Battery Tenders
Battery Tenders
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-02-04 (122) Supply And Delivery Of Various Medical Supplies For Hemodialysis Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 3,044,116.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Three Million Forty Four Thousand One Hundred Sixteen Pesos Only ( Php 3,044,116.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Medical Supplies For Hemodialysis Under Single-year Framework Agreement (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Partial Bid Or Line Item Bid. Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 Disposable Ear Curette Angel Round Tip; 4mm Tip; White Non-sterile; Single Use Only 1 Box 500.00 500.00 2 Gastrostomy Tube Fr. 18;color:red ;100% Medical Grade Silicone;latex- Free, Universal Port Size With Cover, Distal Four Lateral Eyes With Smooth Edges, Marked Between 20-80cm From The Distal End With Radiopaque Line For Placement Verification Through X-ray. (x-ray Line )/ Pc; Ballon Volume:10-20ml/cc;adjustable External Bolster 5 Pcs 6,000.00 30,000.00 3 Gastrostomy Tube Fr. 20, ;color Yellow;100% Medical Grade Silicone;latex- Free, Universal Port Size With Cover, Distal Four Lateral Eyes With Smooth Edges, Marked Between 20-80cm From The Distal End With Radiopaque Line For Placement Verification Through X-ray. (x-ray Line )/ Pc; Ballon Volume:10-20ml/cc;adjustable External Bolster 5 Pcs 6,000.00 30,000.00 4 Gastrostomy Tube Fr. 22,;color Violet ;100% Medical Grade Silicone;latex- Free, Universal Port Size With Cover, Distal Four Lateral Eyes With Smooth Edges, Marked Between 20-80cm From The Distal End With Radiopaque Line For Placement Verification Through X-ray. (x-ray Line )/ Pc; Ballon Volume:10-20ml/cc;adjustable External Bolster 5 Pcs 6,002.00 30,010.00 5 Gastrostomy Tube Fr. 24, ;color Blue;100% Medical Grade Silicone;latex- Free, Universal Port Size With Cover, Distal Four Lateral Eyes With Smooth Edges, Marked Between 20-80cm From The Distal End With Radiopaque Line For Placement Verification Through X-ray. (x-ray Line )/ Pc; Ballon Volume:10-20ml/cc;adjustable External Bolster 3 Pcs 6,002.00 18,006.00 6 Hot Water Bag, Can Contain Volume From 600 To 900 Ml Hot Water, Made From Natural Rubber, 100% Leak Proof, Rectangular In Shape, Resistant To Boiling Water, Odourless, Recyclable 200 Pcs 60.00 12,000.00 7 Hot Water Bag, Can Contain, Volume Of 350 To 500 Ml Hot Water, Made From Natural Rubber, 100%, Leak Proof, Rectangular In Shape, Resistant To Boiling Water, Odourless, Recyclable 100 Pcs 84.00 8,400.00 8 Ice Cap, Made Of Thermoplastic Polyurethane And Polyester Interlock, 6 Inches 210 Pcs 120.00 25,200.00 9 Gauze Os3x3 Mesh 24x20 8 Ply 100 Pcs Per Pack 500 Packs 100.00 50,000.00 10 Central Venous Catheter Set For Pediatrics And Neonate,fr. 4 X 3 Inches (8cm) (with Seldinger Needle(s) Size Diameter 0.8x 38mm; With Kink Proof Guidewire Guide Wire: Diameter 0 .46mm/0.018 Inches L- 50 Cm ;with Flexible J-tip (r-2 Mm And Straight Tip; With Dilator: 0.08x 1.7mm L = 4.6cm ;catheter Diameter 1.4mm /4f ,l= 80mm ; Single Lumen Catheter G 22 ;soft Adhesivev Catheter Fication;infusion Extension Line; 3 Way Stopcock;,with Sterile Blade;sterile By Ethylene Oxide 10 Set 6,000.00 60,000.00 11 Central Venous Catheter Set For Pediatrics And Neonate, Fr.7 X 12 Inches (30cm) (with Seldinger Needle(s) Size Diameter 1.3.x 70mm 18 G X 2 3/4 ; With Kink Proof Guide Wire: Diameter 0 .46mm/0.018 Inches L- 70 Cm ;with Flexible J-tip (r-3 Mm And Straight Tip; With Dilator: 1.0 X 2.7mm , L = 9.6cm ;catheter Diameter 2.4mm /7 F ,l= 30mm ;soft Adhesivev Catheter Fication;infusion Extension Line; 3 Way Stopcock;,with Sterile Blade;sterile By Ethylene Oxide 10 Set 6,000.00 60,000.00 12 Central Venous Catheter Set For Pediatrics And Neonate, Fr.5 X 8 Inches (20cm) (with Seldinger Needle(s) Size Diameter 1.3.x 70mm 21 G X 1.5 Inches ; With Kink Proof Guide Wire: Diameter 0 .46mm/0.018 Inches L- 50 Cm ;with Flexible J-tip (r-2 Mm And Straight Tip; With Dilator: 0.7 X 2.0 Mm , L = 5.4cm ;catheter Diameter 1.7mm /5 F ,l= 20mm ;soft Adhesive Catheter Fication;infusion Extension Line; 3 Way Stopcock;,with Sterile Blade;sterile By Ethylene Oxide 10 Set 6,000.00 60,000.00 13 Disposable Abdominal Drainage Catheter Set With Safety String Lock Size F 8 X 30cm ;high Quality Hydrophilic Coating;optimal Barium Sulphate Content,smooth Tapered Plinth Tip;smooth Large Skived Drainage Holes;with Sharp Integrated Stylet;pigtail Catheter Set 5 Set 9,000.00 45,000.00 14 Disposable Abdominal Drainage Catheter Set With Safety String Lock Size F 10 X 30cm ;high Quality Hydrophilic Coating;optimal Barium Sulphate Content,smooth Tapered Plinth Tip;smooth Large Skived Drainage Holes;with Sharp Integrated Stylet;pigtail Catheter Set 10 Set 9,000.00 90,000.00 15 Disposable Abdominal Drainage Catheter Set With Safety String Lock Size F 12 30cm ;high Quality Hydrophilic Coating;optimal Barium Sulphate Content,smooth Tapered Plinth Tip;smooth Large Skived Drainage Holes;with Sharp Integrated Stylet;pigtail Catheter Set 5 Set 9,000.00 45,000.00 16 Drainage Catheter With Safety String Lock Size F 16 X 30 Cm;high Quality Hydrophilic Coating;optimal Barium Sulphate Content,smooth Tapered Plinth Tip;smooth Large Skived Drainage Holes;with Sharp Integrated Stylet;pigtail Catheter Set 10 Set 9,000.00 90,000.00 17 Facemask N95 Filtering Facepiece Respirator, Small, Adjustable Aluminum Nose Clip, Straps Made With Thermoplastic Elastomer Material, Polyurethane Nose Foam, Ultrasonically Welded Headbands, >95% Filtration Efficiency, Niosh Certified 20 Pcs Per Box 2,000 Box 590.00 1,180,000.00 18 Facemask N95 Filtering Facepiece Respirator, Medium, Adjustable Aluminum Nose Clip, Straps Made With Thermoplastic Elastomer Material, Polyurethane Nose Foam, Ultrasonically Welded Headbands, >95% Filtration Efficiency, Niosh Certified 20 Pcs Per Box 2,000 Box 590.00 1,180,000.00 19 Intraosseous (bone) Needle Catheter Insertion Set: With Power Driver Machine- Battery Operated; Set Is Comprised Of Catheter With Luer Lock Connection,stylet,safety Cap, With 1 Pc 15mm Guage Needle ;1pc 25mm Gauge Needle,1pc 45mm Gauge Needle Length; Sterile Non Pyrogenic, In Protective Packaging 5 Set 6,000.00 30,000.00 Grand Total ₱ 3,044,116.00 Terms Of Reference Terms Of Delivery: 15-20 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To February 04, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 14, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89016653921?pwd=p2uyy3t3lbtgtssmpsjdw7l6wh6eol.1 Meeting Id: 890 1665 3921 Passcode: 349125 Deadline Of Submission Of Bids February 04, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids February 04, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89845169623?pwd=o6ykev9rxq6u7f09vkuc1dqezvdc16.1 Meeting Id: 898 4516 9623 Passcode: 454863 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1tvdzjklxdxmaxod5sbgse2vvr54_fksc?usp=sharing Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before February 04, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 04, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh 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. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date4 Feb 2025
Tender AmountPHP 3 Million (USD 52 K)
Batangas State University Tender
Others
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Various And Equipment For Central Offices (office Supplies)" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Various And Equipment For Central Offices (office Supplies)" With An Approved Budget For The Contract (abc) Seven Hundred Twenty-seven Thousand Eight Hundred Six Pesos And Ten Centavos Only (php 727,806.10). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 15 Piece Arch File Folder Arch File Folder 8.5x13 2,160.00 2 133 Ream Bond Paper A4, 80gsm, Size: 210mm X 297mm, 500 Sheets Per Ream 33,375.02 3 16 Ream Bond Paper Multi-purpose Size: A3 Thickness: 80gsm Others: 420mm X 297mm 11,200.00 4 53 Ream Bond Paper Multi-purpose Size: Short (8.5 X 11) Thickness: 80gsm 12,084.00 5 205 Ream Bond Paper Multi-purpose (copy), 70gsm, Long (8.5 X 13), 500 Sheets Per Ream 48,482.50 6 69 Ream Bond Paper Multi-purpose (copy), A4, 70gsm, 500 Sheets Per Ream 14,421.00 7 734 Ream Bond Paper Long Size: Long (8.5 X 13) Thickness: 80gsm 196,469.78 8 110 Piece Brown Envelope Long 650.10 9 5 Piece Cutter S Cutter 15cm 195.00 10 10 Pack Cable Tie 10" 2,280.00 11 2 Unit Calculator Specs: • Power Supply: Solar & Battery • Number Of Digits: 12 Digits • Size (d × W × H): 147 × 106.5 × 29 Mm 700.00 12 10 Piece Chalk Marker (white) Bullet Tip 1.8mm-2.5mm Color: White 1,815.00 13 11 Pack Clear Sheet Protector Size: 8.5 X 13 100 Sheets Per Pack 4,235.00 14 2 Piece Clearbook 20 Transparent Pockets, For A4 Size, Refillable 80.00 15 24 Piece Clearbook 20 Transparent Pockets, Legal, Refillable 1,296.00 16 5 Piece Click Gel Ballpen Black 210.00 17 56 Box Clip Backfold (binder Clip) All Metal, Clamping, 32 Mm (-1mm) / 1 1/4", 12 Pcs Per Box 2,402.40 18 59 Box Clip Backfold (binder Clip) All Metal, Clamping, 19mm (-1mm) / 3/4, 12 Pieces Per Box 1,362.90 19 47 Box Clip Backfold (binder Clip) All Metal, Clamping, 25mm (-1mm) / 1", 12 Pieces Per Box 1,410.00 20 6 Box Clip Backfold (binder Clip) All Metal, Clamping, 41mm (-1mm) / 1 5/8", 12 Pcs Per Box 336.00 21 61 Box Clip Backfold (binder Clip) All Metal, Clamping, 50mm (-1mm) / 2", 12 Pcs Per Box 5,233.80 22 2 Piece Clipboard Size: 8.5 X 13 Plastic Material 168.00 23 5 Piece Correction Tape Correction Tape 5mm X 8m 5mm Wide 8m Long Clear Casing 145.00 24 14 Piece Cutter Small 140.00 25 5 Piece Cutter/utility Knife For General Purpose 550.00 26 148 Piece Data File Box Made Of Chipboard, With Closed Ends 32,560.00 27 3 Piece Desk Organizer Stainless Steel Metal Mesh Pen 450.00 Page 1 Of 6 Item No. Qty Description Total And Supplies Holder Desk Organizer 28 2 Box Diazo Paper 20 X 30 (660 Sheets) 17,000.00 29 2 Piece Document Tray Home Office Organizer -4 Slot Horizontal Document Tray - A4 Table Tray Stationery File -desk Drawer Container Holder Shelf Case Desktop 2,000.00 30 33 Piece Double Sided Tape Foam Type, 1/2" 1,980.00 31 33 Piece Double Sided Tape Width Size: 1/2 1,824.90 32 11 Box Envelope Brown, Expanding, Kraft, Legal, 100 Pieces Per Box 17,847.50 33 3 Box Envelope Documentary, For A4 Size Document, Brown, 500 Pieces Per Box 3,894.00 34 10 Box Envelope Documentary, For Legal Size