Battery Tenders
Battery Tenders
Toušice village Tender
Others
Czech Republic
Closing Date24 Jan 2025
Tender AmountCZK 2.4 Million (USD 99.3 K)
Details: Installation of PV on Public Buildings - Municipality of Toušice. Bidders shall prepare a bid according to the specified documents for calculating the price. The bid price for each action shall be indicated in Annex No. 2, and also in Annex No. 4, the competitive bid price is then the sum of all 5 prices of individual actions 1) to 5). The competitive price shall contain the contract implementation documentation prepared by the supplier. At the same time, the contracting authority recommends a visit to the place of performance, which it offers only individually in the call. Important!!!!! Within the framework of the Resiii/2022 call, the usable value of the battery was defined for the batteries, not the nominal one, we ask the participants to respect this condition. The contract includes the so-called. "preparatory work" - See below: - For the avoidance of doubt and to avoid any questions regarding the clarification of this tender documentation, the contracting authority emphasizes that this public contract is awarded with reference to the Design and Build form. - The tenderers are obliged to state their bid price in Annex No. 4 - Cover sheet of the tender, which will be part of their tender. - Annex No. 3 - Study - Basis for preparing the tender for actions 1) to 5) is with reference to the Design and Build form (design and build) the entire scope of the public contract documentation for construction works and the list of construction works, supplies and services for the preparation of the implementation documentation
Bureau Of Fisheries And Aquatic Resources Region Viii Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 460.4 K (USD 7.9 K)
Details: Description Please Quote Your Lowest Price Inclusive Of Vat On The Following Item/s Or Lot/s Listed Below, Subject To The Terms And Conditions Of This Rfq, And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 10, 2025, At Bids And Awards Committee Of Bfar 8, 3rd Floor Mrgp Commercial Bldg, Marasbaras, Tacloban City. For More Information, Please Call The Bac Secretariat At Telephone Nos.: 888-0381 (local 1003) Or Browse The Philgeps Website. Item/job Description: Lot 1 Seaweed Laboratory Supplies 1 Adhesive Silicone Sealant Guns 1 Piece 2,000.00 2 Air Controller Bulb For Aquarium Or Fish Tank, Plastic Or Rubber 200 Piece 1,600.00 3 Apron 10 Piece 2,000.00 4 Balloon Stick 200 Piece 1,000.00 5 First Class Towel (100% Cotton, 29"l X 13.5"w) 5 Piece 1,500.00 6 "heat Gun, Heavy Duty Voltage/frequency?220?/50hz-60hz •input Power?2000w •temperature?60-650°c •air Flow Speed?250l/min-500l/min" 2 Piece 4,000.00 7 Microfiber Super Absorbent Hand Towel, White & Large 10 Piece 2,500.00 8 Multi-purpose Fire Extinguisher 10lbs, (non Conducting And Non Corrosive Chemicals),original 1 Unit 4,500.00 9 Adhesive Sealant Silicon Glue(waterproof),300ml 10 Piece 3,000.00 10 Small Plastic Stool Chair For Laundry 10 Piece 2,500.00 11 Standard Ceiling Orbit Electric Fan, 18 Inch, Heavy Duty 2 Unit 6,000.00 12 Utility Knife, 2" Long, Original Stainless Steel 20 Piece 7,600.00 13 Washing Gloves,rubber 10 Pair 1,500.00 Seaweed Laboratory Other Supplies 14 Surgical Gloves, Lightly-powder Nitrile Examination Gloves, 50/box Fully-textured, Ambidextrous, For Medical Use, Non-latex, Non-sterile, Medium 50 Box 31,500.00 Lot 2 Seaweed Laboratory Supplies 1 Carboys, Plastic With Cover, Clear 10l Capacity 80 Piece 56,000.00 2 Cooler Box, 30l Capacity 2 Box 5,000.00 3 Cooler Box, 52l Capacity 2 Box 6,000.00 4 Culture Jars,1000ml 200 Bottle 150,000.00 5 Styrobox, 20l Capacity 10 Box 8,000.00 6 Styrobox, Size: 39.5 X 23 X 31.5cm, 7kls Capacity 10 Piece 5,000.00 7 Styrobox,31.5 X 23.5 X 33.5cm,3kls Capacity 10 Piece 4,000.00 Lot 3 Epsdp First Aid Kit And Medical Kit 1 Anti-mosquito Lotion,500ml 15 Bottle 9,000.00 2 Antibacterial Heavy Duty Plastic Bandages 3 Box 600.00 3 Antidiarrheals Capsules, 2mg 1 Box 700.00 4 Antihistamine,10mg 1 Box 600.00 5 Bandages (4inch) 10 Roll 1,000.00 6 Cotton,150g 5 Pack 250.00 7 Dextromethorphan Hbr Phenylpropanolamine Hcl Paracetamol 1 Box 300.00 8 First Aid Kit Composition: (2 Roll Dhesive Bandages; 4 Roll Adhesive Bandage Tape Small Size; 1 Bot. Rubbing Alcohol 250 Ml; 1 Bot. Antiseptic Solution 150ml; 5 Pcks Gauze Pads Each Size ( Sizes: 2x2x12, 3x3x12 & 4x4x12); 1 Pack Cotton Swabs; 1 Tube Burn Oitment; 1pc Tweezer Small; 1 Pc Scissor Small; 1pc Hot Packs & 1 Pc. Cold Packs; 1 Pc. Thermometer; 5-10 Pcs. Sterile Gloves; 1 Tube Antibiotic Ointment; 1 Tube Hydrocortisone Cream; 1 Blister Packs Each Of The Ff. Otc Medicines; Acetaminophen,antihistamin,bismuth Tables Cold Medicines; Ibuprofen,laxative;loperamide;throat Lozenges; 1pack Antiseptic Wipes (10 Pvs/pack); 1 Pc. Led Flashlight (small) With Batteries) 3 Box 4,725.00 9 Ibufropen Tablet, 200mg 1 Box 350.00 10 Mefenamic Acid/ponstel, 500mg 1 Box 1,200.00 11 Petrolleum Jelly, 50ml 5 Bottle 450.00 12 Phenylephrine Hcl Chlorphenamine Maleate Paracetamol + Zinc,500mg 1 Box 450.00 13 Phenylephrine Hcl Chlorphenamine Maleate Paracetamol,2mg/10mg/500mg 1 Box 350.00 14 Povidone Iodine 10% Wound Solution 120ml 3 Bottle 1,050.00 15 Sunblock(body And Face Lotion, Spf 50,100ml) 10 Bottle 15,000.00 Lot 4 Seaweed Laboratory Other Supplies 1 Glass Slide 5 Box 1,000.00 2 Pippetor Single Channel (0.5-10ul) 2 Piece 4,000.00 3 Pippetor Single Channel (1-2.5ul) 2 Piece 2,000.00 4 Pippetor Single Channel (1-2.5ul) 1 Set 1,000.00 5 Pippetor Single Channel (100-1000ul) 2 Piece 4,000.00 Lot 5 Seaweed Laboratory Other Supplies 1 "dive Booties (sizes:37&38&40-1pair,39&45-2pairs,42-5pairs) Made Of High Quality 3mm Neoprene/polychloroprene, Ultra Lightweight And Comfortable" 12 Pair 24,000.00 2 Diving Gloves, 1.5mm Wear-resistant & Non-slip Snorkeling Gloves (large-6 Pairs & Medium-6 Pairs) 12 Pair 9,600.00 3 "adjustable Diving Fins For Outdoor Snorkeling Dimensions: S/m:39.*17.5cm L/xl:41*18cm" 6 Pair 10,200.00 4 Fisherman Hat/bucket Hats,cotton And With Strap 18 Piece 5,400.00 5 Rashguard,up And Down, Large Size 14 Set 21,000.00 6 Scuba Hood/wetsuit Hood, 3mm Thermal Neoprene/polychloroprene (large Size) 10 Piece 7,000.00 7 Leakproof Snorkel Set (anti-fog Swimming Snorkeling-goggles Glasses With Easy Breath And Dry Snorkel Tube) 12 Set 30,000.00 Terms And Conditions: 1. That The Winning Bidder Shall Deliver The Items To Bfar 8-regional Office-marasbaras, Tacloban City 2. That The Materials Must Be Brand New And In Good Condition; 3. That The Winning Bidder Shall Deliver The Items Within 30 Days Upon Receipt Of The Purchase Order; 4. That The Winning Bidder Must Specify The Technical Description And Brand Being Offered; 5. That The Payment Shall Be Made After The Complete Delivery Of Items, Inspected By Bfar's Duly Authorized Representative, Documents Completed, And Papers Processed. Bidders Must Submit The Following Documents: 1.) Philgeps Registration Number 2.) Mayor's Permit 3.) Request For Quotation (rfq) 4.) Omnibus Sworn Statement (oss)* *for Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. *for Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. *for One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form.
Municipality Of Sibunag, Guimaras Tender
Software and IT Solutions
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 217.2 K (USD 3.7 K)
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-014– Purchase Of Office Supplies Mcr, Oma & Mho The Municipality Of Sibunag Through The 2025 Mooe- Office Supplies Intends To Apply The Sum Of Sixty-two Thousand Five Hundred Five Pesos (62,505.00), 2025 Mao-mooe (office Supplies) Intends To Apply The Sum Of Seventy Thousand Pesos (70,000.00) & 2025 Mho-mooe (office Supplies) Intends To Apply The Sum Of Seventy Thousand Pesos (84,783.00) Total Abc (217,288.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-014-purchase Of Office Supplies Mcr, Oma & Mho. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-014– Purchase Of Office Supplies Mcr, Oma & Mho. Delivery Of The Goods Is Required 30 Calendar Days. Bidders Should Have Com-pleted, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bid-ding Documents, Particularly In Section Ii. Instructions To Bidders. 2. 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 Re-public Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bid-ding Documents At The Address Given Below From 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31 To Febru-ary 10, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Docu-ments In The Amount Of Five Hundred Pesos (p500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of Feb-ruary 10, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 7. Bid Opening Shall Be On 1:15 Pm Of February 10, 2025 At Assessor’s Office, Sibunag Municipal Hall, Da-sal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag 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. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Purchase Of Office Supplies Mcr, Oma & Mho Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: February 10, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost Project I - Mcr 1 Bond Paper Subs. 20 Legal Size 8.5" X 13" Reams 40 2 Bond Paper Subs. 20 A4 Reams 10 3 Bond Paper Subs. 20 L Size 8.5" X 11" Reams 35 4 Certificate Holder Short A4 Pcs 12 5 Record Book 300 Pages Pcs 5 6 Sticker Paper Matte (long) 20pcs/pack Packs 10 7 Pencil Sharpener (big) Pcs 1 8 Stamp Pad Pcs 2 9 Cork Board With Wooden Frame (2x3 Feet) Pc 1 10 Wall Mounted Whiteboard With Frame And Eraser (2x3 Feet) Pc 1 11 Mailing Envelope Long,white 4 1/2 X 9 1/2 Pcs 800 12 Brown Envelope Long Pcs 60 13 Whiteboard Pen Pcs 7 14 White Folder (long) Pcs 50 15 Expanded Envelope Pcs 20 16 Arch File Long, Horizontal Green Pcs 10 17 Arch File Long, Horizontal Black Pcs 10 18 Rotary Stapler 360 Rotation Pcs 1 19 Staple Wire No. 35 (5000 Staples) Boxes 5 20 Staple With Remover Pcs 3 21 Glue All Purpose 240 Gms Bottles 2 22 Ballpoint Pen, Black, Plastic Cylinder 12 Pcs/box Boxes 5 23 Ballpoint Pen, Red, Plastic Cylinder Pcs 6 24 Sign Pen, Black 0.5 Dozens 2 25 Isopropyl Alcohol 6l Gallon 1 26 Dish Cabinet Organizer 5 Layers Pc 1 27 Marker Pen (black, Broad) Pcs 3 28 Highlighter Marker Pen ( Yellow Green, Yellow) Pcs 2 29 Binder Clips (black) 1" (12 Pcs/box) Boxes 5 30 Binder Clips (black) 1" 1/4" (12pcs/box) Boxes 5 31 Binder Clips (black) 2" (12pcs/box) Boxes 5 32 Paper Fastener Vinyl Coated (colored) Boxes 5 33 Portfolio Expandable Bag With Handle (long) Pcs 3 34 Wall Clock With Battery (round Shape) Pc 1 35 Air Freshener 320ml(lemon And Lavender Scent) Bottles 2 36 Glass Cleaner 500ml With Spray Bottles 3 37 Fabric Conditioner Sachet Dozens 12 38 Garbage Plastic Bag, Black (large) Rolls 5 39 Dishwashing Paste 400g Pcs 15 40 Laundry Powder 65gms Dozens 12 41 Bleach Cleaner 1l Bottles 5 42 Toilet Bowl Cleaner 1l Bottles 3 43 Garbage Bin With Swing Cover Rectangular 28l (green&blue) Pcs 2 44 Hand Towel (colored) Dozens 1 45 Melamine Soup Bowl Pcs 8 46 Door Mat (cloth) Pcs 6 47 Tornado Mop With Spin Dry Bucket Set Pc 2 48 Extension Cord 5 Gang 10 Meters Pc 1 49 Cartridge Lq310 (epson) Pcs 20 50 Computer Universal Ink Refill (black) Bottles 1 51 Printhead For Epson L360 Black Pc 1 52 Printhead For Epson L360 Colored Pc 1 Sub-total: Project Ii - Oma 1 Bondpaper, Short-sub 16 Reams 17 2 Bondpaper, Long-sub 16 Reams 16 3 Bondpaper, Long-sub 20 Reams 35 4 Bondpaper, Short-sub 20 Reams 35 5 Folder White, Long-good Quality Pcs. 300 6 Molar Box (big) Pcs. 55 7 Log Book/record Book (300 Pages,169 Mm X 280 Mm) Pcs 3 8 Log Book/record Book (150 Pages,tablet Size) Pcs. 3 9 Laid Paper(8.5x11,85 Gsm,20 Sheets/pack, Color - Ivory)) Packs 20 10 Sticker Paper(10 Sheets/pack) Packs 2 11 Scotch Tape(1 Inch) Pcs 15 12 Masking Tape(2 In.) Pcs 10 13 Plastic Envelope, Long Pcs. 20 14 Plastic Envelope, Short Pcs. 20 15 Expanding Envelope Pcs 10 16 Plastic Envelope With Handle(good Quality) Pcs 15 17 Fastener(plastic) Box 10 18 Dtr - 100 Pcs./pad Pad 3 19 Stapler Big(no. 35 W/ Staple Wire Remover) Pc 3 20 Staple Wire No. 35 Box 10 21 Pencil With Eraser # 2 Pcs 35 22 Ballpen-black,good Quality Pcs. 75 23 Sign Pen Black (0.5) Pcs. 20 24 Pentel Pen Re-fill Ink (black) Pcs. 3 25 White Board Marker(black,bullet) Pcs. 10 26 Permanent Marker(black, Broad) Pcs. 10 27 Correction Tape Pcs. 50 28 Stick-on Notes (76 Mm X 76 Mm) 100 Sheets/pad Pad 10 29 Paper Clip,plastic-big Box 10 30 Paper Clip,plastic-small Box 15 31 Computer Ink Compatible With Epson L121(magenta #664) 70 Ml Bot. 2 32 Computer Ink Compatible With Epson L121(cyan #664) 70 Ml Bot. 2 34 Computer Ink Compatible With Epson L121(yellow #664) 70 Ml Bot. 2 35 Computer Ink Compatible With Epson L3210(black #003) 65 Ml Bot. 20 36 Computer Ink Compatible With Epson L3210(magenta #003) 65 Ml Bot. 4 37 Computer Ink Compatible With Epson L3210(cyan #003) 65 Ml Bot. 4 38 Computer Ink Compatible With Epson L3210(yellow #003) 65 Ml Bot. 4 39 Multi-purpose Glue,130 Gms. Pcs. 5 40 Detergent Powder (200 Gms) Dozen 3 41 Fabric Conditioner Antibac (25ml/pack) Dozen 3 42 Bathroom Tissue, 2 Ply Pcs. 20 43 Dishwashing Liquid,500 Ml/bottle Bot. 4 44 Bleaching Liquid(original,900 Ml/bottle) Bot. 2 45 Ribbon(fabric, 1.5 In, Yellow) - Good Quali-ty Roll 2 46 Ribbon(fabric, 1.5 In, Blue) - Good Quality Roll 2 47 Paper