1 Perform Applicable Test As Identified In Nfpa Standard 72 Table 14.4.3.2, Record On A Suitable Checklist Created For The Purpose Of This Test. Submit A Cfr. 3.3.2.2 With Assistance From Ship’s Crew, Verify Signals From Fire Alarm Control Panel To Cgmcs Display Console. 3.3.2.3 The Contractor Must Verify Operation Of The Repeater Panel On The Bridge (pilothouse). 3.3.2.4 Certify That Fire Alarm System On The Cutter Is Operating Properly By Signing The End Of The Test Document With Identification, Company, And Licensing/credentialing Information. This Step Must Only Be Completed Once Repairs Are Completed To The Satisfaction Of The Coast Guard Inspector. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.4 Repair According To Cir Discrepancies. The Contractor Must Make Repairs And Conduct Calibration As Needed To Restore Operability To Malfunctioning Components Within The System. 3.5 Operational Test – Post Repairs. After Completion Of Work, The Contractor Must Witness An Operational Test (by Coast Guard Personnel) Of All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed, To Prove That They Are In Satisfactory Operating Condition. Submit A Cfr. 3.6 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310, Appendix A (cutter And Boat Exterior Painting Systems) And Appendix B (cutter And Boat Interior Painting Systems), Respectively, And As Applicable. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 0000, Appendix A (requirements For Preservation Of Ship Structures). 4. Notes this Section Is Not Applicable To This Work Item.
5921-5930 of 6033 archived Tenders