Document, Brown, 500 Pieces Per Box 14,300.00 35 2 Box Envelope Mailing, White, With Window 1,650.00 36 25 Piece Envelope Brown, Expandable, Legal 600.00 37 19 Piece Envelope Expanding, Plastic, 0.50mm Thickness Min 912.00 38 20 Piece Envelope Vertical Envelope White Or Cream 12" X 9" 150.00 39 4 Piece Eraser Felt, For Blackboard/whiteboard 80.00 40 41 Piece Eraser Plastic Or Rubber 820.00 41 59 Box Fastener Fastener, Metal,non-sharp Edges, 70mm Between Prongs, 50 Sets Per Box 5,605.00 42 20 Set File Tab Divider Bristol Board, A4 560.00 43 31 Box Folder Folder, Pressboard, Size: 240mm X 370mm (-5mm) Color: White With Green 61,380.00 44 1 Pack Folder Folder With Tab Size: A4 100 Pcs Per Pack 632.50 45 28 Pack Folder Folder With Tab Size: Legal 100 Pcs Per Pack 18,480.00 46 2 Pack Folder L-type, Plastic, For Legal Size Documents, 50 Pieces Per Pack 990.00 47 90 Piece Folder Expandable Long,color: White With Green 1,800.00 48 20 Piece Folder Ordinary, Long, Tagboard 140.00 49 1 Box Gel Pen Type Of Pen: Gel Ink Color: Blue Others: 0.5 Mm 600.00 50 53 Pack Glossy Photo Sticker Paper -a4 210x297 Mm -20 Sheets -135gsm. -5760dpi 6,360.00 51 2 Bottle Glue All, Purpose, Gross Weight : 130 Grams Min 140.00 52 17 Jar Glue All Purpose, Gross Weight: 200 Grams Min. 2,040.00 53 5 Piece Glue 240ml 750.00 54 4 Piece Glue Gun Small 560.00 55 50 Piece Glue Stick Small 350.00 56 15 Piece Highlighter Liquid Chalk Marker Pens Package Quantity:1pcs Size:3mm 6mm Color:green Red Blue Pink Orange Purple Yellow White Note: Cap Design, Comes With A Pen Holder, Simple And Stylish Easy To Carry, Easy To Damage, Good Sealing. Pen Style Design, Round High-strength Pen, Compression And Depression, So Feel More 975.00 Page 2 Of 6 Item No. Qty Description Total Comfortable. Pigment-type High-quality Fluorescent Ink, The Color Is Beautiful And Easy To Dry Ink Does Not Fade. 57 122 Piece Lever Arch File Data Folder Made Of Chipboard, Taglia Lock 17,446.00 58 4 Piece Lever Arch File Binder Long - 3 Inches Color: Blue 576.00 59 40 Piece Lever Arch File Binder Long - 3 Inches Color: Red 5,760.00 60 1 Bundle Looseleaf Cover Made Of Chipboard, Thickness: 1.5mm, For Legal Size Documents, Capable Of Filing Minimum Of 45mm Thickness Of 70gsm Paper, 50 Sets Per Bundle 2,310.00 61 9 Piece Marker Whiteboard, Blue, Bullet Type 540.00 62 3 Piece Marker Whiteboard, Red, Bullet Type 180.00 63 15 Piece Magazine File Box Large Size, Made Of Chipboard 1,980.00 64 2 Box Mailing Envelope Mailing, White, 80gsm (-5%) 1,386.00 65 88 Piece Mailing Envelope White 264.00 66 2 Box Marker Whiteboard, Blue,12 Pcs Per Box 1,200.00 67 43 Piece Marker Permanent, Black, Broad Type 2,064.00 68 24 Piece Marker Permanent, Black, Bullet Type 871.20 69 6 Piece Marker Permanent, Blue, Bullet Type 228.00 70 9 Piece Marker Permanent, Red, Bullet Type 326.70 71 77 Piece Marker Whiteboard, Black, Bullet Type 4,620.00 72 30 Set Marker Fluorescent, 3 Assorted Colors Per Set 2,490.00 73 10 Roll Masking Tape 3/4 300.00 74 6 Piece Memo Folder Size: 14"x9.5" Fabric: Denise Red With Foam Print Process" 1 Color, 1 Side Dtf Print Inside Size: 13.5"x9" Pasteboard: 400 Gsm Fabric: Satin White Memo Corner: Metallic Ribbon 3,900.00 75 36 Pad Note Pad Stick On, 50mm X 76mm (2" X 3") Min 1,944.00 76 41 Pad Note Pad Stick On, 76mm X 100mm (3" X 4") Min 2,665.00 77 70 Pad Note Pad Stick On, 76mm X 76mm (3" X 3") Min, 100 Sheets Per Pad 4,200.00 78 1 Pack Notebook Filler, 50pcs Per Pack 550.00 79 4 Piece Notebook Stenographer, Spiral, 40 Leaves 96.00 80 6 Piece Notepad 50 Leaves Per Pad, 4"x6" 240.00 81 136 Pack Oslo Paper Long 8.5"x13" 10,880.00 82 18 Pack Photo Paper Matte 220gsm 3,240.00 83 1 Piece Puncher Heavy Duty Metal, With Adjustable Paper Guide, With Two Hole Guide 250.00 84 2 Pack Pvc Legal Size 10pc/pack 288.00 85 1 Box Pvc Cover A4, 200 Mic 605.00 86 5 Box Pvc Cover Long, 200 Mic 3,300.00 87 17 Pack Page Markers Assorted Neon, 5 Pads/pack, 100 Markers/pad, 2"x 0.5" 1,700.00 88 61 Box Paper Clip Vinyl/plastic Coated, 33mm, 100 Pcs Per Box 944.89 89 55 Box Paper Clip Vinyl/plastic Coated, 48mm, 100 Pcs Per Box 1,650.00 90 51 Box Paper Clip Vinyl/plastic Coated, 50mm, 100 Pcs Per Box 1,530.00 91 295 Piece Pen Ink Color: Black Tip: 0.5mm, Ballpoint Type 3,540.00 92 10 Piece Pen Ink Color: Black Tip: 0.7mm, Ballpoint Type 120.00 93 9 Piece Pen Ink Color: Blue Tip: 0.5mm, Ballpoint Type 108.00 Page 3 Of 6 Item No. Qty Description Total 94 29 Piece Pen Ink Color: Red Tip: 0.5mm, Ballpoint Type 348.00 95 4 Piece Pen Holder Can Hold Multiple Pens, Markers And Highlighters. Made Of Plastic; Available In White And Dark Blue Item Dimension: 5.5 X 5.5 X 9 Cm 400.00 96 28 Box Pencil With Eraser, 12 Pcs Per Box 2,800.00 97 2 Piece Pencil Lead/graphite, With Eraser 24.00 98 45 Pack Photo Paper Matte 180gsm 4,500.00 99 30 Piece Plastic Envelope Expandable Long Plastic Envelope With Handle And Push Lock 2,400.00 100 6 Box Push Pin Hammer Head Type, 100s / Box 240.00 101 5 Kilogram Rags All Cotton, 1 Kilo Per Bundle Or 32 Pieces Per Kilogram Min 440.00 102 40 Book Record Book Atleast 300 Pages, Size: 214mm X 278mm Min 7,200.00 103 3 Piece Record Book Junior Size 200 Pages 324.00 104 17 Piece Refillable Clear Book Legal Size; High Quality Refillable 3,085.50 105 2 Bundle Ring Bind Element 25mm 8pcs/bundle 512.00 106 10 Piece Ring Bind Element 1/4 360.00 107 10 Piece Ring Bind Element 3/4 360.00 108 26 Piece Ring Bind Element Size: 1/2", Black 546.00 109 36 Piece Ring Bind Element Size: 2, Black 2,376.00 110 56 Piece Ring Bind Element Size:1", Black 2,032.80 111 5 Bundle Ring Binder 80 Rings, Plastic, 32mm X 1.12m Plastic, 32 Mm, 10 Pieces Per Bundle 2,700.00 112 9 Box Rubber Band 70mm Min Lay Flat Length (no. 18), 350g 1,440.00 113 5 Piece Ruler Plastic Ruler 12 Transparent 86.00 114 9 Piece Ruler Plastic, 450mm (18") Width: 38mm Min. 360.00 115 30 Pack Sticker Paper Glossy, A4 1,500.00 116 2 Piece Scissor Heavy Duty, Stainless 844.80 117 1 Piece Scissors Symmetrical, Blade Length: 65mm Min 120.00 118 4 Piece Sign Pen Black, 0.3 Needle Tip, Gel Ink 160.00 119 174 Piece Sign Pen Black, 0.5 Needle Tip, Gel Ink 6,022.14 120 123 Piece Sign Pen Blue, 0.3 Needle Tip, Gel Ink 4,920.00 121 179 Piece Sign Pen Blue, 0.5 Needle Tip, Gel Ink" 6,195.19 122 78 Piece Sign Pen Red, 0.5 Needle Tip, Gel Ink" 2,699.58 123 11 Piece Sign Pen Sign Pen (black, 5mm Needle Tip, Gel Ink) 1,188.00 124 16 Piece Sign Pen Type Of Pen: Sign Pen Color: Black Tip: 1 Mm 2,000.00 125 24 Piece Sign Pen Type Of Pen: Sign Pen Color: Blue Tip: 1 Mm 3,000.00 126 10 Pack Specialty Board Paper Long 8.5 X 13 200gsm 600.00 127 15 Pack Specialty Paper 8.5 X 11 Inches (short) 750.00 128 78 Pack Specialty Paper Size: A4 Color: White Thickness: 90gsm 2,340.00 129 24 Pack Specialty Paper Size: Legal Color: Cream Thickness: 90gsm 1,200.00 130 44 Pack Specialty Paper Size: Legal Size Color: White Thickness: 90gsm Sheets: 10pcs. Per Pack 2,200.00 131 8 Pack Specialty Paper Size:a4 Color:cream Thickness:90gsm 240.00 132 3 Piece Stamp Pad Felt, Bed Dimension: 60mm X 100mm 144.00 133 9 Bottle Stamp Pad Ink Violet, 50 Ml 346.50 134 7 Piece Stamp Pad Ink Red 280.00 135 1 Piece Staple Remover 20.00 Page 4 Of 6 Item No. Qty Description Total 136 9 Piece Staple Remover Plier Type 544.50 137 44 Box Staple Wire Standard, (26/6) #35 1,936.00 138 2 Piece Stapler Size : 125mm X 36mm X 55mm (lwh) Staples: : No. 35 (26/6), No. 3 (24/6) Throat Depth: : 64 Mm Load Capacity : 100 Staples Stapling Capacity : 2-30 Sheets Of 70 G/m2 Paper Color : Blue, Black, And Gray 800.00 139 1 Piece Stapler Compatible With No. 35 Staple Wire Size Stapling Capacity: Up To 30 Sheets With Built-in Staple Remover 385.00 140 69 Pack Sticker Paper Matte, A4 2,898.00 141 108 Pack Sticky Notes Arrow Flags 1/2 Inch Wide Assorted Colors 5 Pads Per Pack 4,489.56 142 39 Pad Sticky Notes Size: 3"x3", 75 To 80gsm Paper 100 Sheets Per Pad Material: Paper, Glue Color: Yellow, Orange Or Green 1,950.00 143 78 Piece Tape Transparent, 24mm 2,933.58 144 28 Piece Tape Double Adhesive Tape, 1" 1,008.00 145 10 Piece Tape Masking,1/2" 400.00 146 10 Piece Tape Masking, 48 Mm 800.00 147 24 Roll Tape Masking Width Size: 1" At Least 50 Yards 1,200.00 148 28 Roll Tape Packaging Width Size: 24mm At Least 50 Yards 1,152.76 149 70 Roll Tape Transparent Type: Clear Width Size: 2 Inches Circumference Size: At Least 50 Yards 3,150.00 150 99 Roll Tape Transparent, 1/2" 1,980.00 151 1 Piece Tape Dispenser Table Top, For 24mm Width Tape 150.00 152 5 Pack Vellum Board - 200gsm; Specialty Board Paper; Acid-free; Size: A3; 10 Sheets/pack 420.00 153 49 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Long (8.5"x13") - 10 Sheets/pack 2,695.00 154 5 Pack Vellum Board - 220gsm - Specialty Board - Vellum Board - Board Paper - Acid-free - Size: Short (8.5"x11") - 10 Sheets/pack 250.00 155 49 Pack Vellum Board 220gsm, Specialty Board, Board Paper, Acid-free, A4,10 Sheets/pack 4,116.00 156 5 Pack Vellum Boards Size: A4 150.00 157 6 Pad Yellow Paper 288.00 158 12 Box Black Ballpen Type Of Pen: Ball Point Color:black 1,680.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 20, 2025. Page 5 Of 6 E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230
Closing Date20 Jan 2025
Tender AmountPHP 727.8 K (USD 12.4 K)