Cutter(good Quality) Pcs 10 48 Scisors(big, Good Quality) Pcs 5 49 Puncher (heavy Duty, Double Hole) Pcs 2 Sub-total: Project Iii Item Description 1 Bond Paper Short, S20 Cactus Ream 10 2 Bond Paper Long, S20 Cactus Ream 30 3 Bond Paper ,( A4 ) Ream 20 4 Brother Ink ( Black ) 108.0ml ( Bt D60bk ) Btls 4 5 Brother Ink(colored) ( Bt5000y)( Bt5000c)( Bt5000m) Btls 4 6 Folder Long ( White) Pcs 25 7 Folder Short ( White) Pcs 25 8 Pencil Mongol No. 2 Box 4 9 Brown Enveloped ( Short ) Pcs 25 10 Brown Enveloped ( Long ) Pcs 25 11 Plastic Enveloped ( Long) Pcs 25 12 Plastic Enveloped ( Short ) Pcs 25 13 Scissors ( 6" Big ) Pcs 8 14 Diswashing Liquid,refill Pouch ,1 Liter Liter 5 15 Correction Tape Pcs 20 16 Correction Pen 9ml Pcs 8 17 Scotch Tape 1" Pcs 10 18 Scotch Tape 2" Pcs 10 19 Masking Tape 1" Pcs 10 20 Masking Tape 2" Pcs 10 21 Ballpen ( Black ) Box 20 22 Signed Pen 0.5 Box 8 23 Molar Files Color ( Blue Or Green ) Pcs 7 24 White Board Marker Box 3 25 Double Sided Tape 1" Pcs 8 26 Record Book 500 Pages Pcs 5 27 Garbage Plastic Bag Large ( Black , Green , And Yellow ) Roll 50 28 Door Mat Pcs 8 29 Dust Pan ( Plastic ) Pcs 5 30 Staple Wire No. 35 Box 5 31 Stapler No.35 W/ Staple Remover Box 8 32 Glue 130 Grams Pcs 10 33 Broom,soft Broom W/ Handle Pcs 5 34 Detergent Powder,65grams Sachet Doz 15 35 Cutter , Heavy Duty ( Big ) Pcs 5 36 Clear Book Long ( Green ) Pcs 5 37 Plastic Cover Thick Roll 1 38 Plastic Paper Fastener ( Short ) Box 8 39 Record Book 150 Pages Pcs 5 40 Plastic Folder ( Long Transparent ) Pcs 8 41 Plastic Folder (short Transparent ) Pcs 8 42 Sticker Paper A4 Size 80gsm Sheets 10 43 Board Paper ( Pale Cream) 8.5" 11 Inches, 10s Per Set Sheets 100 44 Lysol Antibacterial Disinfectant Spray 1000ml Bottle 10 45 Disinfectant Solution I Gal. Gal 5 46 Tornado Mop Bucket Is Made Of Plas-tic. Pole Is Pc 2 Made Of Stainless. Stell: 360 Degress Rotating Mop Head; Bucket Measure-ment 47 Rice Cooker, 4 Liters Pcs 1 Sub-total 75total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Be: The Name Of The Contract Is Purchase Of Office Supplies Mcr, Oma & Mho The Identification Number Of The Contract Is Bid No. 2025-014 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Ten Thousand Eight Hundred Sixty-four Pesos And 40/100 (10,864.40) If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or The Amount Of Not Less Than Two Thousand Nine Hundred Forty-nine Pesos (6,518.64.00) If Bid Security Is In Surety Bond. 19.3 In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.2 Bidders Shall Submit License As Offie Supplies 21.2 Additional Contract Documents Relevant To The Project That May Be Re-quired By Existing Law And/or The Procuring Entity.
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 255 K (USD 4.3 K)
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-02-16 Attention : All Service Provider Subject : Advertisement Date : February 6, 2024 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). Description Unit Qty Unit Price Total Abc/cost Food And Venue For The Meeting/conference For Towards A Culture Of Excellence: Implementation Of The Result-based Performance Management System For The Curriculum Innovation In Sdo Camarines Sur Food (2 Snacks And 1 Lunch) With Venue For 85 Participants @ Php 600.00/pax X 5 Days = Php 255,000.00 Pax 85 3,000.00 255,000.00 Technical Specifications For Food: I. Menu Day 1 (march 27,2025) Am Snack Cheese Tuna Sandwich Pineapple Juice In Can Lunch 1 Regular Serving Of Beans W/ Minced Meat 1 Regular Serving Of Breaded Porkchop 1 Cup Of Steamed Rice 1 Bottle Of Mineral Water 1 Serving Of Lechetin, Combination Of Gelatin And Leche Flan Pm Snacks 1 Regular Serving Pancit Guisado 2 Sliced Garlic Bread 1 Bottle Of Mineral Water Day 2 (may 22,2025) Am Snacks 1 Regular Serving Of Chicken Sandwich With Potato Chips Pineapple Juice In Can Lunch 1 Regular Serving Chicken Pork Adobo 1 Regular Serving Of Pinangat 1 Cup Of Steamed Rice 1 Regular Serving Of Buko Pandan Cake 1 Regular Serving Of French Onion Soup 1 Bottle Of Mineral Water Pm Snacks 1 Regular Serving Of Sotanghon Guisado 2 Sliced Toasted Bread Pineapple Juice In Can Day 3 (july 24,2025) Am Snacks 1 Regular Serving Of Hamburger Pineapple Juice In Can Lunch 1 Regular Serving Of Buttered Vegetables 1 Regular Serving Of Fried Chicken 1 Cup Of Steamed Rice 1 Regular Serving Of Coffee Jelly 1 Bottle Of Mineral Water Pm Snacks 1 Regular Serving Of Macaroni Salad 1 Regular Serving Of Clubhouse Sandwich Orange Juice In Can Day 4 (september 25,2025) Am Snack 1 Regular Serving Of Banana Cake Orange Juice In Can Lunch 1 Regular Serving Of Roasted Pork Asado 1 Regular Serving Of Fresh Lumpia 1 Cup Of Steamed Rice 1 Serving Of Leche Flan 1 Bottle Of Mineral Water Pm Snacks 1 Regular Serving Of Bijon Guisado 2 Sliced Of Garlic Bread Pineapple Juice In Can Day 5 (november 27,2025) Am Snacks 1 Regular Serving Of Buko Pie Pineapple Juice In Can Lunch 1 Regular Serving Of Buttered Chicken 1 Regular Serving Of Sayote W/ Shrimp 1 Cup Of Steamed Rice 1 Serving Of Fruit Salad 1 Bottle Of Mineral Water Pm Snacks 1 Regular Serving Of Miki Bijon 2 Pcs. Ube Pandesal Mango Juice In Can Ii. Conditions 1. Meal Coverage (5 A.m. Snacks, 5 Lunch, 5 P.m. Snacks) For The Participants 2. Date: March 27, May 22, July 24, September 25 & November 27, 2025 3. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 4. With Water Dispenser And Purified Water 8.with Assigned Waiters And Head Waiter During The Event Proper Technical Specifications For Venue: I. Availability Of Function Rooms 1. One (big) Air Condition Session Hall That Can Accommodate 85 Participants For Day 1 Sessions (march 27,2025) With 9 Round Tables,10 Chairs Per Table 1 Rectangular Table For Secretariat And 1 Long Table And Chairs For Vips And Guest. 2. One (big) Air Condition Session Hall That Can Accommodate 85 Participants For Day 2 Sessions (may 22,2025) With 9 Round Tables,10 Chairs Per Table 1 Rectangular Table For Secretariat And 1 Long Table And Chairs For Vips And Guest. 3. One (big) Air Condition Session Hall That Can Accommodate 85 Participants For Day 3 Sessions (july 24,2025) With 9 Round Tables,10 Chairs Per Table 1 Rectangular Table For Secretariat And 1 Long Table And Chairs For Vips And Guest. 4. One (big) Air Condition Session Hall That Can Accommodate 85 Participants For Day 4 Sessions (september 25,2025) With 9 Round Tables,10 Chairs Per Table 1 Rectangular Table For Secretariat And 1 Long Table And Chairs For Vips And Guest. 5. One (big) Air Condition Session Hall That Can Accommodate 85 Participants For Day 5 Sessions (november 27,2025) With 9 Round Tables,10 Chairs Per Table 1 Rectangular Table For Secretariat And 1 Long Table And Chairs For Vips And Guest. Ii. Location And Site Condition 1. Venue Must Be Within Naga City For The Accessibility Of The Participants And Geographical Reason 2. With Access To Main Roads And National Highways. 3.with Free Parking Space With Could Accommodate At Least 5-10 Cars 4.venue Must Be Conducive For Intensive Writeshop. Preferably Free From Noise Or Noise Proof Session Hall. Iii. Neighborhood Data 1. Sanitation And Health Condition - Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station - Proximity To Police And Fire Stations Iv. Venue 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1 Session Room - 1 Session Hall 2.1.1 Arrangement Of Tables And Chairs Must Be Properly Organized 2.1.2 With Round Tables And Chairs Per Day Session Per Hall 2.1.3 With 1 Long Table And 5 Chairs For The Vips And Guest 2.1.4 With 1 Rectangular Table For Secretariat 2.1.5 Front Stage Must Be Free From Obstruction From The View Of The Participants 2.1.6 One (1) Lcd Projector (specification: Vz580 Wuxga And Vx610ga) Wide Screen, Complete Set Of Sound System,2 Microphone (if Wireless, Provision Of Extra Batteries) 2.1.7 One (1) Podium / Lectern For Each Hall 2.1.8 Hotel I.t. Staff On Stand-by In The Session Hall 2.1.9 Unlimited Access To Internet / Wifi And At Least 100 Mbps. 2.1.10 Free Backdrop, Lay Out Approved By The End-user Care Of The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 4 X 8 Ft. Size 2.1.11 Extra Extension Cord That Can Be Used By The Participants 2.2 Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall 3. Facilities 3.1 Water Supply And Toilet – With Continuous Clean Water Supply And With Equal Access For All Participants 3.2 Lighting System – With Uninterrupted Electrical Supply 3.3 Elevator – With Elevator Going To The Venue 3.4 Fire Escapes – With Fire Escapes, Structure In Compliance With The Standard Provided By The Building Code Of The Philippines. 3.5 Fire Fighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguisher And Automatic Sprinklers 3.6 Internet And Telecommunications - Unlimited Access To Internet/wifi. Internet Bandwidth Should Not Be Lower That 100 Mbps. With Other Internet Provider As Back Up 4. Other Requirements: 4.1 Maintenance - Maintain Cleanliness/disinfection Of Hall And Restrooms. Refilling Of Tissue Paper In Comfort Rooms. 4.2 Attractiveness -with Ambiance That Promotes Learning Note: Partial Billing For The Winning Supplier. Total 255,000.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: February 10, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬7 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd. Arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: This Request For Information (rfi)/sources Sought disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far Part 15.201(e). sources Sought Description this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 561621. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 15 Network Contracting Office, Is Seeking Sources That Can Provide The Following:
contractor Shall Provide The Maintenance Of The Va Police Security System And Repair The Security System As Required By The Statement Of Work (sow) At The Va Medical Center, St. Louis, Missouri (herein After Referred To As Vamc). the Vamc St. Louis Has Two Divisions Located As Follows: John Cochran Division (jc), 915 North Grand Blvd., St. Louis, Mo 63106 And Jefferson Barracks Division (jb), #1 Jefferson Barracks Drive, St. Louis, Mo 63125. it Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Brand Name. if You Are Interested And Are Capable Of Providing The Sought-out Services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? is Your Company Considered Small Under The Naics Code Identified Under This Rfi? are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? does Your Company Have An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Above? If So, Please Provide The Contract Number. please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described Above. please Provide Your Uei Number. responses To This Notice Shall Be Submitted Via Email To James Hogue At James.hogue@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5th At 1700 Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
statement Of Work security System Maintenance i. Description this Service Contract Requires The Furnishing Of All Labor, Material, Equipment, Supervision, Management, Tools, Transportation, And Supplies For The Complete Maintenance And Corrective Maintenance Services To The Security System At The John Cochran (jc) Division And Jefferson Barracks (jb) Division Of The Va Medical Center (vamc), St. Louis, Missouri. a. Contractor Shall Furnish All Labor For Normal, Routine And Emergency Maintenance, 24 Hours Per Day, 365 Days A Year. b. The Contractor Is Responsible For Providing Field Updates To As-built Drawings And Associated Documentation As Tests And Maintenance Is Performed. The As-built Drawings Will Be Provided By The Vamc For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 31 Of This Document. c. All Material Used In The Course Of Normal, Routine And Emergency Corrective Maintenance, Testing And Inspections Are Included; Except See Vandalism, Paragraph Iii. All Parts Shall Be Of Current Manufacturer And Shall Have Full Versatility/compatibility With Presently Installed Equipment. All Replacement Parts For Access Control Must Be Fips 201 Compliant. Stl Va Is Currently Using A 75-bit Card For The Va Piv Credential. d. Any Material Provided Outside This Contract For Adds, Moves, Changes, Act Of God, Etc., Will Be Provided To The Vamc At The Contractor S Preferred Customer Rate For Labor And Materials. e. In Addition; The Contractor Is Required To Provide The Below Listed Administrative Duties For The St Louis Medical Center: (1) Create C*cure Reports Requested By The Various Services. Update Schedules Of Reports And Report Parameters. Update Reports As Equipment Is Added Or Deleted. Approximately 3 Hours Per Month. (2) Add And Delete C*cure Operators As Needed. Minimal Amount Of Time (maybe Once Every Three Months) (3) Manage Active Directory To Include Adding And Deleting Users And Resetting Passwords. Minimal Amount Of Time (maybe Once Every Three Months) (4) Maintain Cisco Equipment For Campus Interconnection. (5) Provide Preventative Maintenance On Access Control, Video And Intercom System To Reduce Downtime Of Same. Minimum Of 16 Hours Per Week. (6) Will Be Required To Maintain A Bench Stock Of Spare Parts Provided By The Va Medical Center To Be Used In Emergency Situations (7) Will Be Required To Maintain Four Client Pcs And Four Servers, Including Keyboards, Mice And Speakers. (8) As New Buildings Come Online Under The Jb And Jc Major Construction Projects The Contractor Will Be Responsible For The Initial Entry Of All The Security Related Hardware (to Include Istars, Card Readers, Receivers, Relays, Duress Buttons Etc.) In The Master Application Server And The Satellite Server. In Addition; The Contractor Will Be Responsible For Adding All The New Video Surveillance Equipment Into The March Networks System ii. Quality Control: all Employees Of Vendor And Subcontractors Working On Site Shall Comply With Va Security Management Program And Obtain Permission Of The Va Police, Be Identified By Project And Employer, And Restricted From Unauthorized Access. All Contractors Who Work On Site Must Have A Photo Id Badge Issued By The Va Police. Applicants For An Id Badge Will Be Required To Provide Personal Data And Undergo A Background Check. contractor S Service Technicians Used To Meet The Requirements Of A-e Below Shall Reside Within A 1.25-hour Radius Of The Spot Located Directly Between The Two Locations: a. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Factory Trained And Certified In The Software House Ccure 9000, And No Less Than Three (2) Employees Who Have Successfully Passed The Software House Ccure 9000 Advanced Integrator Certification. b. Contractor Must Have One (1) Or More Software House Ccure 9000 Enterprise Architecture Certified Technicians, Competent In The Commissioning, Programming And Maintenance Of A Ccure 9000 Mas/sas Configuration. c. Contractor Shall Be Capable Of Providing At Least Six (6) Employees Who Are Factory Trained And Certified In The March Networks R5 Platforms. d. Contractor Shall Have At Least One Employee Who Is Factory Certified In The Stentofon Alphacom Intercom System. e. The Contractor Shall Have At Least Two Employees Who Are Factory Certified On The Salto Locking Computer Software Program, And The Associated Hardware Installed. f. The Contractor Shall Insure That They Have At Least One Certified Technician Available 24/7 365 Days A Year That Lives Within A 1.25 Hours Radius Of Both The Jc And Jb Campus . iii. General Maintenance Requirements: system Components: the System Includes Components Of The System, Both Audio And Visual, Including But Not Limited To Motion Detectors, Wiring, Circuitry, Duress Buttons, Electronic Cameras, Monitors, Nvr S, Switches, Alarms, Card Readers, Computers, Boards, Intercoms, Equipment For Data Transmission And Storage And Other Items Described Herein At The Jc And Jb Divisions Of The Va Medical Center. all Components And Accessories Of The System Will Be Covered Under This Service Contract. all Systems Shall Be Left Functional At The Close Of Each Workday. a. Network all Devices Supported As Part Of This Contract Reside On The Security Network. This Includes But Is Not Limited To Fiber Optics Converters, Switches, Ups S, Csu/dsu S And All Other Devices To Make A Complete And Working, Full Gigabit Backbone, Security Network. The Network Includes The Link Between Campus Dedicated To Use By The Security Systems. b. Access Control System the Access Control System Is A Ccure 9000. this Includes, But Is Not Limited To: Access Control Panel, Panel Power Supplies, Lock Power Supplies, Card Reader, Request To Exit Devices, Door Position Switches And Electronic Locking Hardware. electronic Locking Hardware Including Maglocks, Electric Strikes, Electrified Locksets, Delayed Egress Hardware, Electric Latch Retraction, And Electric Trim Devices. the System Is Used To Monitor Certain Alarms. Devices To Monitor These Alarms Include Wireless Receivers, Transmitters, Specialized Contacts And Motion Detectors. the Contractor Will Be Required To Keep The Ccure 9000 System Properly Licensed And Under A Software Support Agreement With The Factory, Maintaining At Least The Current Level Of Licensure. A Copy Of The License Details Is Available Upon Request. The System Includes A Configuration Of One Mas And Two Sas S Both With Bidi Interface. This Will Require License Renewal On An Annual Basis. c. Cctv System: coverage Of The March Network Cctv System Shall Be Part Of This Agreement. This Includes The Network Video Recorders (nvrs), Encoders, Wireless Transmission Equipment, Ethernet Transmission And Extenders, Switches, Camera Power Supplies, And Camera. cameras Consist Of Indoor, And Outdoor, Fixed And Ptz, As Well As Analog And Ip. d. Intercom there Are Four Different Intercom Systems In Use That Will Be Covered Under This Maintenance Agreement. A Bogen Intercom System Covering Seven Doors At Jc, Six Aiphone Door Intercom Systems (total For Both Campuses), A Stentofon All Ip Intercom System With Six Intercom Stations, And Six Emergency Phone Intercom Stations. e. Security Servers And Workstations multiple Pcs And Servers Make Up The Security System. These Include Three High Availability Enterprise Servers Built And Tuned Specifically For Operation With Ccure 9000. These Servers Include Raid Redundancy, Dual Power Supplies And All Required Windows Server And Sql Licensing. Two High End Workstations Are Used For The Dispatch Function And Are Each Capable Of Driving Up To Eight High Resolution Large Format Monitors. Two Badging Workstations With Associated Cameras And Pvc Card Printers Are Also A Part Of The System. As A Part Of The Servers And Workstations, Lcd/led/plasma Monitors Are In Use. Of Particular Note Are The Eight Large Format Monitors; Five At Jc And Four At Jb. the Contractor Will Be Responsible For Providing Their Own Service Workstations As Desired; However, At A Minimum, At Least One Service Workstation Shall Be Provided For The Jb Campus (this Workstation To Remain The Property Of The Contractor). g. Stand Alone Locking System a Salto Hotel Style Access Control System Is Used In The Fisher House Bldg.#59 And The Domiciliary Bldg.#3 At The Jb Campus. Salto Readers Are Battery Operated And Requires To Be Monitored And Batteries Need To Be Replaced Approximately At The 2/3 Of The Rated Duty Cycle. Full Support Of The System Must Be Included. i. As-builts (record) Drawings: After Contract Award, The Contractor Will Be Provided With The Vamc As-built Drawings For The Entire Security Alarm System For The Equipment Listed In Table Nos. 1 Through 28. Engineering Service Will Provide The Initial Computer Disk Of As-built Drawings For The Contractor To Maintain And Update. These Drawings Are Not Completely Accurate. The Contractor Is Responsible For Providing Field Updates To The Drawings As Tests And Maintenance Is Performed. Up To Date As-builts Shall Be Submitted Every Four (4) Months On Autocad Version 12 To The Contracting Officer Representative (cor). ii. Maintenance Manuals: Maintenance Manuals Shall Be Provided And Include Original Manufacturer S Catalog Cuts On All Equipment Installed, Internal Wiring Diagrams Showing Points Of Connection, Terminal Points Wiring Color Code And Tag Notation, As Well As Instructions For Troubleshooting The System In The Event Of A Malfunction. In Addition To The Operating And Maintenance Manuals, A Complete Materials List Of Systems, Including The Address And Phone Numbers Of The Local Supplier Of Each Item Shall Be Provided. The Maintenance Manuals Shall Be Submitted To The Cor Every Four (4) Months Along With The As-builts. iii. Vandalism: Vandalism Is Defined As Renewals Or Corrective Maintenance Necessitated By Reasons Of Negligence Of Misuse Of The Equipment By Persons Other Than The Contractor, His Representatives And Employees, Or By Reason Of Any Other Cause Beyond The Control Of The Contractor, Except Normal Wear And Tear. Claims For Additional compensation For Repair Of Vandalism Will Be Considered Upon Presentation Of Satisfactory Evidence That Vandalism Has Occurred. During Normal Working Hours, The Contractor Shall Contact The Cor Or His Designee And Have Them Verify The Damage Prior To Repair Of Vandalism. During Off-duty Hours, The Contractor Shall Contact Police Service To Verify That The Damage Will Be Noted On The Service Ticket As Repair Of Vandalism. All Parts Replaced Due To Vandalism Shall Be Returned To The Government. If The Contractor Is Called To Make Corrective Maintenance Identified As Vandalism And So Noted, Billing Will Be For Time Spent At The Vamc Only. Travel Time And Expenses Will Be Charged. iv. Acts Of God. Corrective Maintenance Necessitated By Reason Of Acts Of God Will Be Processed In The Same Manner As For Vandalism. v. Malfunctions: All Malfunctions Located During Inspection/maintenance And Repair Shall Be Reported To The Cor. The Report Shall Include A Narrative Of Malfunction And The Recommended Method Of Correction. The Government Requires Problems To Be Corrected Within Twenty-four (24) Hours Of Being Identified In Addition To The Required Documentation. vi. Report Of Services 1. During Normal Working Hours, 8:00 To 4:30 P.m., Monday Through Friday, The Contractor Shall Report To Va Police Operations Center At The Jc Division And The Officer S Work Area Bldg. #1 Jb Division To Sign In And Out. Contractor Shall Then Notify The Cor, Police Service As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Them Before Leaving, And Advise The Cor On The Status Of System. 2. During Off-duty Hours, 4:30 P.m. Through 8:00 A.m., Monday Through Friday, Holidays And Weekends, The Contractor Shall Report To The Va Police Operations Center At Jc Division And Va Police Officer S Work Area, Bldg. #1 At Jb Division To Sign In And Out. Contractor Shall Then Notify Police Service (on-duty Supervisor) As To The Repair Being Made Or Maintenance Performed. Contractor Shall Also Notify Police Service (on-duty Supervisor) Before Leaving, And Advise Supervisor On The Status Of System. 3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments. iv. Maintenance/corrective Maintenance: a. Maintenance Services: Maintenance Is To Be Provided To All Equipment And Components Listed Herein: 1. The Contractor Shall Make Thorough Technical Inspections Of Equipment And Perform Necessary Maintenance In Accordance With Manufacturer S Recommendations And Commercial Practices Governing Maintenance For This Type Of Equipment. 2. All Equipment Including All Components And Accessories Shall Be Cleaned, Inspected, Adjusted, Calibrated, And Tested Prior To The Inspection Scheduled For Sixty (60) Days From Date Of Contract Award. 3. After The Initial Servicing Sixty (60) Days From Contract Award, All Equipment Will Be Cleaned, Inspected, Calibrated And Tested Once Every Twelve (12) Months, With The Exception Of The Pan Tilt Zoom Cameras Which Will Be Cleaned, Inspected, Calibrated And Tested Once Every Six (6) Months. Prior To The Commencement Of Work, The Contractor Shall Submit To The Cor, A Preventive Maintenance Schedule For All Devices Along With Procedures. b. Inspection: 1. Va Medical Center Representatives (police Service) And A Representative Of The Contractor Will Jointly Inspect The Security System And All Components To Verify That All Systems Have Been Properly Maintained And Are Functioning In The Manner For Which They Are Intended. This Inspection Will Take Place In The First Month Of Performance Of This Contract And The Anniversary Month In Subsequent Years. The Contractor Shall Demonstrate At This Time That All Components Of The System Are Functioning Properly And State The Type Of Preventive Maintenance That Has Been Performed On The Equipment. 2. Within Ten (10) Calendar Days After Inspection Conclusion, The Contractor Shall Submit A Written Report (original And One Copy) To The Cor Citing The Components Inspected, Working Condition And Preventive Maintenance Performed To Date. The Report Will Be Completed In Accordance With The Provisions Of Paragraph Iv, Subparagraph D., Reporting. 3. When A Problem Has Been Identified As Caused By Lack Of Training Or System Knowledge Of The Vamc Staff, Contractor Shall Furnish Appropriate Information In Writing Or Verbally To Educate User Or Users As To Appropriate Procedures To Follow To Prevent Reoccurrence. Training For User Error And Technical Advice That Is Provided By Phone, Correspondence Or Personal Instructions Are Considered Part Of This Service Contract. 4. Reprogramming Of Software Due To Memory Loss, Software, And Firmware Updates Are Considered Part Of This Contract. 5. Time Spent By Service Contractor In Travel And Diagnostic Time For Assessing Cause Of System Failure Or Problem Is Considered Part Of This Service Contract. Once It Is Determined That The Problem Is Outside The Contract, Time And Material Spent To Repair Or Replace Components Of System Are Considered Additional Billable Items. A Quick And Accurate Diagnosis Is In Everyone S Best Interest. Proper Authorization Will Be Required. No Work Can Proceed Until A Purchase Order (p.o.) Number Is Issued. 6. If Door, Hardware, Or Other Component That Is Not Part Of Security System Needs Adjustment Or Replacement, Contractor Shall Have To State Corrective Action Needed To The Cor. The Necessary Security System Corrective Maintenance Shall Be Accomplished After Medical Center Personnel Have Completed Their Repair Work (diagnostic Time Is Part Of The Contract). 