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 8- Support Service Area: Daily Living Skills) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 75,464.18 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 8- Support Service Area: Daily Living Skills) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Storage Organizer, Megabox Plastic Drawer 5 Layers Dimensions: L=34.3c, W=41.5cm, H=104cm Wt. 5.5kg Item Code: Mg164-5 1 Unit Wooden Bookshelf, Fineline Bamboo Storage Shelf 100*50*25cm 1 Piece Dressing Mirror, Full-length Mirror 121x31cm Floor Standing Or Wall Type 1 Piece Dish Towels, Made Of Premium Cotton Material For Durable And Long-lasting Use. Durable With Excellent Cleaning Performance. 35x35x0.2cm/13.8x13.8x0.1inch, 6 Pcs/set 1 Pcs./set Cabinets, 22cm Gap Cabinet Drawer-type Storage Cabinets, Plastic 3 Pieces Sink, 3mm Thickness, 40x40cm, Stainless Steel 1 Piece Soap Dish, Soap Dish Case Plastic Holder Box, Acrylic 2 Pieces Detergent, Laundry Powder Detergent 630g 1 Set Hand Soap, Anti-bacterial With Skin Protection Liquid Hand Soap (250 Ml) Dermatologically Tested, Helps Reduce Bacteria Accumulation By 99.9% 1 Piece Pots, European High Scoup Pot High Quality, Stainless Steel, 24c/26cm, Height 17.5cm, Thick And Durable 3 Pieces Pans, Glory Shop Korean Non-stick Frying Pan, Diameter:26cm, Depth: 5cm, Non-stick, Dishwasher Safe, 2.0mm Frying Pan Thickness 3 Pieces Toilet Paper Holder, Pozzi Nami Toilet Paper Holder, Finish: Glossy, Material: Zinc 1 Piece Dipper, Material:plastic, Handle Length: 12cm, Diameter: 14.5cm, Depth:11 Cm 1 Piece Pail, Supported Weight: 0.2kg, Materials: Polypropylene 1 Piece Toilet Bowl, Application: Floor Mount, Finish:glossy, Material: Vitreous China; Size: 725x370x775mm, Tank Fittings:standard, Seat Cover: Regular Seat & Cover, Liters Per Flush: 3&6 Liters, Flushing Sysem: Wash Down, Shape:round 1 Piece Trash Can, Height: 42cm, Length:22cm, Width: 22 Cm, Capacity:11 Liters 2 Piece Toothbrush, Colgate 360 Advanced Toothbrush Twin Pack, Innovative Cheek And Tongue Cleaner Design, 4-zone Bacteria Removing Action, Advanced Multi-action Bristle Design 2 Packs Hairbrush, Fashion Detangling Hair Brush, Suitable For All Types Of Hair 2 Piece Comb, Joy Fashion Anti-static Handy Hair Comb, Size: 14.5cmx3.5cm 2 Piece Toothpaste, Unique Toothpaste Doublemint Advanced Oral Care 150 Ml 2 Piece Plastic Tumbler, 12 Oz Clear Jollibee Style Drinking Tumbler Plastic Drinking Cup, Size 7*14cm 12 Pieces Razor, Gillette Daisy Plus 2 Bladed Women's Disposable Razor 6 Piece Nail Clipper, Groovy Extra-large Chrome Nail Clipper With Inner File/nail Cutter, Material: Chrome, Length:9.5cm, Weight:51 Grams 2 Pieces Nail File, Omg Zebra Nail Care File, For Smoothing And Shaping The Edges Of Nails, Lightweight And Made With Quality Materials 3 Pieces Deodorant, Nivea Extra Whitening Deo Roll, 25ml, 48-hour Anti-perspirant Protection 1 Piece Face Towel, Linen N' Things Face Towel, 30x30cm 3 Pieces Feminine Napkin, Charmee Sanitary Napkin All-flow With Wings Sulit Pack 20's, With Micro Dimple Cover And Quick Absorbing Plus Leak Control Channels 2 Packs Dust Catcher With Broom, 1 Set Of Plastic Broom With Dust Pan 1 Piece Feather Duster, Washable Anti-static Duster With Soft Microfiber For Cleaning, Flexible Head, Material: Pp+microfiber, Length:56cm/22.05inch, Weight:180 Grams 1 Piece Wash Rags, Ogmy Kitchen Dish Wash Towel,16x27cm, Material;microfiber 5 Pieces Floor Mop, 3m Scotch Brite Wide Cotton Mop, Material Cotton And Polyester With Coated Steel Handle 1 Piece Garbage Can, Square Trash Bin 15 Liters, Swing Type Cover, Dimension: 24x25x41cm 1 Piece Sponge, 3m Scotch Brite Wide Heavy Duty Scrub Sponge, Material: High-quality Nylon Polyester Web 2 Pieces Spray Bottle, Plastic Pet 500 Ml Trigger Sprayer Bottle, Round Nozzle 2 Pieces Table Napkins, White Table Napkins, 6x6/7x7,or 8x8 5 Pieces Placemat, Anti-slip, Woven, Rectangular Design Placmat, Material: Pvc 6 Pieces Plates, Happy Go Round Porcelain Dinner Plate (set Of 6), Dish Washer Safe, Size: 6-10 Inches, Material:high Grade Porcelain, Microwave, Diswahser And Oven Safe 1 Set Drinking Glasses, Delisoga Clear Drinking Water Glasses (6pcs/set), Material: Lead Free Glass, Volume Capacity: 360ml, Size: 23*15*14cm, Packing: 6 Pcs/1 Set 1 Set Pitcher, Orocan Oval Pitcher, Dimesions: 22cmx18cm, Swivel Flip, Capacity: 2 Liters 1 Piece Bowls, Smart Kitchen Salad Bowl,material:porcelain, Color: White, Weight: 415 Grams, Size: 8 Inch Diameter, Dishwasher Safe 2 Pieces Water Pail, 5-gallon White/cream Pail 1 Piece Laundry Bar Soap, Perla Hypoallergenic Laundry Soap Cut Bar, 110g, Original White Variant: With Natural Coconut Oil Ingredients 12 Pieces Clothesline, 3/5 Meter Non-slip Clothesline, Supported Weight:3kg, With Special Grids/fence-like Design, Retractable 2 Pieces Clothes Pins, 20 Pcs Plastic Clothespins (20 Pcs/pack), Material: Plastic, Size: Approx. 5 Cm 2 Packs Wash Basin, Round Wash Basin, Supported Weight: 0.3kg, Non-toxic, Durable Plastic, Dimensions: 26.6x26.6x10cm, Material: Polyethylene Terepthalate (pet) 1 Piece Laundry Bag, Size: 61x92cm, 5 Pcs/set Included: 1 Pc 30*40cm + 1 Pc 40*50cm + 1 Pc 50*60cm + 1 Pc 15*16cm Bra Bag + 1 Pc 22*33cm Cylindrical Bag 1 Set Ironing Board, 36" Wooden Ironing Board With Metal Stand, Adjustable Height 1 Piece Flat Iron, Hanabishi Flat Iron, Soleplate Type: Coated Non-stick, Iron Features, Temperature Control, Weight: 1.1kg, Input Voltage: 220v, Dimensions: 235x112x108 1 Piece Hangers, 12 Pcs Flat Hanger, Material: Durable Plastic, Length:36cm, Supported Weight: 0.5kg, Color: Black, Dimensions: Lwh 36x10x17 1 Pack Socks, Shoeper (plain And Colored Casual Ankle Socks), Clothing Material:cotton, Pattern:solid Color 2 Pairs Dress, Short Sleeved Dress, Dress Length: Knee Length 1 Piece Slippers, Unisex Slippers,material: Good Rubber Material 2 Pairs Bed Frame, Single Bedframe, Width:36 Inches, Length:75 Inches 1 Unit Mattress, Uratex Foam Mattress, With Washable Cotton Cover, Dimension (30x75) 5 Piece Pillows, Star Market High Quality Comfortable Plain White, Soft Pillow, Size:18x28 Inches 10 Pieces Bed Sheets, Socone 3in1 Us Cotton Single Bedsheet Set, Material: Cotton+polyester, Packaging Content: 2 Pcs Pillow Case, 1 Pc Fitted Sheet, Single Size:36"*75"+7.8", Pillow Case Sice: 18'*28", Garterized Corners 10 Sets Alarm Clock, 4 Inch Simple Nordic Silent Pointer Desktop Round Alarm Clock, Weight 257g, Size: 12*11.5*6cm/4.72*4.53*2.36", Metal, With Night Light, Uses Two Aa Batteries 1 Piece Washing Machine, Width: 93cm Height: 99cm Length: 53cm Gross Weight: 29kg Washing Machine Type: Twin Tub Net Weight: 24.5kg Washing Capacity: 11kg Drying Capacity: 7.5kg Bigger Wash Capacity With Hydrodynamic Wave Pulsator Bigger Spin Capacity Durable Rust Proof Body Safety Spin Lid With Overflow Filter Big Knobs Drag Type Lint Filter Durable Plastic Material Gear Drive System Long Pulsator Rotation Color: White Body & Aquamarine Lid Type A -2 Flat Prong Plug 2 Piece Abc = 75,464.18
Closing Date28 Jan 2025
Tender AmountPHP 75.4 K (USD 1.2 K)
DEPARTMENT OF MIGRANT WORKERS DAVAO CITY, DAVAO DEL SUR Tender
Others
Philippines
Details: Description Re Quest For Price Quotation Date: 23 January 2025 Rfq No: 001-2025 Company/business Name: Address: Business/mayor’s Permit No. Tin No. Philgeps Registration No.: The Department Of Migrant Workers (dmw) Ro Xi, Through Its Bids And Awards Committee (bac), Intends To Procure The Security Service For Dmw Ro Xi For Cy 2025 Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Addressed To: Atty. Persis Niña M. Mula-enriquez Chairperson, Bids And Awards Committee 3/f Nccc Buhangin, Km. 7 Tigatto Rd., Buhangin, Davao City Contact No. 09310298009 E-mail Address: Davao@dmw.gov.ph Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than 28 January 2025 At 11:00 Am. The Following Documents Are Also Required To Be Submitted Along With Your Quotation On The Specified Above Or Before A Notice Of Award Is Submitted: Documents Remarks 2025 Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired 2024 Mayor’s Or Business Permit With The Official Receipt Of The Renewal Application. However, A Copy Of Your 2025 Mayor’s Or Business Permit Shall Be Required To Be Submitted Before The Award Of The Contract. Philgeps Registration Number For Procurement Requiring A Mayor’s Permit And Philgeps Registration Number, A Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. Latest Income/business Tax Return Required For Abc Above P500k. Omnibus Sworn Statement Required For Abc Above P50k. If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement (in The Prescribed Template), Subject To Compliance Therewith Before The Award Of The Contract. For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Valid License To Operate From Supervisory Office For Security And Investigation Agency (sosia); Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate; And For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/ Disqualified. 4. Quotations May Be Submitted Through Electronic Mail At Davao@dmw.gov.ph. Compressed Password-protected Price Quotations, In Case Of Electronic Submission, Shall Be Sent At Davao@dmw.gov.ph With The Corresponding Password. 5. Quotations Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. 6. Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/ Lowest Calculated And Responsive Quotation, The Dmw Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With The Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Dmw. The Delivery Of The Item/s Shall Be Acknowledged Upon Delivery To Confirm Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered, Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dmw May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. After Having Carefully And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Security Services For Dmw Ro Xi For Cy 2025 Technical Specifications Yes No Remarks Manpower Requirement 1. The Department Of Migrant Workers (dmw) Is In Need Of Security Services For Cy 2025, To Maintain Safety, Peace And Order Inside The Building And Around The Dmw’s Premises; As Well As Protect Its Officials, Employees, Visitors And Guests From Assault, Harassment, Threat And/or Intimidation And Other Criminal Acts; Guard And Protect Its Property From Theft, Arson, Pilferage, Trespass, Robbery, Destruction Or Damage And Other Unlawful Acts By Strangers Or Employees. 2. The Prospective Bidder Must Be An Active Member Of The Philippine Association Of Detective And Protective Agency Operators (padpao), Inc. For At Least Five (5) Years, With Good Standing And Duly Accredited With The Philippine-government Electronic Procurement System (phil-geps) Of The Department Of Budget And Management (dbm). 3. The Prospective Bidder Must Have Completed And/or Has An Ongoing Similar Contract. 4. The Prospective Bidder Shall Comply And Submit The Required Eligibility Requirements Per Ra 9184 And Dmw Bids And Awards Committee (bac). 5. The Security Agency Must Have A Branch Office In Davao City To Provide The Following: Location No. Of Security Guards Davao City 2 Sg (7:00 Am To 7:00 Pm) A Total Of Two (2) Qualified And Competent Uniformed, Armed, And Bonded Security Guards In Accordance With Ra 5487, Private Security Agency Law As Amended And As Well As Other Related Laws And Regulations. The Security Personnel Shall Render Service Five (5) Days A Week. Upon The Exigency Of The Service Or Need Of The Security Personnel Posted, The Guard Shall Extend Duty Hours And Shall Be Entitled To Overtime Pay. The Agency Shall Submit A Weekly Deployment Schedule Of Guards And Daily Actual Deployment Report. Subject To Approval Of The Official Where They Are Assigned. 6. For This Purpose, The Security Agency Shall Provide Dmw A Security Plan And Complete List Of The Names Of The Security Guards And Their Supervisors, Together With The Necessary Firearms And Ammunitions To The Guards Assigned To The Dmw As Well As Communications And Transportation Equipment, Health Paraphernalia Such As Face Shield And Face Mask For The Guard And Other Security Equipment Services And Shall See To It That When On Duty, They Are In Prescribed Uniform With Complete Accoutrements (see Item 12 (ii-5); Completeness Of Uniform And Paraphernalia). Likewise, Their Respective Dates Of Hiring Together With Their Respective Bio-data Duly Subscribed And Sworn To. In Case Of Any Change In The Roster Of Security Guards Including Their Supervisor Assigned To The Dmw, The Agency Shall Immediately Inform The Dmw And Shall Submit The Aforecited Data. 7. The Security Agency Shall Ensure That The Guards To Be Deployed Must Present Medical Certificate And Nbi Clearance. 8. The Supervisor Of The Security Guards Shall Initiate And Implement, With The Concurrence Of The Dmw, Other Security Measures, Aside From The Approved Security Plan, To Further Improve And Maintain Effective And Efficient Security Service For The Dmw. Any Member Of The Security Force Deployed By The Security Agency May Be Replaced Or Rotated Upon The Recommendation Of The Dmw. 9. It Is Expressly Understood And Agreed That The Security Agency Is Not An Agency Or Employee Of The Dmw And The Personnel To Be Assigned By The Security Agency To The Dmw Are In No Case Employee To The Latter As They, For All Intents And Purpose, Are Under Contract With The Security Agency. Accordingly, The Dmw Shall Not Be Responsible For Any And All Claims For Personnel Injury Or Damage, Including Death Arising Out Or, Or On The Course Of, The Lawful Performances Of The Regular And Official Function Of The Said Security Personnel. 10. The Security Agency Shall Exercise Discipline, Supervision, Control And Administration Over Its Guards In Accordance With Law, Ordinances And Permanent Governmental Rules And Regulations As Well As The Rules And Policies Prescribed By The Dmw On The Matter. Schedule Of Requirements: Post Area Of No. Of Hour Day No. Responsibility Guards Coverage 1 Dmw Regional 2 7:00 Am To Mon- Office Xi 7:00 Pm Fri Within The Duration Of The Contract The Security Service Contractor (ssc)/private Security Agency (psa) Shall Provide The Minimum Requirement Of Equipment But Not Limited To The Following: Quantity Unit Description 2 Units Side Arms 2 Units Night Sticks (batons) & Whistle 2 Units Handheld Radio With Headset 2 Pcs Spare Battery Of Handheld Radio 2 Units Handheld Metal Detector I. Scope Of Services The Security Agency Shall Provide And Deploy Sufficient Number Of Efficient, Well Trained, Experienced And Trustworthy Personnel For Security Services Daily, For The Year 2025 Per Labor Advisory No. 15, Series Of 2018 Under The Herein Schedule Of Deployments And Work Shift. The Agency Shall Provide The Supplies And Equipments As Stated In Item No. 10 - Schedule Of Requirements. Ii. Performance Criteria 1. The Security Agency Must Have Deployed At Least 10 Guards With Its Previous Contract With Other Government Agency. 2. The Security Agency Must Be Of Good Standing And Should Not Have Pending Cases With Other Agencies, Department Of Labor (dole), National Labor Relations Commission (nlrc), Other Government/private Agency And Judicial Courts. Any Pending Case By The Agency That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration May Be A Ground For Outright Denial And/or Disqualification By Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. Iii. Additional Set Of Technical Evaluation Parameters 1. Stability A) Years Of Experience – At Least 5 Years In Business B) Liquidity Of The Contractor – At Least 5 Million (current Assets Minus Stocks Minus Current Liabilities Based On Balance Sheet As Of December 31, 2022) C) Organizational Set-up – With Good Office Set-up, Personnel And Office Tools And Equipment. (submit Organizational Structure And List Of Officers) 2. Resources A) Number Of Licensed Firearms B) Number And Kind Of Communication Devices C) Number And Kind Of Motor Powered Vehicles Number And Kind Of Equipment And Supplies – With The Minimum Number And Kind Of Equipment And Supplies As Specified In Item No. 10 - Schedule Of Requirements D) Number Of Guards – With At Least 50 Security Guards 3. Security Plan General Security Protocol A) The Security Agency Shall Provide The Dmw With Twelve (12) Hour Security Service Based On The Schedule Of Requirements: Deployment Schedule. B) The Security Agency Shall Maintain A Pool Of Security Guards And Promptly Provide Relievers/replacements In Case Of Absences Of Any Of The Assigned Security Officer Or Guard In Order To Insure Continuous And Uninterrupted Security Service. The Head Of Office Shall Promptly Be Informed Of The Contingency Arrangements By The Security Agency In Cases Of Absences And/or Necessary Replacements Of Their Security Personnel Assigned To Dmw. A Security Guard Shall In No Case, Act As A Reliever After His Tour Of Duty. C) The Security Guard On Duty Shall Be Responsible For Closely Monitoring And Recording Of Movement Of All Office Materials, Supplies And Personnel Within The Assigned Area Of Responsibility. Whenever Equipment Is Brought Out Of The Building, The Security Guard On Duty Shall Demand A Gatepass Duly Signed By The Head Of The Office. D) The Security Guard On Duty Shall Be Responsible For The Proper Screening Of Visitors And Guest Observing The Proper Decorum In A Very Courteous And Polite Manner. The Security Guard Shall Require Visitors And Guests To Register In The Visitor’s Logbook, Issue A Visitor’s Pass, If Applicable, And Check For Any Firearms Or Deadly Weapons That They May Deposit For Safekeeping And Issued With The Appropriate Acknowledgement Receipt. E) The Security Guard On Duty Shall Be Duly Authorized To Inspect Bags And Packages And Search Individuals, Including Employees When Necessary. 4. Disaster Management Plan A) Fire B) Earthquake C) Flood D) Bomb Threat 5. Recruitment And Selection Criteria A) The Security Agency Shall Ensure That The Security Guards Are Properly Screened, Declared Physically And Mentally Fit And Undergone On-the-job-training Before They Are Allowed To Report To Their Assigned Posts. Security Guards Shall In No Instance Be In The Influence Of Liquor/alcohol Or Any Prohibited Drugs While On Duty. Upon The Instance When Dmw Through Its Head Of Office Found Any Security Guard To Be Under The Influence Of Liquor Or Any Prohibited Drugs, The Security Agency Shall Immediately Replace The Said Security Guard. B) All Security Guards To Be Assigned By The Security Agency To Dmw Must Possess The Following Minimum And Basic Qualifications: B.1) Filipino Citizen; B.2) 21 Years Old But Not More Than 45* Years Of Age; Preferably At Least 2nd Year College Of Sound And Alert Mind And Physically Fit For Security Duties; *more Than 45 Years Old Are Subject To Approval Of Dmw B.3) At Least 5 Feet In Height Of Medium Built; B.4) Duly Licensed And Must Have Passed The Physical And Neuro-psychiatric Examination And Drug Test Required By The Pnp And Cleared By The Pnp, Nbi And Other Concerned Government Officers; B.5) Must Be A Holder Of Certificate Of Training For Security Guards Issued By Recognized Police Agency And Such Other Requirements Under R.a. 5478, As Amended; B.6) If Those With Military Background, Must Submit Honorable Discharge Papers; And B.7) Of Good Moral Character C) The Security Agency Shall Conduct Seminars At Least Once Every Quarter To Further Train Its Security Guards On Emergency Response, Public Relations, Courtesy, Discipline, First Aid, Report Writing, Crisis Management, Proper Use And Maintenance Of Firearms, Laws On Arrest, Seizure, Searchers, Evidence, Strikes, Crime Against Persons And Property, And Other Related Topics; D) All Security Guards Shall Be Screened By The Head Of Office Before Their Acceptance. The Following Should Be Submitted For Evaluation Of The Head Of Office: D.1) Transcript Of Records Showing Compliance To Education Requirements; D.2) Medical Certificate Attested Within Two (2) Weeks Prior To Assignment To The Dmw, Showing The Physical And Mental Fitness, Height And Weight Of The Candidate; D.3) Certificate Of Live Birth Of The Candidate Showing Exact Date Of Birth On Record; D.4) Nbi Clearance D.5) Current/unexpired Security Guard License Issued By The Pnp. D.6) Certificate Of Training D.7) Recent 2x2 Picture D.8) Sss Membership D.9) Drug Test Certification D.10) Police And Barangay Clearances Showing That The Candidate Is A Citizen Of Good Moral Character In The Community. E) After Evaluation Of The Submitted Documentary Requirements And Acceptance Of Security Personnel, The Security Agency Shall Submit To The Head Of Office The Duty Detail Order Of The Accepted Security Personnel To Be Deployed To Dmw Ro Xi F) The Number Of Security Guards May Be Subsequently Increased Or Decreased As May Be Determined By Dmw Depending Upon The Circumstances; 6. Completeness Of Uniform And Paraphernalia I. The Security, Shall At All Times During The Tour Of Duty, Assign To Dmw Uniformed And Adequately Trained Security Personnel With Duly Licensed Firearms And Ammunitions With Adequate Licenses And Permits From Appropriate Government Agencies And Fully Equipped With Supplies Necessary For The Successful Implementation Of Their Duties. Ii. The Security Agency Shall Provide All Security Guards And Security Officers With Clean And Presentable Uniforms, Nametags/id, Raincoats, Batons At Its Own Cost And Other Necessary Tools Such As But Not Limited To Metal Detectors, Weapons And Ammunitions Needed. Iv. Other Duties Of Security Agency 1. The Security Agency Shall Be Under The Direct Control And Supervision Of The Dmw Head In So Far As The Security Requirements And Concerns Of The Latter. 