7. Assistance At The Head End Equipment Will Be Provided By The Va Police Supervisor While Preventive Maintenance Is Being Provided By The Contractor. Assistance Of The Va Police Supervisor Must Be Prearranged And Coordinated By The Contractor. c. Response To Calls For Repair Service 1. Emergency Corrective Maintenance: A Repair Person Shall Be On The Premises And Provide Corrective Maintenance /trouble Shooting Initiated Within Two (2) Hours After Receipt Of An Emergency Call. 2. The Alarms For The Following Facilities/areas Have Been Assigned A Security Classification Of Critical/highly Sensitive. Trouble Alarms In Either Of These Categories Require A Two (2) Hour Response Time As Specified In C.1. jc Division (a) Methadone Dispensing Area Bell Street Clinic (b) Agent Cashier Area Room B102f Bldg. 1 (c) Canteen Safe Area Room C303 Bldg. 1 (d) Bldg. 3, Irm Area 1st Floor Bldg. 3 (e) Inpatient Pharmacy Room B405 Bldg. 1 (f) Pharmacy Cache 2nd Floor Bldg. 1 (g) Emergency Room Doors Er Bldg. 1 (h) More Than 3 Istar Failures Bldg. #1 (patient Care Areas) (i) C*cure Computer Failure Room C106 Bldg. 1 jb Division (a) Pharmacy Outpatient Room 1c22 Bldg. 55 (b) Pharmacy Cache Room 1c35 Bldg. 55 (c) Agent Cashier Room 1b105 Bldg. 55 (e) Canteen Retail Office Section Room G010 Bldg. 24 (f) Pharmacy Bldg. 55 (g) Mental Health Sally Port Doors Wards N1, N3 West Bldg. 51 (h) C*cure Computer Failure Room 1e08 Bldg. 1 (i) Failure Of The Mas Or Sas Room 1e11a Bldg.1 3. Non-emergency (routine) Corrective Maintenance: All Other Areas Not Classified As Critical/highly Sensitive When Reported, Shall Be Considered Non-emergency (routine) corrective Maintenance. A Repair Person Shall Be On The Premises And Initiate Repair/trouble Shooting Within One (1) Working Day After Receipt Of A Routine Maintenance Call. In No Instance Should Any Component Remain In A Fault/non-operational Status Exceeding Two (2) Working Days. 4. Failure Of The Contractor To Respond To The Requirements Of Emergency Call Back Period Within Two (2) Hours And To Non-emergency Corrective Maintenance Within One (1) Working Day, May Be Cause For Termination Of This Contract For Cause When Two (2) Occasions Of Non-compliance Occur. 5. If This Contract Is Terminated Because Of Contractor S Failure To Provide Services In Accordance With Contract Requirements, Payment Will Be Made For The Contractor S Services That Have Been Provided Through The Termination Date. No Payment Will Be Made For Any Scheduled Maintenance Services That Have Not Been Provided By The Contractor Prior To Termination Of This Contract. d. Reporting 1. At The Completion Of Each Test, Repair And Maintenance Service, The Contractor Shall Provide A Verbal Report To The Cor Or His Designee On Duty Of Any Devices Or Systems That Were Found Not To Operate Properly Before Leaving The Medical Center. This Includes Location, Problems That The Malfunctioning Device May Cause, And Date When Corrective Maintenance Will Be Completed. 2. Written Reports: On Completion Of Each Inspection And Maintenance Service, The Contractor Shall Furnish A Written Report, Within Ten (10) Calendar Days Of Completion Of The Maintenance Or Inspection. Report Shall Be Legible And Provide, As A Minimum, The Following Information: date Of Service location Of Service exact Component type Of Service service Performed (t-test, C-clean, A-adjust, Cal-calibrate, L-lubricate). final Condition Of Device (wp-working Properly, Mal-malfunctioning, Etc.) inspector Or Inspectors Initials 3. Failure Of The Contractor To Report Before And After Performing A Repair Or Maintenance Work Shall Be Cause For The Va To Withhold Monthly Payments. 4. Statement Of Power Related Problems By The Contractor Shall Be Substantiated By Documentation Utilizing The Appropriate Power Recording Equipment. The Contractor Must Also Present Information From The Manufacturer That The Recorded Conditions Would Cause Problems With The Equipment Before It Is Determined That Corrective Maintenance Is Not Covered By The Contract. e. Acceptance By Contractor: Contractor Shall Accept The Existing Security System, All Accessories And Components, Listed Herein, In Its Present Condition And Shall Maintain Such System In Strict Conformance With The Specification Requirements. The Following List Of Components Is Intended As A Guide To The Equipment Covered Under This Contract. Note That These Quantities May Be In Error By As Much As + Or 10%. The Specific Location Of Each Device Is Listed In Table Nos.1 Through 28 Of This Document. v. Emergency Calls: Contractor Shall Be Required To Have An Answering Service To Relay And Dispatch Emergency Calls. No Separate Phone Numbers Or Beeper Numbers Other Than The Main Company Number Will Be Accepted For Service Requirements. vi. Quality And Performance Standards: All Performance Under This Contract Must Be Of High Standards And Must Conform To Good Trade Practices. All Service Under This Contract Shall Be Rendered Promptly And Efficiently Upon Receipt Of An Official Order. All Work To Be Performed Under This Contract Is Subject To Inspection By The Va To Insure Compliance With All Terms And Conditions Of This Contract. vii. List Of Tables: See Section D Attachments. table No. Description 1 John Cochran Building #1 2 John Cochran Building #2, 2a, 2b 3 John Cochran Building #3 4 John Cochran Building #4 5 John Cochran Building #6 6 John Cochran Building #7 7 John Cochran Building #5t 8 John Cochran Building #1t 9 Jefferson Barracks Building #1 10 Jefferson Barracks Building #24 11 Jefferson Barracks Building #23 12 Jefferson Barracks Building #51 13 Jefferson Barracks Building #52 14 Jefferson Barracks Building #53 15 Jefferson Barracks Building #18 16 Jefferson Barracks Building #3 17 Jefferson Barracks Building #3t 18 Jefferson Barracks Building #56 19 Jefferson Barracks Building #25 20 Jefferson Barracks Building #75 21 Jefferson Barracks Building #55 22 Jefferson Barracks Building #54 23 Jefferson Barracks Building #57 24 Jefferson Barracks Building #58 25 Jefferson Barracks Building #60t 26 Jefferson Barracks Building #60 27 Jefferson Barracks Building #55
28 Jefferson Barracks Fisher House #59
29 Jefferson Barracks Building #2
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort.
the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice.
the Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below.
documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Uei Number (f) Cage Code (g) Tax Id Number (h) 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.)?
(i) Is Your Company Considered Small Under The Naics Code Identified Under This Ssn/rfi? (j) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? (k) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (l) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (m) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work.
(n) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (o) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? (p) Please Provide General Pricing Of Your Products/solution For Market Research Purposes
(q) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (r) Please Provide General Pricing Of Your Products/solution For Market Research Purposes
(s) Must Provide A Capability Statement That Clearly Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. statement Of Requirements
tissue Processors
kansas City Va Medical Center description/specification/statement Of Requirements
intent: Kansas City Va Medical Center Is In Need Of Renting/leasing Two Tissue Processors To Use In The Preparation Of Tissue Samples Obtained From Veteran Patients. This Preparation Is Necessary To Produce Slides For Review By Pathologists For Diagnostic Purposes. requirement: The Instrumentation Shall Have The Capability To Diffuse Solutions Into Biological Specimens To Ensure That Proper Embedding Occur. new Equipment Shall Be Acquired For The Required Laboratory. Refurbished, Discontinued, Or Previously Owned Units Are Not Acceptable. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. general Requirements:
primary Analyzer(s) Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements). operational And Technical Features- The Instrumentation Offered Shall Be Approved By The Food And Drug Administration (fda) And Have The Following required Salient Characteristics vacuum Infiltration Tissue Processor.
must Be A Floor Standing Model Not To Exceed The Following Dimensions: 32 X 28 X 61 Inch (width X Depth X Height).
must Be Moveable To Allow Access To Serviceable Parts For Staff And Service.
must Have Touchscreen Interface.
must Have A Process Capacity Of Up To At Least 400 Cassettes (blocks) Per Run.
must Have The Option Run Different Protocols Simultaneously On One Instrument. must Provide The Option For Specimen Tracking System That Can Record Cassette Id And Quantity, As Well As User Id, In Order To Track Tissues Samples Loaded.
must Allow Use Of Commercially Available, Nonproprietary Brands Of Reagents And Reagent Substitutes.
must Have Reagent Tracking System Available To Track Reagent Type And Lot.
reagent Reservoirs Must Allow Easy Access For Changing Of Reagent Solutions.
must Have A Reagent Management System To Allow Rotation Of Solution Groups For Optimum Processing. The Reagent System Should Involve As Little Hands On As Possible For Safety (both Employee Exposure And Specimen Safety) Reasons. For Safety To Include Built In Systems To Minimize Exposure To Chemical Fumes.
instrument Must Track Reagent Quality And Concentration For Optimal Use.
instrument Must Automatically Rotate Reagents Based On Quality And Concentration.
hot Paraffin Is Exchanged Without Manual Handling. must Be Capable Of Holding Up To 10 Processing Programs.
must Have A Battery Back-up System (ups) For Electrical Outages.
must Have Audible And Visually Displayed Alarms For System Malfunction.
must Allow For Delayed Start And End Times Of Processing With Auto-calculation.
installation Requirements
vendor Must Supply The Following Items In Sufficient Quantities For Initial Operation.
all Reagent Bottles With Attachments And Labels.
activated Carbon Filters.
metal Cassette Basket (baskets) With Handles And Dividers To Complete Up To A 300 Cassette (block) Run. any Necessary Hoses.
any Other Parts And Reagents Needed To Allow For Immediate Training And Use After Installation. The Contractor Is Responsible For Any Missing Parts And Components Not Included In The Order To Carry Out The Installation.
method Performance/validation Requirements:
method Performance/comparison Shall Be At The Expense Of The Contractor, Shall Include Reagents And Be Consistent With Current Clinical Laboratory Standard Institute (clsi) Guidelines, College Of American Pathologists (cap) Standards And Related Federal Regulations.
support Features:
start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories And Any Other Required To Establish Instruments For Operation For Performance Of Acceptance Testing. This Applies To All Equipment As Well As Additional Or Replacement Equipment Placed Under The Terms And Conditions Of This Contract. The Contractor Shall Perform/assist, To The Satisfaction Of The Government, All Validation Studies. The Contractor Shall Perform All Of The Statistical Analysis Provide A Hardcopy Of Data In An Organized, Clearly Comprehensible Format. documentation: a Current Editable Standard Operating Procedure Shall Be Provided. a Printed, Electronic Copy Or Both, Of The Operator S Manual And Technical Manual Shall Be Provided.
the Document(s) Shall Be Formatted In Accordance With Current, Approved Clsi Guidelines. Electronic (cd Format).
at A Minimum, Electronic Copies Of Safety Data Sheets (sds) Shall Also Be Provided. updates To All Procedure Manuals In Microsoft Word Format And Sds Sheets In Electronic Format Shall Be Provided When Package Inserts Are Modified.
training:
the Contractor Shall Provide An Instrument Training Program That Is Coordinated With And Timely To The Equipment Installation, Sufficient To The Size And Scope Of The Facility S Services. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair. If Applicable, Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant, If Applicable. equipment Preventative Maintenance/repair Service. the Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On Instrumentation, And Any Incremental Support/ancillary Equipment, E.g., Ups, Line Conditioner, Etc. Offered According To The Following Terms:
service Requirements preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer S Operator S Manual And Within 2 Weeks Of The Scheduled Due Date. a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hour(s). equipment Repair Service Shall Be Provided During Core Business Hours. Core Business Hours Are 8:00 Am To 5:00 Pm. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel. equipment Repair Response Time Shall Be On The Same Day Or No More Than 24 Hours. service Must Be Provided By A Local Technician a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following:
date And Time Notified date And Time Of Arrival serial Number, Type, And Model Number Of Equipment time Spent For Repair And Proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call. vendor Will Supply Any Parts Necessary To Keep The Equipment Operational. if Upgrades Or Changes In Technology Render A Piece Of Equipment No Longer Necessary, Contractor Shall Remove Said Piece At Contractor S Expense.
upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Upgrades That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Contract; However, It Does Refer To Significant Changes In The Hardware Operational Capability.