2. The Security Agency Shall Accordingly Coordinate With Head Of Office To Conduct A Survey Of The Areas Of The Security Plan Based On Their Requirements. The Agency Shall Submit A Security Plan Based On Their Survey As Part Of Their Documentary Submissions. The Security Agency Shall Strategically Position Their Guards In Accordance With The Security Plan Save In Those Instances When There Is A Duly Authorized Special Security Arrangement With The Chief Of Office Concerned Or The Building Administration Office, As Cleared And Duly Coordinated With Administrative Unit. 3. The Security Agency Shall Immediately Replace Any Security Guard Or Officer/personnel Who May Be Found To Be Undesirable And/or Incompetent, Involve With Immoral And Illegal Activities By The Dmw Through Administrative Unit Or Head Of The Office) Upon Receipt And Verification Of Any Complaint Report Or Request. 4. The Security Agency Shall Visit The Client Or Its Representative Regularly For A Meeting At Least Twice A Month Concerning Security Operations And Other Concerns Of The Detachment; 5. The Security Guards Shall Undergo A Quarterly Drug Test At The Expense Of The Security Agency; Submit Test Results As Proof Of Compliance; If Found Positive, The Security Agency Shall Notify Dmw In Writing And Provide Replacement. 6. The Head Of The Office Jointly Or By Themselves, Shall Have The Right To Randomly Inspect The Security Guards In Their Posts To Determine Compliance On The Physical Condition Of The Security Guard On Duty, With Emphasis On Checking Whether The Guard Is Under The Influence Of Liquor And Other Intoxicating Experience Or Prohibited Substances. Reports Of Security Guards Under The Influence Of Liquor Or Other Prohibited Substances Shall Be Ground For Suspension Or Debarment Of Such Person Or If Warranted, The Pre-termination Of The Contract With Security Agency With The Dmw Without Prejudice To Any “blacklisting” Proceedings That May Be Initiated By Dmw Against The Security Agency. 7. The Security Agency Shall Be Directly Liable For The Loss, Due To Negligence Of The Assigned Security Guards Of Any Properties Of The Dmw. 8. It Is Mutually Agreed Between The Parties That The Retirement Benefits Due To The Guards Shall Exclusively Be Borne By The Security Agency Accordingly. V. Other Terms And Conditions That Will Be Included In The Contract 1. The Dmw Shall Deduct The Cost Of Maintaining The Post For The Day/shift If The Assigned Guard Is Under The Influence Of Liquor Or Prohibited Drugs Were Learned, Even If Replacement/reliever Has Been Provided; 2. Any Case Regardless Of The Nature Thereof By The Security Agency Against Dmw, Its Officers And / Or Any Of Its Personnel, That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration Shall Be A Ground For Outright Denial And / Or Disqualification By The Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. 3. The Security Agency With Pending Case Or Have Filed A Case Against Dmw Is Not Allowed To Participate In The Bidding. Vi. Payment Of Security Services Rendered 1. Payments For Services Rendered In Accordance With The Contract Shall Be Made By The Administration With The Security Agency On A Twice A Month Or Monthly Basis As The Case Maybe, Subject To The Withholding Of Any Lawful Charges And Subject Further To The Presentation By The Ssc/psa Of A Certification Of Compliance With All Existing Social And Labor Laws: The Wages (minimum Wage, 13th Month Pay, Service Incentive Leave With Pay) Have Been Paid And That All Remittances Due To The Government (retirement Benefit (ra 7641)/ Sss/ Philhealth/ Insurance Fund/ Pag-big/ Ecc Premium Contributions And Other Mandatory Benefits.) Are Made As Required Under Existing Government Auditing Rules And Regulation. The Department Reserves The Right To Inspect The Payroll Of The Security Agency In Order To Verify That The Wages Have Been Paid. Any Violation Shall Be Sufficient Ground For The Termination Of The Contract Without Prejudice To The Liability Of The Ssc/psa. 2. Claims For Payment By The Security Agency Must Be Supported By A Copy Of All Remittances Due To Sss, Pag- Ibig And Philhealth. The Security Agency Is Also Required To Submit Rf-1 (philhealth), R-3 (sss) And Hdmf Remittance Lists For Pag-ibig And Other Deductions/contributions Authorized By Law. 3. Payment Shall Be Made Within Fifteen (15) Working Days Upon Complete Submission Of The Following Documents: A) Dtrs Of All Security Guards Signed By The Duly Authorized Officer; B) Proof Of Preceding Month Remittances To Sss, Philhealth And Pag-ibig Together With The Transmittal Sheet With Stamped Received By The Said Agencies I.e. Sss, Philhealth, Pag-ibig, And Other Documents As May Be Required; And C) Invoice Of Billing Or Statement Of Account For The Period Covered. 4. All Taxes Payable To The Government Shall Be Borne By The Security Agency. 5. In Case Of Increase In Wages Rates Due To Enactment Of New Laws, The Security Agency May Seek Adjustment In Writing, Subject To The Approval Of The Authorities Concerned. 6. The Security Agency Shall Guarantee Payment To The Dmw, For Any Loss Of Or Damage To Its Property Provided That The Same Occurred Within The Jurisdiction Of The Security Agency And It Was Duly Established After Due Investigation That Said Loss Or Damaged Was The Result Principally Of The Act, Omission, Negligence Of Fault Of The Security Agency Or Its Security Personnel. Provided, Further That Such Loss, Pilferage, Or Damage On The Properties Involved Is Reported In Writing To The Security Agency Within Three (3) Working Days From The Occurrence Or Discovery Thereof. When Such Loss Or Damage Is Caused By Force Majeure Or Fortuitous Events, The Security Agency Shall Not In Any Way Be Held Responsible. In The Event The Security Agency Is Made To Pay For Such Loss Or Damage, It Shall Be Subrogated To The Rights Of The Client Against The Party Or Parties Responsible For Such Loss Or Damage. The Security Agency Performance Security Shall Be Liable For The Damages Or Losses That May Arise Directly Or Indirectly Attributable To The Negligence Or Misbehavior Or Direct Participation Of The Security Guard Assigned By The Security Agency. In Case The Bond Is Not Sufficient To Cover Such Losses Or Damages, The Security Agency Will Have To Pay The Balance Directly To The Dmw. Vii. Termination Of Contract 1. The Security Agency Shall Assume Full Responsibility For Any Claim For Any Compensation On Injuries From Accidents In Connection With Performance Of The Duties Of Security Guards And Shall Free The Dmw For Any Legal Suit In Connection Therewith. 2. Any Provision, Converts And Stipulations In The Contract Which May Be Contrary To Law, Morals, Good Customs, Public Order Or Public Policy Shall Be Void An Initio And Deemed Not To Have Been Written And In Their Instead, The General Provisions Of Law Shall Apply. 3. In Case Of Any Violations Of The Stipulations And Covenants Of The Contract, The Security Agency Agrees To Allow The Dmw To Automatically Rescind And/or Terminate The Same Without Notice To The Security Agency, And That The Dmw Shall Be Entitled For Damages Sustained. The Dmw Has The Right To Unilaterally Award Or Renegotiate The Unfinished Services/unexpired Portion Of The Contract To Another Security Agency. 4. Any And All Disputes Arising From The Implementation Of A Contract Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The Arbitration Law; Provided, That By Mutual Consent, The Parties May Agree In Writing To Resort To Alternative Models Of Dispute Resolution. 5. The Parties Hereunto Agree That Any Or All Actions Arising From The Contract Shall Be Filed In The City Of Davao. Viii. Assessment Or Evaluation Of The Performance Of The Service Provider/contractor 1. Before End Of The Year, Dmw Shall Conduct An Assessment Or Evaluation Of The Performance Of The Service Provider/contractor. 2. The Security Service Contractor (ssc)/private Security Agency (psa) Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of The Contract Based On A Prescribed Set Of Performance Criteria. The Performance Criteria To Be Applied Shall Include, Among Others, The Following: A) Quality Of Service Delivered; B) Time Management; C) Management And Suitability Of Personnel; D) Contract Administration And Management; And E) Provision Of Regular Progress Reports. 3. Based On Its Assessment, Dmw May Pre-terminate The Contract For Failure By The Ssc/psa To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Guidelines On Termination Of Contracts Issued By The Government Procurement Policy Board Under Resolution No.018-2004 Dated 22 December 2004. Ix. Contract Cost And Duration 1. The Contract Shall Be For Cy 2025, January To December 2024. However, Either Party May Terminate The Contact By Giving The Other Party Thirty (30) Days Notice In Writing Prior To Such Termination. 2. The Approved Budget Cost For The Security Service For Cy 2025 Is Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Inclusive Of Vat. 3. The Financial Proposal Shall Contain A Breakdown Of All Costs, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. 4. Retirement Benefits Shall Be Released To The Security Guard/officer Upon Retirement, Resignation, Transfer Of Service To Sister Agency Or Other Agency Or As The Security Guard/officer Is No Longer Connected To The Agency. 5. The Security Guard/officer Is Entitled To Overtime Pay Provided That Dmw Has Written Request To The Security Service Contractor (ssc)/private Security Agency (psa), Signed By The Administrator. 6. All Bid Prices For A Duration Of One (1) Year Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: A. Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After Date Of Bidding, Increase In Taxes; And B. If During The Term Of The Contract The Dmw Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. 7. The Dmw Ro Xi Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. I Hereby Certify To Comply With All The Technical Specifications Stated In The Terms Of Reference. Name Of Company/bidder Signature Over Printed Name Date Financial Offer: Security Service For Dmw Ro Xi For Cy 2025 Approved Budget For The Contract: Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Qty Unit Description Monthly Rate (inclusive Of Vat) Total Amount For Jan-dec 2025 (inclusive Of Vat) 1 Lot Security Service For Dmw Ro Xi For Cy 2025: - 2 Guards (7:00 Am To 7:00 Pm) Total Amount In Words: Signature Over Printed Name Position/designation Office Tel./fax/mobile Nos. E-mail Address/es
Closing Date28 Jan 2025
Tender AmountPHP 572.1 K (USD 9.7 K)
U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender
Aerospace and Defence
United States
Details: 12/20/2024 Update: Added Aoi 5: Technical Experimentation, Updated Closing Date, And Added Technical Poc For Aoi 5. Entire Update Is Captured In Text Below The Two Bolded Update Banners.