ancillary Support Equipment - The Contractor Shall Provide, Install, And Maintain Through The Life Of The Contract, As Indicated, Any And All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer (if Necessary), Filters, Preventative Maintenance, And Repair, Etc.), Printers And Universal Interface Equipment, Ups And Ups Batteries, Line Conditioners, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Etc. commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software. characterization Of Waste The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated. the Determination And Description Shall Address The Following:
waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24)
waste Ignitability (reference 40 Cfr §261.21)
waste Corrosivity (reference 40 Cfr §261.22)
waste Reactivity (reference 40 Cfr §261.23) hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31)
discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33)
solid Waste (reference 40 Cfr §261.2)
exclusions (reference 40 Cfr §261.4)
the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices. contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response:
barium (total)
cadmium (total)
chromium (total)
copper (total)
cyanide (total)
lead (total)
mercury (total)
nickel (total)
silver (total)
zinc (total)
arsenic (total)
selenium (total)
tin (total)
ph flash Point (to Higher Than 200â°f)
bod; Biochemical Oxygen Demand
the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether Or Not The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System.
implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After The Award Of The Contract. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All Of The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government. upon Award Of A Contract, The Transition Period For The Awarded Contract To Have All Equipment And Peripherals Installed And Operational By April 30 Or Mutually Agreed Upon Date. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed.
contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. The Plan Should Include Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents, And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Contract For Cause Under The Termination For Cause Clause Of The Contract. at The End Of 120 Days From Award Of The Contract, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Contract.
standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Contract] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor S Technical Specification Of Effectiveness Of 90% Or More. if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue On A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days.
if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled Termination For Cause. (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.)
operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor S Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition.
during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When More Than The Minimum Of 100 Hours. the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes. during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor And/or Contracting Officer To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer S Instructions, Shall Be Solely That Of The Contractor. The Same Terms And Conditions Apply To Ancillary/support Equipment Provided Under This Contract, I.e., Water System Ups, Etc. government S Responsibility- The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer S Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph.
ownership Of Equipment- Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer. as Applicable, The Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility.
contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Contract
as Applicable, All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Retained By The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Contract Or Disposal Or Return Of The It Equipment, Whichever Is Earlier.
as Applicable, Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: contractor Must Accept The System Without The Drive. va S Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation. important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act.
however, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open. any Response To This Source Selection From Interested Parties Must Be Received Nlt 02/07/2025, 1500 Pm Est. attention: Arlie Lindsey, Contracting Specialist. email: Arlie.lindsey@va.gov
please Reference 36c25525q0141 Tissue Processors Lease/rent Kcvamc In The Subject Line. please Provide Your Unique Entity Id So That Your Organization Can Be Identified In Sam.gov And Vetbiz If Organization Is Claiming Sdvosb Preference. only Organizations With An Active Sam.gov Account Can Be Considered. utilize This Link To Either Start A New Registration Or To Renew The Organization S Registration. https://sam.gov/content/home
DEPT OF THE ARMY USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Request For Information (rfi) subject: Inspection, Preventive Maintenance And Emergency Repairs/replacement Services For The Emergency Power Supply Systems (epss) For The Chemical Biological Center (cbc) Located At Aberdeen Proving Ground - Edgewood Area, Md, 21010 this Is A Request For Information (rfi) Only – This Rfi Is Issued Solely For Information And Planning Purposes. This Is Not A Request For Proposals (rfp) Or A Request For Quotations (rfq); It Is Strictly A Rfi. Neither Unsolicited Proposals Nor Any Other Kinds Of Offers Will Be Considered In Response To This Rfi. No Contract Will Be Awarded Pursuant To This Announcement. This Notice Does Not Constitute A Commitment By The United States Government To Contract For Any Supply Or Service Whatsoever. All Information Submitted In Response To This Announcement Is Voluntary; The United States Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The United States Government. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp Or Rfq, If Any Is Issued. 1.0 Disclaimer: This Rfi Is Issued Solely For Market Research Information And Planning Purposes And Does Not Constitute A Solicitation. Neither Unsolicited Proposals Nor Any Other Kind Of Offers Will Be Considered In Response To This Rfi. Responses To This Notice Are Not Offers And Will Not Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. Responses To The Rfi Will Not Be Returned. At This Time, Questions Concerning The Composition And Requirements For A Future Rfp Will Not Be Entertained. 2.0 Subject: The Cbc Is Conducting Market Research To Assess The Commercial Availability Of Inspection, Preventive Maintenance And Emergency Repairs/replacement Services For Their Epss’. the Anticipated North American Industry Classification System Code (naics Code) Is 811210 (electronic And Precision Equipment Repair And Maintenance). in Response To This Sources Sought Notice, Please Provide The Following: do You Have The Capabilities To Perform The Work Required For This Effort? is Your Company Classified As A Large Or A Small Business? are There Any Concerns You Foresee With This Requirement? responses To This Notice Shall Be Submitted Via Email To Michele A. Connolly At Michele.a.connolly.civ@army.mil. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Friday, January 31, 2025, At 4:30pm Est. If A Solicitation Is Issued, It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. 3.0 Description: This Is A Non-personal Services Contract To Provide Routine Inspections, Maintenance, Operational Testing, Repairs, Replacement And Emergency Service Response For The Emergency Power Supply Systems (epss) At Combat Capabilities Development Command (devcom), Chemical Biological Center (cbc) Aberdeen Proving Ground, Md. The Contractor Will Provide All Services In Accordance With (iaw) National Fire Protection Association (nfpa) 110, Most Recent Version, For Level 1, 2 And 3 Equipment, Tm 5-685, National Electrical Code (nec)/nfpa 70 And Manufacturer’s Published Procedures. A Current List Of All Equipment To Be Maintained As Part Of The Epss Is Included In Attachment A – Master Generator Equipment Listing. There Are Currently (35) Systems In Place Requiring Service. 3.1general Requirements: The Contractor Shall Perform Provide Routine Inspections, Maintenance, Operational Testing, Repairs, Replacement And Emergency Service Response This Includes All Labor, Materials, Consumables, And Equipment Necessary To Accomplish The Contract Requirements Required To Successfully Complete The Inspection, Maintenance And Repairs, For The Continued Operation Of Cbc’s Epss’. 3.2technical Qualifications. The Contractor Shall Be Qualified In The Maintenance And Repair Of The Types Of Emergency Power Supply Systems (epss) Used In Research Laboratories, Hospitals Or Large-scale Medical Facilities, Specifically All Makes/models Listed In Attachment A – Master Generator Equipment Listing. The Contractor Shall Have The Ability To Provide Twenty-four (24) Hour Service And Have A Response Time For Emergency Calls Of No Less Than 2 Hours . The Contractor Shall Provide Proposed Communication Procedures With Phone Numbers And Emails Of Both Primary And Secondary Contacts And Answering Machines With Instructional Messages/ Voicemail Will Not Be Acceptable. The Contractor Shall Submit Satisfactory Manufacturer Or General Certification Of Personnel Training For Manufacturers Listed In Attachment A – Master Generator Equipment Listing. All Technicians Performing Services On This Contract Must, At A Minimum, Maintain The Apprenticeship Level Certification Provided By The Electrical Generating Systems Association (egsa). All Journeyman Level Technicians Shall Maintain Journeyman Certification Obtained Through The Egsa, Have At Least Five (5) Years Of Experience On Any Of The Following Generators: Katolight, Kohler, Caterpillar, Cummins And/or Similar Commercial Generators And Shall Be Proficient In Programming And Troubleshooting Of Electronic Programmable Logic Controllers. At A Minimum, One Qualified Journeyman Must Be Onsite At All Times During Performance Of Pws Requirements. 3.3 Quality Assurance: The Government Will Evaluate The Contractor’s Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Primarily Focuses On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With Designated Performance Standards. The Qasp Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Minimum Acceptable Defect Rate(s). 3.3.1 Quality Control Plan (qcp) - Contractor Shall Develop And Maintain A Qcp To Ensure Services Are Performed In Accordance With (iaw) This Pws. The Contractor Shall Develop And Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. The Contractor's Qcp Is The Means By Which It Assures That The Work Provided Complies With The Requirements Of The Contract. The Qcp Shall Be Submitted To The Contracting Officer (ko) And Contracting Officer’s Representative (cor) Within 30 Days Of Contract Award. 3.4 Hours Of Operation. The Contractor Must Perform All Scheduled Work Under This Contract (including Meetings) During Normal Business Hours (0700 – 1630), Unless Requested By The Cor. . These Hours Can Be Augmented Or Adjusted As Required To Accommodate Scheduled System Outages During Low Demand Hours For Maintenance, Or To Make Repairs In The Event Of An Unscheduled Service Interruption. The Government Reserves The Right To Change Hours Of Operation Or Restrict Contractor Access. 3.5 Contractors Accessing A Dod Facility Or Installation. The Contractor Shall Ensure That All Personnel (including Subcontractors) Assigned To Perform Work Associated With The Tasks Described In This Pws Have Been Screened Through Standard Employment Background Checks. Contractor And All Associated Sub-contractors Employees Shall Comply With Adjudication Standards And Have A -tier I Investigation With Favorable Results. The Contractor Shall Provide Proof Of These Screenings Upon Request By The Cor. Some Epss’ May Be Located In A Secure Area That Requires Escort. 4.0 Performance Requirements. 4.1 Inspection, Preventative Maintenance And Operational Testing. All Routine Maintenance And Operational Testing Shall Be Performed In Accordance With The Standards Of Nfpa 110 As Well As Manufacturer’s Recommendations, Instruction Manuals And The Authority Having Jurisdiction. A Maintenance Schedule For All Epss Equipment Included In This Contract Is In Attachment B – Epss Schedule. This Document Details All Requirements To Be Completed During Inspection, Preventative Maintenance And Operational Testing For All Epss’. Maintenance Schedules Shall Be Adhered To And Shall Follow The Published Intervals For Level 1 And 2 Equipment, To Include Monthly, Quarterly, Semi-annual And/or Annual Work. 4.1.1 Exercising Under Load. All Epss’s In Service Shall Be Exercised For A Minimum Of (30) Minutes, Using One Of The Following Methods: 4.1.1.1 Loading That Maintains The Minimum Exhaust Gas Temperatures As Recommended By The Manufacturer. 4.1.1.2 Under Operating Temperature Conditions And At Not Less Than 30 Percent Of The Eps Standby Nameplate Kw Rating Equivalent Loads (load Banks) Used For Testing Shall Be Automatically Replaced With The Emergency Loads In Case Of Failure Of The Primary Source. 4.1.2 Transfer Switches (ats). Transfer Switches Shall Be Operated Monthly Iaw Nfpa 110, 8.4.6.1. The Contractor Shall Also Perform Semi-annual Maintenance And Testing Of The Ats To Include The Following Operations: 4.1.2.1 Checking Of Connections 4.1.2.2 Inspection Of Testing For Evidence Of Overheating And Excessive Contact Erosion 4.1.2.3 Removal Of Dust And Dirt 4.1.2.4 Replacement Of Contacts, When Required. 4.2 Repairs, Emergency Service And Replacement Parts. The Contractor Shall Be Responsible For Any Repairs Needed On Any Piece Of Equipment Listed In Attachment A Throughout The Period Of Performance Of This Contract. All Repair Work Must Be Done Iaw Nfpa 110 For Level 1, 2 And 3 Equipment, Tm 5-685, Nec/nfpa 70, And Manufacturer Recommendations. Any Repair/replacement Required Outside Of The Normal Maintenance And Repair Identified In Attachment B Epss Maintenance Schedule, Must Be Submitted To And Approved By The Contracting Officer’s Representative (cor), Via A Quote, In Advance Of Any Work Being Executed. 4.3 Unscheduled Service And Repair Calls. These Calls Are Generally Routine Calls That Consist Of Correcting Failures, Which Do Not Immediately Impact Daily Operations. The Contractor Shall Be On Site To Troubleshoot And Diagnose The Problem Within (12) Hours Of Notification. 4.4 Emergency Service And Repair Calls. Emergency Calls Consist Of A Failure During An Exercise Or During An Actual Utility Power Outage. Failures Will Impact Daily Operations And/or Critical Mission Requirements, And The Contractor Shall Be On Site To Troubleshoot And Diagnose The Problem Within (2) Hours Of Emergency Notification. 4.5 Emergency Re-fueling And Delivery. In An Emergency Situation, Such As During A Weather Event Or If Apg Department Of Public Works (dpw) Supply Is Depleted Or Cannot Provide Fuel In Time To Keep Equipment Running, The Contractor Shall Provide All Necessary Services, Equipment, Personnel, Delivery Services And Materials Required To Provide Diesel Fuel Delivery. These Services Can Occur 24x7 During Normal Business Periods And During Catastrophic Or National Disasters. 4.6 Backup Generators. The Contractor Must Have At Least (2) Portable Generators Available At All Times, To Use As Temporary Replacements Should An Epss Included On This Contract Be Placed Out Of Service. 4.7 Emergency Replacement Of Existing Generators. The Contractor Should Supply And Install All Components, Materials, And Labor Required To Replace Any Of The Existing Generators Covered Throughout This Pws, As Needed Should It Be Deemed Irreparable. This Includes Automatic Transfer Switches, Backup Emergency Generators And Fuel Tanks. This Includes All Electrical Mechanical, Civil And Permitting Work Needed To Properly Install The Generator According To State And Local Codes. Equipment Shall Be Installed According To Manufacturer's Instructions. Installation Of The Unit Shall Be Performed By Licensed Electricians And Other Certified Installers. The Contractor Shall Make All Connections To The Building's Panel Boxes, Required Interfaces With The Electrical Company And Provide Any/all Enhancements Or Updates To The Electrical Lines. The Proposed Installation Must Comply With Local, State, And Federal Regulations For Permanent Mount Emergency Generators And Adhere To All Applicable National Electrical Codes ("nec"), And National Fire Protection Association ("nfpa") Codes. The Contractor Must Also Coordinate With Local Power Company, Currently City, Light & Power For All Outages Needed To Complete The Work. 4.7.1 The Contractor Shall Provide All Labor And Materials Necessary To: (a) Remove And Reconnect Feeder For Temporary Generator And Prepare For New Generator. This Shall Include Supplying And Hooking Up Emergency Power Generator For Temporary Connection Until Completion Of Installation And Satisfactory Load Bank Run Of New Generator. (b) Remove Old Generator And Appurtenances To Include Removal Of The Existing Concrete Slab And Appurtenances If Existing Site Is Determined To Not Be Reuseable. (c) In The Instance Where The Current Pad Site Is Determined To Be Unusable For Direct Replacement, The Contractor Shall Install A New Concrete Pad To Accommodate The New Generator Per Set Manufacturer’s Specifications. The Contractor Shall Follow All Local And Installation Permitting Requirements To Obtain All Required Permits. (d) The Contractor Will Install The New Generator And Set-up Mounting(s) Per Manufacturer’s Specifications. The Contractor Shall Connect Generator Start Circuit, Battery Charger And Sump Heater, As Applicable, To Nearest Available Power Supply; Connect Fuel Supply To New Generator; Verify Installation And Perform Start-up Checks, Transfer And Load Bank Testing To Ensure Proper Operation Of All Electrical And Mechanical Components. Contractor Is Responsible For Clearing All Work Debris And Material From Removal/installation Sites And Disposing It Properly. (e) If Applicable, The Contractor Will Install And Disconnect Any Government Furnished Temporary Emergency Generator. The Contractor Shall Include The Cost Of Connection/disconnection Of A Temporary Furnished Generator. Generator Shall Be Set Up And Tied Into Existing Emergency Feeds And Automatic Start Circuit. 4.7.2 Excavation Clearances: Contractor Shall Obtain An Excavation Permit (ep) From The Construction Branch Of Dpw Before Starting Any Excavation Work. The Contractor Shall Initiate The Permit Process By Filling Out The “excavator Section” Of The Ep, And Submit Through Inframap Located In The Basement Of Building 4304. Processing Will Normally Require Ten (10) Working Days. The Contractor Shall Also Obtain Digging Clearance Through “miss Utility” To Check For The Existence Of Private Commercial Utilities Prior To Any Excavation. 4.8 Installation Of Green Strobe Generator Status Lights. The Contractor Shall Supply And Install A Green Strobe Light That Signals The Generator’s Operating Status Near Or On Each Individual Generator That Indicates The Generator Is Operational. These Installations Shall Be Completed Using A Phased Approach Approved By The Government Cor During The Base Year Of This Contract. The Contractor Shall Submit Their Phased Installation Plan To The Cor For Approval Within 30 Days Of Contract Award. 4.9 Records. The Contractor Shall Provide And Maintain All Records Both Electronically And On-site, With Log Books At Each System That Are Updated Once Any Actions Are Taken, E.g. Inspections, Operational Tests, Exercising, Repairs, And Modifications. If Required, Repair Or Replacement Quotes Shall Be Submitted Within Five (5) Business Days To The Cor Upon Discovery Of Need. 4.10 Quotes: Any Repair/replacement Beyond What Is Covered In The Standard Maintenance And Repair Sections Of This Contract Require A Quote Be Submitted And Pre-approved By The Cor, Prior To Commencement Of Any Work Being Performed. if A Repair/replacement Part Is Required And Has The Ability To Impact Mission, The Cor Shall Be Provided A Quote For The Total Cost Broken Down By Labor Time, Parts And Materials Within (8) Hours Of The Discovered Issue. In The Event That A Repair/replacement Part Is Required, And It Will Not Impact Mission, The Cor Must Be Provided A Total Quote For Time And Materials Within (48) Hours Of The Discovered Issue. 4.11 Record Of Maintenance, Repair And/or Operational Testing. Records Are Required To Be maintained Via A Digital Logbook Maintained By The Contractor. The Digital Log And Copies Of Inspection Maintenance Sheet(s) Shall Be Submitted By The 10th Of Each Month To The Cor. 4.12 Operational Readiness Report. Contractor Shall Provide A Monthly Operational Readiness Report Stating The Current Condition Of Each Emergency Power Supply System (epss) Included In The Contract. Report Shall Be Submitted By The 10th Of Each Month And Shall Be Furnished To The Cor And Building Facility Managers. A Full List Of Building Facility Managers Will Be Provided Upon Task Order Award.
Municipality Of Sibunag, Guimaras Tender
Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 461.1 K (USD 7.8 K)
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-009– Purchase Of Office Supplies For Mayor’s Office & Municipal Budget Office The Municipality Of Sibunag Through The 2025 Mo-mooe (mo Office Supplies) Intends To Apply The Sum Of Four Hundred Five Thousand One Hundred Fifteen Pesos (405,115.00) & Mbo Office Supplies Intends To Apply The Sum Of Fifty-six Thousand Twenty-seven Pesos (56,027.00) With Total Abc (461,142.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-009– Purchase Of Office Supplies For Mayor’s Office Municipal Budget Office. Bids Received In Excess Of The Abc Shall Be Automatical-ly Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-009– Purchase Of Office Supplies For Mayor’s Office Municipal Budget Office. Delivery Of The Goods Is Required 30 Calendar Days. Bidders Should Have Completed, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 2. 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 Re-public Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bid-ding Documents At The Address Given Below From 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20-30, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (p500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of Janu-ary 30, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 7. Bid Opening Shall Be On 1:15 Pm Of January 30, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag 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. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Purchase Of Office Supplies For Mayor’s Office & Municipal Budget Office Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: January 30, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost Project I- Mo, Abc=405,115.00 1 Double Sided Tape, 1 Inch, 10m Pcs 20 2 Battery Aa, Rechargeable 2/pack Packs 20 3 Packing Tape , 2 Inches, 300m Pcs 10 4 Clear Tape 1" 300m Pcs 15 5 Bondpaper, Short, Subs.20, Gsm 70 Reams 200 6 Bondpaper, Long, Subs.20, Gsm 70 Reams 100 7 Bondpaper, A4, Subs.20, Gsm 70 Reams 20 8 Bathroom Tissue, 2 Ply Rolls 300 9 Black Out Curtain, Fabric (plain) Roll 1 10 Correction Tape, Big, 5mm X 8m Pcs 25 11 Coffee Stick, 1.9g, 36's/pack Packs 30 12 Sugar, Brown Kilos 5 13 Calculator, 12 Digits Pcs 5 14 Computer Ink, Compatible For Epson L14150, Cyan 001 Bot 10 15 Computer Ink, Compatible For Epson L14150, Black 001 Bot 5 16 Computer Ink, Compatible For Epson L14150, Magenta 001 Bot 5 17 Computer Ink, Compatible For Epson L14150, Yellow 001 Bot 5 18 Computer Ink, Compatible For Epson L5290, (003)cyan Bot 5 19 Computer Ink, Compatible For Epson L5290, (003) Black Bot 5 20 Computer Ink, Compatible For Epson L5290, (003) Magenta Bot 5 21 Computer Ink, Compatible For Epson L5290 (003) Yellow Bot 5 22 Computer Ink, Compatible For Brother, Black D60bk Bot 5 23 Construction Paper, Assorted Color Packs 10 24 Door Mat 18"x30" Pcs 20 25 Dipper Pcs 10 26 Detergent Powder, Sachet, 65g Dozens 30 27 Dustpan, Plastic, Good Quality Pcs 10 28 Dishwashing Liquid, Liters 10 29 Estension Cord, 10 Meters, W/socket, Good Quality, 3 Gangs Pcs 10 30 Extension Cord, 10 Meters, W/socket, Good Quality, 3 Gangs Pcs 10 31 Envelope, Letter/mailing, Long Pcs 1000 32 Envelope, Letter/mailing, Short Pcs 1000 33 Expanded Plastic Envelop Without Handle Long, Good Quality Pcs 100 34 Expanded Envelop, Long, Blue Pcs 100 35 Fabric Conditioner, 24 Ml Dozen 50 36 Flash Drive, 64 Gb Pcs 5 37 Folder White, Long, Good Quality Pcs 200 38 Folder White, Short, Good Quality Pcs 200 39 Folder Expanded, Long, Good Quality, Yellow Green & Red Pcs 200 40 Gun Tacker T-50 Heavy Duty 3 Way Staple & Nail Gun Pcs 3 41 Gun Tacker Wire T-50 3/8" 10mm Box 20 42 Gun Tacker Wire T-30 1/4" 6mm Box 20 43 Glue Glun (big), Good Quality Pcs 10 44 Glue Stick Big, Transparent Pcs 500 45 Glue Stick Small, Transparent Pcs 200 46 Ink Of Copier (duplo) Pc 10 47 Internal Hard Drive 2 Tb Pcs 3 48 Marker, Fluorescent, Assorted Color Pcs 10 49 Photo Paper, Matte, Long, 20's/pack Packs 25 50 Specialty Paper, Short, Ivory 20's Packs 100 51 Specialty Paper, Long, Ivory 20's Packs 100 52 Sponge Pcs 20 53 Sticker Paper, A4, Matte 20's Packs 20 54 Signpen, 0.5mm, Blue, 12's/box Boxes 20 55 Signpen, 0.5mm, Black, 12's/box Boxes 10 56 Signpen, 0.7mm, Blue, 12's/box Boxes 20 57 Signpen, 0.7mm, Black, 12's/box Boxes 10 58 Sticky Note Pad, Assorted Color 3x3 Pads 15 59 Sticky Note Strips, Assorted Color 3 X 1/2 Packs 15 60 Scissors, Good Quality 6" Pcs 10 61 Stapler With Remover, Big, Good Quality Pc 10 62 Staple Wires, #35 Boxes 5 63 Sd Card 512 Pc 2 64 Toilet Bowl Cleaner, 500ml Bottles 20 65 Toilet Brush Pcs 10 66 Toilet Plunger Pcs 10 67 Trash Bags, Plastic, 10's, Xxl Packs 20 68 Softbroom, Good Quality Pcs 10 69 Trash Bin, Medium Size Good Quality Pcs 10 70 Mop, Spin, Good Quality Pcs 10 71 Glue, 1,010g Liters 1 Sub-total 72 Glue 130g Pcs 5 73 Pail (5 Liters) Pcs 10 74 Spoon, Stainless, Good Quality Dozen 2 Total 75 Fork Stainless, Good Quality Dozen 2 76 Plate 10" Ceramic, Good Quality Dozen 2 77 Coffee Mugs, Ceramic, Good Quality Dozen 2 78 White Board Marker, Black 25 Ml Pcs 10 79 Stamp Pad Ink, Blue 30ml Pcs 10 80 Facsimile Stamp Pcs 5 81 Certified True Copy Stamp Pcs 5 82 Received Stamp Pcs 5 83 Customized Stamp (mayor's Name & Designation) Pcs 2 84 Ruler Steel 2ft Pcs 5 85 Molar File With Blue Color Pcs 30 86 White Borad 2x4 Ft Pcs 2 87 Whiteboard 4x8 Ft Pcs 2 88 Scotch Tape Dispenser Pcs 2 89 Hand Towel, Microfiber 16x24 Inches Dozen 2 90 Black Out Ring Curtain 7ft (plain) Pcs 10 91 Hi-techpoint Pen 0.7 (black And Blue) Pcs 12 92 Hi-techpoint Pen 0.5 (black And Blue) Pcs 12 Project Ii-mbo, Abc=56,027.00 1 Epson Ink 664, Cyan, 70 Ml Bottles 2 2 Epson Ink, Magenta 664, 70 Ml Bottles 2 3 Epson Ink, Yellow 664, 70 Ml Bottles 2 4 Epson Ink, Black 664, 70 Ml Bottles 5 5 Canon Ink G3010, Gi-790 Cyan Bottle 2 6 Canon Ink G3210, Gi-790 Yellow Bottle 2 7 Canon Ink G3010, Gi-790 Magenta Bottle 2 8 Canon Ink G3010, Gi-790 Black Bottle 5 9 Plastic Folder Thick (long) Green, Red Dozens 12 10 Plastic Folder Thick (short) White Dozens 15 11 File Folder, 14pts, White, Legal, 100s/ Bundle Bundle 3 12 File Folder, 14pts, White, Letter, 100s/ Bundle Bundle 2 13 Brown Envelope (long) Dozens 3 14 Brown Envelope (short) Dozens 3 15 Bond Paper (short) Subs.20, Letter, 8 ½” X 11 Reams 35 16 Bond Paper (long) Subs.20, Legal, 8 ½” X 13 Reams 10 17 Bond Paper A4 Size , Subs 20, 500 Sheets Reams 5 18 Sign Pen .07 Pcs 24 19 Pentel Pen Black (broad) Pcs 3 20 Pentel Pen Blue (broad) Pcs 3 21 Comb Ring ¾ “x 44” Long Plastic ½ Wide Pcs 20 22 Alcohol 1000 Ml 99.9% Germ Kill Bottle 5 23 Metal Triangular Scale Ruler (30cm) Pcs 2 24 Correction Tape (big) Pcs 10 25 Calculator 12 Digits (two Way Power) Big Pcs 2 26 Paper Clips (vinyl Coated) Boxes 6 27 Paper Clamp, Big Pcs 15 28 Scotch Tape 2” Pcs 5 29 Packing Tape Pcs 2 30 Paper Fastener (plastic) Vinyl Coated, Big Boxes 4 31 Staple Wire # 35, Boxes 4 32 White Board Marking Pen (black) Pcs 2 33 Double Sided Tape (big) Pcs 12 34 Hard Drive, Usb 64gb Pcs 1 35 Cutter Big Pcs 3 36 Colored Marker Highlighter, Red, Green, Violet Pcs 1 37 Ballpen, Black, 0.5, Smooth Ink Dozens 5 38 Stamp Pad (big) Pcs 1 39 Pencil #2, Lead W/ Eraser, 1 Doz/box Boxes 2 40 Sticker Paper (white, Green, Orange) Packs 12 41 Specialty Paper Packs 3 42 White Ordinary Mailing Envelope, Long Pcs 50 43 Thumb Tacks, 100pcs/box Boxes 3 44 Photo Paper, Long 20 Pcs/pack Pack 5 45 Scissor, Big Pcs 2 46 Stapler #35, With Staple Wire Remover (big) Pcs 2 47 Masking Tape 1: Wide 50 Meters Long (big) Pcs 2 48 Push Pin Boxes 2 49 Feather Duster W/ Handle Plastic Pcs 1 50 Computer Mouse, Wireless Pcs 1 51 Soft Broom, Tiger Grass, Good Quality Pcs 1 52 Detergent Powder, Sachet, 57g Doz. 1 53 Trash Bag, Black, Large Pack 2 54 Board Paper White Short Pack 6 55 Air Freshener, Spray, 320/bottle Bottle 2 56 Bath Soap, Anti Bacteria, Big Pc 2 57 Dishwashing Liquid, Refill Pouch, 600 Ml Bot 1 58 Fabric Conditioner Dozen 1 59 Pencil Sharpener (office Stationary) Pcs 1 60 Molar File Pcs 21 61 Trash Can With Cover (big) Pc. 1 62 Expanded Folder ( Long) Pcs 75 63 Facsimile ( Certified True Copy) Pc 1 64 Highlighter ( Green & Blue) Pcs 2 75total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Be: The Name Of The Contract Is Purchase Of Office Supplies For Mayor’s Office & Municipal Budget Office The Identification Number Of The Contract Is Bid No. 2025-009 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Twenty-three Thousand Fifty-seven Pesos And 10/100 (23,057.10) If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or The Amount Of Not Less Thirteen Thousand Eight Hundred Thirty-four Pesos And 26/100 (13,834.26) If Bid Security Is In Surety Bond. 19.3 In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.2 Bidders Shall Submit License As Office Supplies 21.2 Additional Contract Documents Relevant To The Project That May Be Required By Existing Law And/or The Procuring Entity.