12/16/2024 Update: Removed Reference To Attachment. All Available Information In Reference To This Posting Is Included In The Text Below.
ussocom Sofat&l Science And Technology Commercial Solutions Opening (cso) – Amendment 01
solution Briefs For Aois 1-4 Accepted Through 20 December 2024.
solution Briefs For Aoi 5 Accepted Through 10 January 2025
a Future Opportunity
there Are Currently Five (5) Areas Of Interest (aois):
1. Market Research And Creative Development
2. Design Development And Systems Engineering
3. Multi-domain Test And Evaluation, Including Rapid Remodel, Refit And Upgrade Of Wargaming And Experimentation Facilities
4. Rapid Prototyping/low Rate Production
5. Technical Experimentation
note: As New Aois Are Identified By Government Stakeholders, Additional Aois May Be Added To This Announcement. The Government May Call For Subsequent Proposals Under This Notification For A Period Of Six (6) Months Or Longer If Extended Via Amendment To This Posting.
ussocom Sof At&l Futures Cso Guidance
06 Dec 2024
1. Introduction:
1.1 The United States Special Operations Command (ussocom) Has Established A Novel Business Process Under The Science And Technology (s&t) Directorate Within The Special Operations Forces Acquisition, Technology, And Logistics (sof At&l) Center To Accelerate The Development, Procurement, And Integration Of Commercial And Dual-use‐derived Concepts, Capabilities And Research To Address Gaps In Future Domestic And International Sof Missions And Operating Environments.
1.2 The Ussocom Sof At&l Science And Technology Directorate Seeks To Award Primarily Non‐far Contracts And Agreements To Nontraditional And Traditional Defense Contractors To Carry Out Prototype Projects That Are Directly Relevant To Enhancing The Mission Effectiveness Of The Sof Operator And The Supporting Platforms, Systems, Components, Or Material To Be Acquired Or Developed By The Ussocom, Or The Improvement Of Platforms, Systems, Components, Or Materials In Use By Ussocom.
1.3 This Commercial Solutions Opening (cso) May Make Awards To Proposals For Innovative,
commercial And Dual‐use Capabilities Through A Multi‐phased, Competitive Process.
1.3.1 Phase I: Initially, Solutions Will Be Sought Under Certain Technology Areas, Or Industry Sectors,
characterized By Areas Of Interest (aoi) In Accordance With 803 Of The National Defense
authorization Act (ndaa) For Fiscal Year (fy) 2022 (pub. L. 117-81). Initial Submissions Against These Aois Will Be Requested As Solution Briefs (sb) Mainly In The Form Of A White Paper (wp). A Team Of Government Personnel Who Are Subject Matter Experts For The Given Aoi Will Evaluate Each Submission Independently For Potential To Address Capability Gaps Within The Aois For Advancement To Phase Ii. These Standard Evaluation Criteria Will Be Presented With Each Individual Aoi. The Government May Elect To Proceed Directly To Phase Iii After A Successful Phase I Evaluation.
1.3.2 Phase Ii: If A Phase Ii Evaluation Is Necessary, The Government Will Host Phase Ii Invitees At
one Of Its Facilities Wherein Each Offeror Will Have A Standard Amount Of Time To Pitch/demonstrate Its
proposed Solution To The Government Evaluation Panel And Hold Any Discussions Necessary For Evaluation.
discussions May Continue Outside Of The Pitch/demonstration Session. Participation In Phase Ii Will Be
entirely At The Offeror’s Expense. Favorably Evaluated Pitches Will Receive A Request For Prototype Proposal (rpp) That Marks The Beginning Of Phase Iii. Note, Phase Ii Is Optional For This Cso Process, And May Not Always Be Conducted, Or May Not Be Required For Every Successful Phase I Submission.
1.3.3 Phase Iii: The Government Will Only Advance Companies To Phase Iii If It Intends To Award A
contract Or Agreement For Its Proposed Solution. Companies Will Collaboratively Build Statements Of Objectives With The Government Team And Negotiate Contract/agreement Terms And Conditions For Award.
1.4 There Are Five (5) Aois:
1.4.1: Aoi I: Market Research/creative Development: As Ussocom S&t Addresses The Ussocom Future
operating Environments, Missions Sets And Capabilities And Planning Guidance, In Addition To Other Strategic Documents And Partner Collaboration Products, Obtaining Innovative Methods And New Capabilities For Market Research Is Critical To Understand The State Foreign And Domestic
commercial, Academic And Government Ability To Meet Sof Concept, Capability, And Technology Gaps.
additionally, Creative Products Are Required For More Quickly Facilitating Newcomer Onboarding,
storytelling, Leadership Engagement, And Better‐informed Decision‐making In The Dynamic Sof Environment. It Is Anticipated That These Will Come In The Form Of Videos, Computer Graphics, Storyboards, Visual Art And Other Media, Or Other New Innovative Commercial Methods, Technologies, Or Services.
1.4.2: Aoi Ii: Design Development/systems Engineering – As Ussocom S&t Agilely And Rapidly Investigates Capabilities To Address Sof‐peculiar Concepts And Missions, Disciplined And Rigorous Engineering And Design Must Be Utilized To Reduce Technical And Programmatic Risk, As Well As Improve Capacity For Eventual Transition To Programs Of Record. Submissions Should Address Either Innovative Commercial Items, Technologies, Or Services That Aid In Design Development Capabilities (including, But Not Limited To Software Development Best Practices, Experimentation, And User Experience Trials), Or Systems Engineering Rigor (interface Definition, Requirement Derivation, System Architecture), Or Both.
1.4.3: Aoi Iii: Multi‐domain Test And Evaluation, Including Rapid Remodel, Refit And Upgrade Of Wargaming And Experimentation Facilities
‐ As Ussocom S&t Investigates Capabilities And Technologies To Address Sof‐peculiar Concepts And Missions, Novel And Agile Methods Of Multi‐domain Test And Evaluation Will Be Required. Submissions Should Address Innovative Commercial Items, Technologies, Or Services That Aid In One Or Multiple Domains, Including Aviation Experimentation, Cyber/internet Of Things Evaluation (to Include Vulnerability Assessments And Penetration Testing), Maritime/undersea Evaluation, Communications Testing And Electromagnetic Warfare Analyses. Additionally, Real-world Events Have Shown A Need For The Ability To Rapidly Innovate And Incorporate Required Changes To Collaboration And Decision Support Spaces, Experimentation Ranges And Wargaming Cells Based On A Much More Compressed Feedback Cycle, Novel And Agile Method Incorporation And A Reduced Scope Than Normal Military Construction Processes. Submissions Are Requested For This Supporting Effort.
1.4.4: Aoi Iv: Rapid Prototyping/low Rate Production – Offerors Should Demonstrate Innovative Commercial Items, Technologies, Or Services That Aid In Rapidly Prototyping Or Manufacturing Small Lots (<100) Of Experimental Electronics, Chipsets, Batteries And Other Multi‐material Experimental Prototypes Based On Task Orders From S&t Futures And The Experimentation Force.
1.4.5: Aoi V: Technical Experimentation – Offerors Should Demonstrate Innovative Commercial Capabilities To Develop A Prototype Business Process To Enhance The Technology Experimentation Process, Expand Experimentation Opportunities For Sof At&l Stakeholders Across The Command, And Enhance International Collaboration, Experimentation Event After-actions, And Synchronization With Command And Component Operational Exercises.
2. Guidelines For Solution Briefs, Pitches, And Proposals:
2.1 The Purpose Of The Solution Brief Is To Identify Innovative Solutions And Narrow Focus Areas To Exclude Potential Lines Of Effort On The Part Of Offerors Whose Proposed Work May Not Be Of Interest To The Government. Offerors Are Encouraged To Follow The Instructions Detailed Below. Solution Briefs Should Specifically Identify The Aoi To Which It Is Responding. The Government Aims To Provide An Evaluation Response No Later Than 10 Days After Receipt Of A Solution Brief.
2.2 Submissions Will Not Be Returned. The Original Of Each Submission Received Will Be Retained By The Ussocom Sofat&l S&t Team And All Other Non‐required Copies Destroyed.
2.3 Guidelines For Solution Brief Submissions:
2.3.1 Costs Of Preparing And Submitting Solution Briefs Are At The Offerors’ Expense.
2.3.2 Unnecessarily Elaborate Brochures Or Proposals Are Not Desired.
2.3.3 Use Of A Diagram(s) Or Figure(s) To Depict The Proposed Solution Is Strongly Encouraged.
2.3.4 Multiple Solution Briefs Addressing Different Aois May Be Submitted By The Same
organization; However, Each Solution Brief May Only Address One Concept Based On The Stated Aois.
2.3.5 The Period Of Performance For Any Solution Brief Or Proposal Submitted Under This Cso
should Generally Be No Greater Than 60 Months.
2.3.6 Technical Data With Military Application May Require Appropriate Approval, Authorization, Or License For Lawful Exportation.
2.3.7 All Solution Briefs Shall Be Unclassified. Solution Briefs Containing Data That Is Not To Be Disclosed To The Public For Any Purpose Or Used By The Government Except For Evaluation Purposes Shall Include The Following Notice On The Cover Page:
“this Solution Brief Includes Data That Shall Not Be Disclosed Outside The Government, Except To Contractor Support Services Personnel For Evaluation Purposes, And Shall Not Be Duplicated, Used, Or Disclosed ‐‐ In Whole Or In Part ‐‐ For Any Purpose Other Than To Evaluate This Submission. If, However, An Agreement Is Awarded To This Offeror As A Result Of ‐‐ Or In Connection With ‐‐ The Submission Of This Data, The Government Shall Have The Right To Duplicate, Use, Or Disclose The Data To The Extent Agreed Upon By Both Parties In The Resulting Agreement. This Restriction Does Not Limit The Government's Right To Use Information Contained In This Data If It Is Obtained From Another Source Without Restriction. The Data Subject To This Restriction Are Contained In Sheets [insert Numbers Or Other Identification Of Sheets]”
and Each Restricted Data Sheet Should Be Marked As Follows:
“use Or Disclosure Of Data Contained On This Sheet Is Subject To The Restriction On The Title Page Of This
proposal.”