City Of Bais Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1 Million (USD 18.1 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Various Improvement Of Operation Center, City Disaster Risk Reduction Management Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 717-24 Php 1,065,020.00 1 15 Lgth Angle 40mm X 40mm X 5mm Thk X 6.0m Lgth 2 15 Lgth Angle 50mm X 50mm X 5mm Thk X 6.0m Lgth 3 20 Lgth Pipe, Gi, Nps 50mm Ø (2" Ø) X 6.0m Lgth S40 4 8 Lgth Steel Plate, Galvanize, 4' X 8' Gauge 14 5 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M10 X 70mm 6 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 60mm 7 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 20mm 8 50 Pcs Bolt Expansion Screw Shell Anchor Expansion Bolt, M8 X 70mm 9 10 Pcs Grinding Disc For Metal, Depressed Center, Aluminum-oxide, 100 Mm Ø 10 75 Kilo Welding Electrode, 1/8" Ø, E6013 11 8 Can Roofing Sealant, High Grade, 1/2l/can 12 8 Set Marine Epoxy, 1/2l/can 13 4 Roll Galvanized Cyclone Wire Ga8, 5 Feet X 6m (2 Inch Opening) 14 50 Meter Chain Hot Dipped Galvanized, Heavy Duty 8mm 15 10 Pcs Laminated Padlock 40mm/50mm Keyed Pad Lock Security Lock Solid Anti-theft, Made Up Of Multiple Layers Of Laminated Steel 16 20 Pcs Hacksaw Carbon Steel Blade Hd (12") 17 800 Pcs Chb 4" 18 100 Bags Portland Cement 19 30 Cu.m. Fine Aggregate (sand), 4.75mm Ø Max Size 20 150 Lgth Deformed Bar, 10mm Diameter X 6.0m Length 21 20 Kilo Gi Tie Wire, #16 22 200 Pcs Polished Tile, 600mm X 600mm Beige 23 10 Sheet Marine Plywood, 4' X 8', 1/2" Thk 24 10 Sheet Marine Plywood, 4' X 8', 1/4" Thk 25 20 Pair Soft Close Drawer Guide Heavy Duty, 18 Inch 26 6 Pcs Tile Cutter Wheel (dry) 100mm Ø 27 4 Pack Tile Grout (2 Kilo/pack) Beige 28 8 Gallon Paint, Flat Wall Enamel, Alkyd-based 29 10 Can Paint Thinner (3l/can) 30 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white Wash/tulle White) 31 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white) 32 8 Gallon Paint, Single Complonent Zinc Phosphate, Anti-corrosive Metal Primer 33 10 Gallon Paint, Odourless Qde, Water-based (suede/light Tan) 34 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (red) 35 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (orange) 36 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (yellow) 37 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (white) 38 8 Can Acrytex Primer 39 8 Can Acrytex Cast 40 8 Can Acrytex Reducer 41 10 Pcs Paint Brush, 2" 42 10 Pcs Paint Brush, 4" 43 8 Set Paint Roller 7-inch With Pan 44 100 Pcs Sand Paper Waterproof # 120 45 100 Pcs Sand Paper Waterproof # 160 46 75 Box Acoustic Foam Panels Self-adhesive Fireproof Sound Proof Treatment Wall, 300mm X 300mm X 8mm, Polyester Fiber, 0.9 Sound Absorption, (12 Pcs/box) 47 20 Pcs Rubber Cement, (360cc/bottle) 48 15 Pcs All Purpose Silicon Sealant (black) 49 5 Rolls Tw Copper Wire # 10 Awg (5.5 Mm²) 50 3 Rolls Tw Copper Wire # 12 Awg (3.5 Mm²) 51 4 Rolls Tw Copper Wire # 14 Awg (2.0 Mm²) 52 10 Pcs Utility Box, 2" X 4" 53 15 Pcs Junction Box W/ Cover & Screws 54 6 Rolls Flexible Hose Pvc, 1/2" X 100m 55 10 Pcs Circuit Breaker W/ Inclosure, 30a 56 10 Pcs Circuit Breaker W/ Inclosure, 20a 57 15 Pcs Led Exit Signage Emergency Acrylic 3 Watts Clear Aluminum Box, Overcharge Protection, Led Charging Indicaton, Automatic Switch Ni-cd 1.2v Battery And Charger, Pmma (polymethyl Methacrylate) Board 58 20 Pcs Led Parlamp E27, 12w-15w, 180 - 265v, Daylight 59 20 Pcs Led Bulb E27, 12w-15w, 180 - 265v, Daylight 60 10 Rolls Electrical Vinyl Tape, Flame Retardant, Professional Grade, 3/4" X 66' X 0.007", 600v @ 80° C Rating 61 4 Pcs Gate Valve, Brass, 1 1/2" Heavy Duty, 150psi 62 4 Pcs Gate Valve, Brass, 1" Heavy Duty, 150psi 63 40 Pcs. Stainless Heavyduty Flexible Hose, 16" Length (1/2" X 1/2") 64 10 Set Stainless (304) Shower Set; With Shower Head Set, With Hose And Holder And Two Way Faucet 65 20 Set Toilet Flush Set Fittings Dual Button Flush Valve Toilet Inlet Valve Toilet Fittings 66 20 Pcs. Stainless (304) One Way Angle Valve (1/2" X 1/2") 67 20 Pcs. Stainless (304) Two Way Angle Valve (1/2" X 1/2" X 1/2") 68 20 Pcs. Stainless (304) Bidet Toilet Sprayer And Hose 69 20 Pcs. Stainless (304) Urinal Flush Valve 70 10 Pcs. Floor Drain, Anti-clogging, 4" X 4" Stainless (304) 71 20 Lgth Ppr Pipe Pn20, 20mm Ø Nominal X 4.0m 72 10 Pcs. Ppr Elbow Pn20, 20mm Ø 73 6 Pcs. Ppr Elbow Pn20, 25mm Ø 74 10 Pcs. Ppr Coupling Pn20, 20mm Ø 75 20 Pcs. Ppr Coupling Pn20, 25mm Ø 76 20 Pcs Ppr Tee Pn20, 20mm Ø 77 10 Pcs Ppr Tee Pn20, 25mm Ø 78 8 Pcs. Ppr Coupling Reducer Pn20, 25mm X 20mm 79 30 Pcs. Ppr Threaded Female Elbow W/ Brass Pn20, 20mm 80 10 Pcs. Ppr Threaded Female Tee W/ Brass Pn20, 20mm 81 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 20mm 82 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 20mm 83 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 25mm 84 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 25mm 85 15 Pcs. Ppr Threaded Male Union Pn20, 25mm 86 15 Pcs. Ppr Threaded Male Union Pn20, 20mm 87 15 Pcs. Ppr Threaded Female Union Pn20, 25mm 88 15 Pcs. Ppr Threaded Female Union Pn20, 20mm 89 10 Pcs. Ppr Gate Valve Pn20, 25mm 90 10 Pcs. Ppr Gate Valve Pn20, 20mm 91 10 Lgth Sanitary Pipe Pvc, S-1000, 100mmø X 3.0 92 10 Lgth Sanitary Pipe Pvc, S-1000, 50mmø X 3.0 93 4 Pcs Sanitary Tee Pvc, S-1000, 100mmø 94 2 Pcs Sanitary Elbow Pvc, S-1000, 100mmø 95 4 Pcs Sanitary Wye Pvc, S-1000, 100mmø 96 5 Pcs Sanitary Coupling Pvc, S-1000, 100mmø 97 6 Pcs Sanitary Clean-out Pvc, S-1000, 100mmø 98 10 Pcs Sanitary Tee Pvc, S-1000, 50mmø 99 10 Pcs Sanitary Elbow Pvc, S-1000, 50mmø 100 10 Pcs Sanitary Coupling Pvc, S-1000, 50mmø 101 4 Can Pvc Pipe Cement, 400cc 102 20 Pcs Teflon Tape Pipe Thread Seal Tape, 1" X 10m The Approved Budget For The Contract Is To Be Taken From Improvement Of Operation Center (res. No. 485 Series 2024 Ordinance No. 36). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 14, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
City Of Koronadal Water District Tender
Others...+1Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.7 K)
Details: Description Item No. Specification Statement Of Compliance “comply” Or “not Comply” 1 Supply, Delivery, Installation, Testing And Commissioning Of Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market Water Supply System A. General 1. Scope A. The Scope Of Work Shall Be To Supply, Install, Test And Commission The Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market. All The Required Parameters Shall Be Transmitted To City Of Koronadal Water District Main Office As The Central Command Center. B. The Scada System, In General, Performs The Following Tasks But Not Limited For Specified Parameters: I. Monitoring Functions Ii. Controlling Functions Iii. Graphical Displaying Functions Iv. Reporting Functions V. Alarming Functions Vi. Trending Functions Vii. Data Storage Viii. Other Related Functions That May Be Required By The Ckwd Not Stated Herein. 2. Conditions A. The System And Instruments Should Be Brand-new Specifically The Programmable Automation Controllers, Sensors, Variable Frequency Drives (vfd), Pumps, Motors, Electromagnetic Flowmeters, And Scada Software. B. The Supplier Shall Furnish All Labor, Materials, Tools, Equipment, Transport, Supplies And Other Services To Complete The Scada System And Shall Be Responsible For The Proper Installation Of The Supplied Equipment And Software. C. The Supplier Shall Install The Equipment And System Within One Hundred Twenty Days (120) Days After Signing Of Notice To Proceed (ntp). The 15-day Time Frame Shall Be Allotted In Order To Check The Proper Alignment Of The Pump/ Motor Assembly And Make Necessary Corrections Of Both Mechanical And Electrical Failures Found During Installation And Construction. The Supplier Shall Inform The Ckwd Measures And Proper Procedures On Its Operation To Guarantee A Smooth And Proper Function Of The Newly Installed Units And System. D. Field-testing Shall Be Made Once The Mounted Equipment Is Ready For Operation And When Both The Ckwd And Supplier Have Finished Their Scopes Of Work On The Installed Unit. During The Installation And Commissioning Of The Scada System, The Supplier Is Required To Assign A Technician Responsible For Overseeing The Commissioning Process. All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier. E. The Supplier Shall Be Liable For Any Damages To Materials, Electro-mechanical Equipment’s Such As But Not Limited To Pumps And Motors, Variable Frequency Drive (vfd), Flowmeter, Level And Other Electro-mechanical Devices During Testing And Commissioning Of The Scada Project And Shall Be Required To Replace Immediately To Any Incur Defects Without Cost To Ckwd. All Incidental Expenses Including The Pulling Out And Transporting Of The Unit Shall Be Borne By The Supplier. F. In Accordance With The Electricity Safety Regulations, Supplier Is Strictly Prohibited From Connecting, Or Allowing To Remain Connected, Any Wiring Or Equipment In Unsafe Conditions To An Electrical Installation Or Power Supply. Additionally, To Control Hazardous Energy Sources, Standard Regulations Require That Machinery And Equipment Be Isolated From Their Energy Sources And Secured With A Lockout Or Tagout System Before Any Servicing Or Maintenance Is Performed. G. The Supplier Shall Provide A Comprehensive Warranty Covering All Parts And Labor For A Minimum Period Of One Year From The Date Of Delivery And Installation Of The Equipment And System. H. In Case Of Any Malfunction, Defect, Or Failure Of The Equipment And System During The Warranty Period, The Supplier Shall Offer Repair Services At No Additional Cost To The Buyer. I. The Supplier Must Respond To A Warranty Repair Request Within 24 Hours Of Notification By The Buyer. The Supplier Is Required To Complete The Repair Or Provide A Replacement Within A Maximum Lead Time Of 1 Week From The Time Of Notification. This Includes The Time For Diagnostics, Shipping Of Parts, And On-site Or Off-site Repair As Necessary. J. If The Repair Cannot Be Completed Within The 1-week Lead Time, The Supplier Must Provide A Temporary Replacement Of Equivalent Specifications At No Extra Cost To The Buyer, Until The Original Equipment Is Repaired And Returned To Full Working Condition. K. The Supplier Is Required To Maintain High Standards Of Housekeeping Throughout The Entire Project Duration. They Shall Be Fully Responsible For Managing And Securing Their Own Materials, Equipment, And Tools To Prevent Any Potential Accidents Or Safety Hazards In The Workplace. L. All Equipment/ Materials Must Be Brand New. 3. Location The Assembly Shall Be Installed At Koronadal Public Market, Purok Kaunlaran, Brgy. Zone I, City Of Koronadal. 4. List Of Major Components Item No. Item Quantity 4.a Programmable Logic Controller 1 4.b Human Machine Interface (hmi) 1 4.c Scada Software 1 4.d Workstation Pc 1 4.e Ethernet Switch 2 4.f Un-interruptible Power Supply 1 4.g Monitor 55" 1 4.h Wireless Antena (tx/rx) With Pole 2 4.i Variable Frequency Drive 2 4.j Pumps & Motors 2 4.k Water Level Monitoring Transmitter 4 4.l Electromagnetic Flowmeter 1 4.m Power Meter 1 4.n Fabricated Coated Panels W/ Complete Assembly 1 4.o Surge Protection Device 1 4.p Butterfly Valve With Actuators 2 4.q Pressure Transmitter 2 5. Major Components Specifications It Shall Meet The Following Operating Requirements: Description Specifications 5.a Programmable Logic Controller Digital Input 28 24 Vdc/vac Inputs, Up To 6 High Speed Counter Channels Relay Output 20 Relay Output Power Supply 24 Vdc Communication Embedded Usb Programming Port, Ethernet Port, Non-isolated Rs232/485 Serial Port Plug-in Ports 5 Plug-in Ports, Up To 4 Expansion Modules 5.b Human Machine Interface (hmi) Display 10.4 In. Display, Aluminum Panel With Resistive Touch Resolution 800x600 Or Higher Case Zinc-coated Skin Pass Steel Power Supply 24vdc (9 - 32vdc) Isolated Interface Ethernet: 2x Gigabit Ethernet (rj45), Usb: 2x Usb 3.0 (type-a / Host) Serial: 1x Rs232/422/485 (db9m) Isolated Operating Temperature 0° - 50°c Approvals Ce, Culus Listed, Ukca, Atex, Kc, Rcm 5.c Scada Software Scada Should Support Unlimited Displays, Unlimited Web Clients And Tags To Accommodate Future Integration With Our Pumping Stations. For Future Expansion, Scada System Shall Have Dual Monitor Capability To Provide Enhanced Visibility And Operational Efficiency. Data Logging To Odbc-compliant Database Such As Microsoft Sql Server Or Historian. 5.d Workstation Pc Cpu At Least 12th Gen Or Higher Intel Core I5 Storage (os) 256gb M.2 Gen 4 Nvme Ssd Storage (data) 2x1 Tb 7200 Rpm Hdd Or Higher Raid 0, 1, 5 Support Operating System Windows 10 Pro Or 11 Pro Memory 8gb Non-ecc Ddr5 Or Higher Display Output 2 X Displayport 1.4a Hbr2 Ports Ethernet Port Rj45 (1 Gbe) Ethernet Port Chassis/form Factor Tower 5.e Ethernet Switch Type Managed Switch Rj45 Ports Minimum 5x10/100baset Operating Temp -20 ~60 Deg. C Vlans Supported Secure Connectivity With Ssh And Https Supported 5.f Un-interruptible Power Supply Supplied Scada Product Must Have The Capacity/facility To Contain Battery-backed Memory For The Duration Of At Least One (1) Day Dedicated For The Plc's Programming And Configuration. System Must Be Able To Send Alerts For Power Outages. An Industrial Type Uninterruptible Power Supply (ups) Must Be Present For Plc Back-up For At Least Fifteen (15) Minutes. It Must Also Support Local And Remote Firmware Upgrade. 5.g Monitor Size: At Least 55" Mounting: Wall Mounted, Inclusive Of Installation 5.h Wireless Antenna (tx/rx) With Pole (communication Complete Set) Power Supply 24v, 0.3a Gigabit Poe Adapter Max. Power Consumption 7w Power Method Passive Poe Gain 23 Dbi Networking Interface (1) 10/100/1000 Ethernet Port Wind Survivability 200 Km/h Security Wpa2 Long-range Point-to-point (ptp) Link Mode 5.i Variable Frequency Drive Motor Power, Hp [kw] 1 Step Higher For 10hp Motor Ac Voltage Range 380v – 500v Voltage % Tolerance +10%, -15% Supply Number Of Phase 3 Phase Total Harmonic Current Distortion (thdi) 30 – 45% Prospective Short Circuit Current (kaic Rating) 65ka Nominal Current 52a Enclosure Rating Ip55 Local Control Panel W/mobile Phone Bluetooth Connectivity And Clear Display Vfd Features Motor Pre-heating Function Built-in Pid Control Built-in Safe Torque Off (sto) Function Full-text Diagnostic Display Dtc Control For Precise Torque Control And Enhance Energy Efficiency Removable Memory Unit For Faster Drive Replacement Digital Variable Frequency Drive That Is Scada Ready And Has Integrated Emc Filter. Complete Protection Against Over/under Voltage, Thermal Overcurrent, Lock Rotor, Ground Fault, Under Current, Definite Time Overcurrent. Digital Monitoring Of Voltage, Current, Frequency, Energy, Kw, And Fault History The Vfd Will Be Controlled Via Fieldbus. Status Updates, Diagnostic Faults, And Alarms Will Be Visible On Both The Hmi And Scada System. 5.j Pumps & Motors Number Of Pump And Motor 2 Units Pump Type Vertical In-line Maximum System Pressure 120 Psi Actual Calculated Flow 3.5 Liters Per Second Maximum Flow 5.0 Liters Per Second Mains Supply 230v Resulting Head Of Pump 35 Meters Head (maximum) 50 Meters Manifold Sizes (inlet And Outlet) 100 Mm Pump Parts In Contact With The Pump Liquid Made Of Stainless Steel Pump Bases And Heads Made Of Cast Iron; Other Vital Parts Are Made Of Stainless Steel Motor Rating 5 Hp, 230v, 3 Phase, 60 Hz 5.k Water Level Monitoring Transmitter Principle Radar Sensor Range Up To 8 Meters Output 4-20ma Beam Angle 8° Operating Voltage 12 - 35 V Dc Protection Rating Ip66 Or Higher Maintenance-free Operation Due To Non-contact 80 Ghz Radar Technology 5.l Electromagnetic Flowmeter Sensor Size Mm (in): 150 (6) Environment Protection Rating: Ip67/nema 6 Accuracy: ±0.2% Qmax (m3/hr): 700 Or Higher Qnominal (m3/hr): 600 Or Higher Qtransitional (m3/hr): 5 Qmin (m3/hr): 3.5 Or Lower Cable: 20 Meters (capable Upto 100m Or Higher) Flange Type Connection: Pn16 Lining Material: Elastomer Flange Material: Carbon Steel Housing Material: Carbon Steel Measurements: Direct/inverse Flow Transmitter Transmitter Mounting: Remote Power Supply: 85 To 265 V Ac Current Output: 4 To 20 Ma Security: Read-only Switch And Ultra-secure Service Password Digital Outputs: Three (3) Configurable Pulse/frequency And Alarm Outputs Fit-and-flow Data Storage Inside The Flow Meter Which Eliminates The Need To Match Sensor When Replace Self-calibrating Capabilities 5.m Power Meter Data Port Ethernet Interface Modbus Tcp Or Its Equivalent Supply Voltage 95-240v Ac; 110-340v Dc Digital Input 1 Or Higher Digital Output 1 Or Higher Degree Of Protection Ip65 Or Higher 5.n Fabricated Coated Panels W/ Complete Assembly Shall Provide Newly Fabricated Powder Coated Panels With A Complete Set Of Wiring Consumables For Network And Monitoring Of All Required Parameters. - Programmable Logic Controller - Human Machine Interface (hmi) - Io Modules - Circuit Breaker Protection - Power Meter - Surge Protection Device - Uninterruptible Power Supply - Exhaust Fan Shall Be Installed Inside The Control House And Shall Be Properly Ventilated 5.o Surge Protection Device Protection Performance Maximum Of 30 Microsecond Radius Of Protection 72 Meters Minimum 5.p Butterfly Valve With Actuators Size In (mm) 6” (150) Butterfly Valve Body Material Cast Iron Butterfly Disc Stainless Steel 304 Or 316 5.q Pressure Transmitter Measuring Range 0 To 16 Bar G (0 To 232 Psi G) Or 0 To 25 Bar G (0 To 363 Psi G) Current Output Signal 4-20 Ma Degree Of Protection Ip65 Or Higher 6. List Of Human Machine Interface (hmi) Alarms Item No. Alarm Descriptions 6.a Under Voltage 6.b Over Voltage 6.c Over Current 6.d Water Level Reservoir (cistern) Low Level 6.e Water Level Reservoir (cistern) High Level 6.f Water Level Right Building Low Level 6.g Water Level Right Building High Level 6.h Water Level Left Building Low Level 6.i Water Level Left Building High Level 6.j Discharge Line High Pressure 6.k Discharge Line Low Pressure 6.l Low/high Flowrate 6.m Submersible Motor Tripped 6.n Motor Control Panel High Temperature 6.o Motorized Valve (on/off Status) 6.p Vfd Alarms 7. System Architecture 8. Personnel Requirements The Contractor Shall Provide The Minimum Number Of Personnel For The Project, As Detailed In The Table Below. These Roles And Responsibilities Ensure Thorough Coverage Of All Project Aspects. Quantity Description 1 Project Engineer (pee) 2 Technical Engineers (electronics And Communications Engineer) 2 Technical Engineers (registered Electrical Engineer) To Ensure Qualified Personnel, All Professionals Must Have A Valid Unexpired Prc License. 9. Schedule Of Payment The Contract Duration Is One Hundred Twenty (120 Cd) Calendar Days Starting Upon Receipt Of Notice To Proceed. All Reports And Related Documents Must Be Submitted To The City Of Koronadal Water District Project Engineer And Should Be Officially Acknowledge Monthly. The Following Are The Schedule Of Payments: Payment Description Percentage Of Contract Price Remarks First Payment Upon Completion Of Item Orders 10% Must Submit Certification That All Components Are Ordered, Attached Proof Of Order From Suppliers Second Payment Upon Delivery Of All Items At Ckwd Facility 30% Must Compile And Submit All The Delivery Receipt Acknowledge By Ckwd Personnel Third Payment Upon Reaching 40% Of Project Accomplishment 30% Must Submit Certification That The Project Reached 40% Of Its Completion And Approved By The Ckwd Project Engineer Final Payment Upon Project Completion And Acceptance 30% With 5% Retention Upon Completion Total 100% B. Additional Requirements (compliance Upon Submission Of Bid) 1. Must Submit Original Catalog / Brochure For Vfd, Pump And Motor, Flowmeter, And Valve (please Specify Offered Product). 2. The Manufacturer Should Have Iso 9001:2015 Certificate Or Any Proof Of Renewal If Expired. 3. Minimum Manufacturer's Warranty Of One (1) Year. 4. Certification On Compliance To The Following: A. Reports: Indicate All The Fault Alarms From Vfd, Pressure, Flow, Level, And Other Protective Devices To Command Center. B. Trends And Data Logging: That Ckwd Will Provide The List Of Variables To Be Included In The Trend And Shall Be Logged Continuously In The Hard Drive For Historical Trending With Reference To The Monitoring Requirements. C. After Sales Service: After The Final Acceptance, The Contractor Shall Conduct A Monthly Site Visit Within The Warranty Period. The Contractor Shall Have 24/7 Availability Of Technical Engineers Within Mindanao Island. Must Submit Notarized Statement Of Undertaking Stipulating Availability Of Skilled Personnel Within Mindanao. D. Site Visit: The Bidder Shall Conduct A Site Visit/survey On Or Before The Pre-bid Conference Schedule To Ensure That They Know The Status/set Up Of The Project Site. Must Submit Certification Signed By Ckwd Project Engineer In-charge. E. Warranty: All Components Shall Be Guaranteed Against Defects In Workmanship And Materials For A Period Of One (1) Year From The Date Of Project Completion. Defective Components Or Parts Discovered Within The Warranty Period Shall Be Replaced Without Charge Or Additional Cost To Ckwd. 5. Bidders Qualifications: A. Must Submit Certification Or Any Document That The Bidder Has A Regional Presence Or A Regional Service/support Partner/center Within Mindanao. B. Bidder Must Be An Authorized Distributor From Manufacturer. Must Submit Certificate Of Distributorship. C. Bidder Must Have A Pcab License. D. Bidder Must Have An Experience Of Having Completed At Least Three (3) Contracts That Is Similar To The Contract To Be Bid. (indicate In The Form Of Statement Of All On-going Government & Private Contracts Including Contract Awarded But Not Yet Started.) E. Bidder Must Have Been In The Business For At Least Five (5) Years Of Providing Scada System Solution And Services In Government Or Private Sectors. Must Submit Dti Or Sec Registration. C. Additional Requirements (compliance Upon Delivery) 1. The Supplier’s Technical Representative Shall Be Present During Installation And Commissioning For Final Testing. 2. Must Submit Comprehensive Documentation, Including But Not Limited To Operation Manuals, Datasheets, And Manufacturers’ Certificates For All Electrical And Mechanical Components. 3. Trainings/transfer Of Technology: The Winning Bidder Shall Provide Inhouse Training On The Following Working Subject Matters: A. Plc And Scada Software Programming B. Installation C. Configuration D. Calibration E. Troubleshooting/operations And Maintenance All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier.
6701-6710 of 6725 archived Tenders