2.3.8 Foreign‐owned Businesses May Submit A Proposal Alone Or Through Some Form Of Teaming
arrangement With One Or More United States‐owned Businesses. However, The Ability To Obtain An
agreement Based Upon A Submission May Depend Upon The Ability Of The Foreign Owned Business To
obtain Necessary Export Clearances And Approvals To Obtain Aoi Or Soi Information.
2.3.9 Questions Regarding The Objectives Or Preparation Of The Solution Brief For Aois 1-4 Should Be Addressed To: Brian.sisco@socom.mil. Questions Regarding Objectives Or Preparation Of The Solution Brief For Aoi 5 Should Be Addressed To: David.j.saren.civ@socom.mil
2.3.10 Submissions Must Be Submitted Electronically To The Individuals Listed Below:
mr. Ron Reed – Ronald.e.reed.civ@socom.mil
mr. Brian Sisco (aois 1-4) – Brian.sisco@socom.mil
mr. Dave Saren (aoi 5 Only) David.j.saren.civ@socom.mil
mrs. Terry Ann Lewis – Terryann.j.lewis.ctr@socom.mil
2.4 Solution Brief Preparation And Evaluation: Submitter’s Solution Brief Should Not Exceed Five (5)
pages Using Twelve (12)‐point Font. Alternatively, Solution Briefs May Take The Form Of Slides, Which Should Not Exceed Ten (10) Slides. These Limits Are Not Requirements, But Strong Recommendations.
2.4.1 Solution Brief Content:
• Title Page (does Not Count Against Page Limit) – Offeror Name, Title, Date, Point Of Contact Name, Email Address, Phone, And Address
• Executive Summary (one Page) ‐ Provide An Executive Summary Of The Capability.
capability Concept: Describe The Unique Aspects Of Your Capability And The Proposed Work As It Relates
to The Aoi. Identify Whether The Effort Includes The Pilot Or Demonstration Of Existing Commercial
technology (identified As Commercially Ready And Viable Technology) Or The Development Of
technology For Potential Commercial Or Defense Application. If Development Or Adaptation Is
proposed, Identify A Suggested Path To Mature The Technology. Explain How The Technology, Process,
or Method, Including Research And Development, Or Application Is Innovative (i.e., New As Of The Date
of Proposal Submission.)
• Previous Work With Ussocom S&t, Specifically As Part Of Futures Or The S&t Innovation Cycle
• Offeror Viability: Provide A Brief Overview Of The Offeror. Provide A Summary Of Current Fundraising To
date Or A Summary Of The Top Line (gross Sales/revenues). Provide A Summary Of Product
commercialization And Go‐to‐market Strategy.
2.4.2 Solution Brief Basis Of Evaluation: Individual Solution Briefs Will Be Evaluated Through Peer
review Without Regard To Other Submissions Received Under This Announcement, With The Primary
evaluation Factors For Selecting Proposals For Award As Technical, Importance To Agency Programs, And
funding Availability. Subfactors For Relevant Factors Are Further Explained Below In The Following Criteria:
• Technical
o Merit – The Feasibility Of The Proposed Solution To Address The Aoi
o Agility And Rapidity– Documented Desire And Procedures In Place To Respond To Government Task Order Requests (rfps, Rfis, Etc) Within Five (5) Business Days Of Receipt, Or Demonstrated Ability To Rapidly Prototype, Experiment Or Successfully Complete Technical Design Sprints.
o Innovation – Degree To Which The Proposed Solution Provides An Innovative, Unique And/or Previously Under‐utilized Approach
• Importance To Agency Programs
o Relevance ‐ How The Proposed Solution Relates To The Aoi
o Past Performance
o Business Viability – Strength Of The Offeror And Commercial Viability Of The Proposed Solution. (the Government May Elect To Use External Market Research In The Evaluation Of An Offeror’s Viability.)
• Affordability
o Cost, Price, And Budgetary Considerations
2.4.3 After Evaluation Of A Solution Brief, The Government May Elect To Invite An Offeror To Pitch
and/or Demonstrate Their Technology In Person Or Request Additional Information From The Offerors . The Government Reserves The Right To Move To Award Without Prior Pitch And/or Demonstration.
2.5 Pitch And/or Demonstration Content: The Pitch And/or Demonstration Should Provide More
details On The Technical Merit And Business Viability Of The Proposed Solution Submitted In The Solution
brief. Regardless Of Format, The Pitch And/or Demonstration Must Also Address:
rough Order Of Magnitude Price And Notional Schedule.
ussocom Utility And How This Concept Could Be Tested Within A Sof Military Environment.
operational Impact. Detail Who The Operational Users Of The Technology Are Expected To Be.
prototype: State How This Effort Constitutes A Prototype
data Rights And Intellectual Property Assertions.
the Government May Request Additional Information Outside Of The Pitch/demonstration.
2.6 Pitch And/or Demonstration Basis Of Evaluation: Individual Pitch And/or Demonstration Will Be
evaluated Without Regard To Other Presentations Under This Announcement With The Primary Evaluation
factors For Selecting Proposals For Award As Technical, Importance To Agency Programs, And Funds
availability. On The Following Factors:
• Technical
o Technical Merit
o Innovation
o Data Rights/intellectual Property
o Schedule
• Importance To Agency Programs
o Past Performance
o Business Viability
o Relevancy To Aoi
• Funds Availability
o Cost And Price Drivers
2.7 The Government Will Aim To Complete Phase Ii Evaluations And Offeror Notification Within 10
calendar Days Of The Pitch/demonstration And/or Receipt Of Additional Requested Information. All
companies Will Receive Phase Ii Notification, However, Only Favorably Evaluated Solution Briefs Or
pitches/demonstrations Will Enter Phase Iii Of The Cso Process And Receive A Request For Prototype
proposal (rpp).
2.8 Proposal Preparation: Rpps Will Include Preparation Instructions For Prototype Proposals. During
this Phase, Companies Will Collaboratively Develop Statements Of Work (sow) With The Government Teams For Their Specific Projects And Negotiate Terms And Conditions Into Their Contracts Or Agreements.
3. Contract Award:
3.1 Only Warranted Contracting Officers And Agreements Officers May Obligate The Government And
issues Awards For Procurement Contracts Or Other Transaction Agreements (ota).
3.2 Awards Made Under This Cso Will Be Primarily Firm Fixed‐price Contracts Or Other Transaction
agreements (ota) Under 10 U.s.c 4022 For Prototypes Projects With Potential Follow‐on Noncompetitive Production Agreements Iaw 10 U.s.c 4022(f), 10 U.s.c. 4023 Ota For Experimental Purposes, 15 U.s.c. 3715 Partnership Intermediary Agreements, Or Traditional Far Contracts. Contract Type Will Be Determined During Phase Iii.
3.3 In The Event An Ota Is Awarded Under 10 U.s.c 4022 For A Prototype Project, A Follow‐on
production Agreement May Be Awarded To The Prototype Project Recipient In A Non‐competitive Manner Based On Completion Of Success Criteria Developed In The Prototype Project. The Resulting Ota May Include More Than One Prototype Project. Non‐completion Of One Or More Prototype Project(s) Does Not Limit The Possibility Of The Non‐competitive Follow‐on Production Ota For Successfully Completed Projects, And The Noncompetitive Production Ota May Also Be Awarded At The Completion Of An Individual Prototype Project, Before The Overall Completion Of All Prototype Projects Contemplated Under The Ota.
3.4 To Receive An Award, Companies Must Be A Registered Entity In The System For Award
management (sam). This System Verifies Identity And Ensures That Payment Is Sent To The Right Party. The Link Can Be Found Here: Https://sam.gov/sam/
3.5 In General, To Invoice And Receive Payment, Companies Must Register In Wide Area Work Flow
(wawf). The Contracting Officer/agreements Officer Will Provide Wawf Assistance During Phase Iii.
3.6 Proposals Will Be Accepted Through The Date Of 10 January, 2025.
4. Non‐government Advisors: Non‐government Advisors May Be Used In The Evaluation Of Solution
briefs And Proposals And Will Have Signed Non‐disclosure Agreements (ndas) With The Government. The
government Understands That Information Provided In Response To This Cso Is Presented In Confidence
and May Contain Trade Secret Or Commercial Or Financial Information, And It Agrees To Protect Such
information From Unauthorized Disclosure To The Maximum Extent Permitted And As Required By Law.
5. Contact Information: Be Advised, Only A Contracting Officer/agreements Officer Has The Authority To Enter Into A Binding Agreement On Behalf Of The Government And Has Exclusive Authority To Change The Terms Of A Contract Or Agreement. All Inquiries Need To Be Sent To Ronald.e.reed.civ@socom.mil.
6. Definitions:
innovative: “innovative” Is Defined As (1) Any Technology, Process, Or Method, Including Research And
development, That Is New As Of The Date Of Submission Of A Proposal; Or (2) Any Application That Is New As Of The Date Of Submission Of A Proposal Of A Technology, Process, Or Method Existing As Of Such Date.
non‐traditional Defense Contractor (ndc): An Entity That Is Not Currently Performing And Has Not
performed, For At Least The One‐year Period Preceding The Solicitation Of Sources By Dod For The
procurement Or Transaction, Any Contract Or Subcontract For The Dod That Is Subject To Full Coverage Under The Cost Accounting Standards Prescribed Pursuant To Section 1502 Of Title 41 And The Regulations
implementing Such Section (see 10 U.s.c. 2302(9)).
other Transaction Agreement (ota): Legally Binding Instruments Not Subject To The Requirements Of The
federal Acquisition Regulation (far) Obligating The Government For A Purpose Iaw 10 Usc 4021 And
4022.
procurement Contract. A Contract Awarded Pursuant To The Federal Acquisition Regulation.
prototype Project: Prototype Project Addresses A Proof Of Concept, Model, Reverse Engineering To Address Obsolescence, Pilot, Novel Application Of Commercial Technologies For Defense Purposes, Agile
development Activity, Creation, Design, Development, Demonstration Of Technical Or Operational Utility, Or Combinations Of The Foregoing. A Process, Including A Business Process, May Be The Subject Of A Prototype Project.
although Assistance Terms Are Generally Not Appropriate In Ot Agreements, Ancillary Work Efforts That Are Necessary For Completion Of The Prototype Project, Such As Test Site Training Or Limited Logistics Support, May Be Included In Prototype Projects. A Prototype May Be Physical, Virtual, Or Conceptual In Nature. A Prototype Project May Be Fully Funded By Dod, Jointly Funded By Multiple Federal Agencies, Cost‐shared, Funded In Whole Or Part By Third Parties, Or Involve A Mutual Commitment Of Resources Other Than An Exchange Of Funds.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Rheingau Taunus Verkehrsgesellschaft MbH Tender
Germany
Details: The Order Includes The Provision Of On-demand Traffic “emil Taunusstein” In Area Operations, Hereinafter Referred To As “odv”. In Terms Of Approval, This Corresponds To Regular Scheduled Traffic In Accordance With Section 44 Pbefg. This Involves A Demand-oriented, Timetable-independent Transport Of People By The Operator Using Passenger Cars Ordered In Advance By The Passengers And Without A Fixed Route Between Certain Entry And Exit Points In The Operating Area Determined By The Client. Operation Of All Virtual Stopping Points In The Control Area: Https://www.google.com/maps/d/0/viewer?mid=1lfx6h_jur7lubull1dfs4ayhsolmkps&femb=1&ll=50.1583023410848%2c8.1966926373&z=13 The Order Includes. . Driving Staff, Disposition And Depot, The Procurement And Maintenance Of The Vehicles, As Well As The Provision Of The Necessary Software. Passengers' Travel Requests Are To Be Served As Promptly And Efficiently As Possible. The Waiting Times Should Be As Short As Possible. Travel Requests Are Booked Via The App (see On-demand Software). In Addition, The Operator Also Accepts Travel Requests By Telephone During Operating Hours. The Requirements For The On-demand Software Can Be Seen In The Appendix “http://ausscription.igdb.de/rtv/20240105_funktionalitaeten_odv_software.pdf”. The Odv Is Operated At The Following Times: Monday To Thursday: 5:30 A.m. - 10:30 P.m. Friday: 5:30 A.m. - 12:30 A.m. Saturday: 7:30 A.m. - 12:30 A.m. Sunday And Public Holidays: 8:30 A.m. - 22 :30 P.m. During Operating Hours, One To Two Vehicles Are In Use At The Same Time. From The Distribution Of The Service Time In The System “http://ausschreib.igdb.de/rtv/20240103_mindestsoll_betriebsstunden_odv_2025.pdf” There Is An Expected Total Of 9,058 Operating Hours In A Standard Year (250 Days Monday To Friday, 52 Saturdays And 63 Sundays And Public Holidays). , Of Which 4,875 Are In Daytime Traffic And 4,183 Are In Late-night And Weekend Traffic. Requirements For The Vehicles: The Vehicle Fleet Consists Of At Least Three Battery-electric Minibuses Or Minivans With A Maximum Of Nine Seats (including Driver's Seat) Per Vehicle. In Each Vehicle There Are At Least Five And Up To Seven Passenger Seats In The Passenger Compartment. The Front Rows Of Seats In The Passenger Compartment Have A Maximum Of Two Seats And Only The Last Row Of Seats Has Up To Three Seats, So That It Is Possible To Climb Through To The Rear Without Folding Down The Seats. Passenger Seats Are Not Counted Or Used As Passenger Seats. At Least Two Of The Vehicles Have A Barrier-free Parking Space For Wheelchairs With Devices To Properly Secure Passengers. If The Wheelchair Space Is Used, The Number Of Additional Passenger Seats In The Vehicle May Be Temporarily Reduced To Three. All Vehicles Have A Step On The Side Door To Make It Easier For Passengers To Get In. The Common Conditions Of Carriage Of The Rhein-main-verkehrsverbund (gb-rmv) Apply On-demand Transport In The Rhine-main Transport Association Https://www.rmv.de/c/de/fahrkarten/infos-regelen/on-demand-verkehre-befoerderung-und-tarif.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Sultan Kudarat Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Invitation To Bid Project No.: (25-01-02) Procurement Of Tvl Tools - Cookery (7 Schools) 1. The Department Of Education (deped) Division Of Sultan Kudarat, Through The Cy 2024 Government Appropriations Act (gaa), Intends To Apply The Sum Of Four Million Nine Hundred Twenty Thousand Eight Hundred Seventy-four Pesos (p4,920,874.00), Being The Approved Budget For The Contract (abc), To Eligible Payments Under The Contract For Procurement Of Tvl Tools - Cookery (7 Schools) Under Republic Act 11975 –fy 2024 Gaa. Bids Received That Exceed The Abc Shall Be Rejected At Bid Opening. Lot 2 Stock/ Property No. Unit Item Name Design Specification Quantity Unit Cost Total Cost 1 Pc Apple Corer Type: Apple Corer Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe 28 1,264.00 35,392.00 2 Pc Bain Marie, Table Type: Bain Marie Table (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v 14 44,303.00 620,242.00 3 Pc Blender, Electric Type: Blender Machine Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades 7 5,600.00 39,200.00 4 Pc Board, Chopping/ Cutting, Plastic Type: Cutting Board Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe 112 1,408.00 157,696.00 5 Pc Boiler, Double Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) 7 5,120.00 35,840.00 6 Pc Braising Pan, Medium Type: Braising Pan Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm 56 10,800.00 604,800.00 7 Pc Can Opener Type: Can Opener Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs 7 1,278.00 8,946.00 8 Pc Cart, Utility Type: Utility Cart Body Shape: Rectangular Material: Plastic, Polypropylene(pp) Dimension: (l X W X H) 84 Cm X 43 Cm X 95 Cm (minimum) Capacity: 330 Lbs (150 Kg) Loads (minimum) Three (3) Shelving With At Least 25 Cm Distance Between Shelves Tub Shelf Measure (l X W X D) 84 Cm X 43 Cm X 7 Cm (minimum) With Four (4) Swivel Caster, 10 Cm Diameter, Two Which Have Locking Brakes Preferably With A Packing Case Easy Grip Handles On Each End Of Cart 7 5,280.00 36,960.00 9 Pc Casserole, Medium Type: Casserole Pot Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case 28 4,000.00 112,000.00 10 Pc Casserole, Small Type: Casserole Pot Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm 84 2,400.00 201,600.00 11 Pc Colander, Medium Type: Colander, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm 14 400.00 5,600.00 12 Pc Colander, Small Type: Colander (small) Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe 56 240.00 13,440.00 13 Set Cup, Measuring (for Solid) Type: Measuring Cup Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe 56 192.00 10,752.00 14 Pc Dispenser, Paper Towel Type Paper Towel Dispenser Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box 28 1,248.00 34,944.00 15 Pc Fan, Electric Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, 7 4,480.00 31,360.00 16 Pc Fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 7 1,760.00 12,320.00 17 Pc Fish Poacher, Medium Type: Fish Poacher Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm 7 6,400.00 44,800.00 18 Pc Fork, Carving Type: Carving Fork Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case 21 2,080.00 43,680.00 19 Pc Fork, Kitchen Type: Kitchen Fork Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End 56 64.00 3,584.00 20 Pc Frying Pan, Large Type: Frying Pan (large) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 20 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f 14 4,000.00 56,000.00 21 Pc Frying Pan, Medium Type: Frying Pan (medium) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferablywith A Packing Case 56 1,920.00 107,520.00 22 Pc Frying Pan, Small Type: Frying Pan (small) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f 28 1,280.00 35,840.00 23 Pc Funnel, S/s, Medium Type:stainless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe 28 192.00 5,376.00 24 Pc Funnel, S/s, Small Type: Stanless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe 28 128.00 3,584.00 25 Pc Garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: Diameter-26 Cm X Height-47 Cm (minimum) Capacity: 4 Gallons (minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With A Packing Case Color: Any Color 28 160.00 4,480.00 26 Pc Glass Rack Type: Glass Rack Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case 84 400.00 33,600.00 27 Pc Knife, Boning Type: Flexible Boning Knife Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe 14 912.00 12,768.00 28 Pc Knife, Chef Type: Chef's Knife Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum) 70 400.00 28,000.00 29 Pc Knife, Cleaver Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets 28 640.00 17,920.00 30 Pc Knife, Oyster Type: Oyster Knife Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum) 28 288.00 8,064.00 31 Pc Light, Emergency Emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector 7 1,440.00 10,080.00 32 Pc Meat Slicer, Small Type: Meat Slicer Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v 7 2,080.00 14,560.00 33 Pc Pan, Roasting Type: Roasting Pan Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack 28 840.00 23,520.00 34 Pc Peeler, Y-type Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum) 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case 56 240.00 13,440.00 35 Set Pepper And Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case 56 560.00 31,360.00 36 Pc Piping Bag Type : Piping Bag Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) 56 110.00 6,160.00 37 Pc Plate Rack Type: Plate Rack Body Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum) 84 1,280.00 107,520.00 38 Pc Preparation Table With Sink Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) 35 19,200.00 672,000.00 39 Pc Pressure Cooker Type: Pressure Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring 7 960.00 6,720.00 40 Pc Scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) 56 65.00 3,640.00 41 Pc Scooper, Ice Cream Type: Ice Cream Scooper Body Shape: Round Material: Stainless Steel Scoop: Diameter- 5 Cm X Deep-2.5 Cm (minimum) Handle Length: 10 To 12 Cm 14 400.00 5,600.00 42 Pc Siever, Small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case 56 112.00 6,272.00 43 Pc Skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case 56 112.00 6,272.00 44 Pc Skimmer, Spider Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe 56 320.00 17,920.00 45 Pc Soup Cup Rack Type: Soup Cup Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments 84 560.00 47,040.00 46 Pc Soup Ladle, 3 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded 14 192.00 2,688.00 47 Pc Soup Ladle, 6 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 56 240.00 13,440.00 48 Pc Soup Ladle, 8 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case 21 270.00 5,670.00 49 Pc Soup Ladle,12 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 56 400.00 22,400.00 50 Pc Spatula Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded. 56 192.00 10,752.00 51 Pc Spoon, Kitchen Type: Kitchen Spoon Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded. 56 64.00 3,584.00 52 Pc Spoon, Kitchen (slotted) Type: Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type With Slot At Least 6 Rectangular Slots Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe 56 432.00 24,192.00 53 Set Spoon, Measuring Type: Measuring Spoon Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 56 128.00 7,168.00 54 Pc Spoon, Parisienne Type: Parisiennes Spoon Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop 56 368.00 20,608.00 55 Pc Spoon, Serving Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 168 98.00 16,464.00 56 Pc Spoon, Wooden Type: Wooden Spoon Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges 56 121.00 6,776.00 57 Pc Stock Pot, Large Type: Stock Pot, Large Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) Capacity: 20 Quarts (22.7 Liters) Oven Safe To 350⁰f And Dishwasher Safe. With Aluminum Disc Layer In Bottom For Even Heat (5 Mm Aluminum 14 1,808.00 25,312.00 58 Pc Strainer Chinois, Medium Type: Strainer Chinois, Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 21 4,800.00 100,800.00 59 Pc Strainer Chinois, Small Strainer Chinois, Small Body Shape: Conical Material: Stainless Steel Strainer Diameter: 14 Cm (minimum) Strainer Depth: 13 Cm (minimum) Handle Length: 15 Cm (minimum) With 1 Mm (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 21 4,000.00 84,000.00 60 Pc Strainer Medium, Fine Type: Strainer, Medium Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Strainer’s Two Layers Of Tightly Woven Mesh Catches Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 56 320.00 17,920.00 61 Pc Strainer Small, Fine Type: Strainer, Small Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 56 280.00 15,680.00 62 Pc Table, Working Type: Working Table, Stainless Steel Body Shape: Rectangular Material: 304 Stainless Steel, 1.29 Mm Thick (gauge 16) Minimum Length: 1220 Mm (minimum) Width: 700 Mm (minimum) Height: 850 Mm (minimum) Tubular Stainless Steel Legs, 38mm (minimum) With 4 Adjustable Bullet Feet Fully Welded Construction Thickness:gauge 16 (1.29 Mm Thick) Minimum Stainless Steel Table Top With Stainless Steel Undershelf Distance Between Table Top And Undershelf Is 650 Mm (minimum) Preferably With A Packing Case Or Crate No Sharp Edges And Rough Surfaces Must Be Branded. 14 24,000.00 336,000.00 63 Pc Tenderizer, Medium Type: Tenderizer Body Shape: Ergonomic Material: Cast Aluminum Overall Length: 26 Cm (minimum) Dual-sided Hammer, Square Head: 6 Cm X 6 Cm (minimum) Ridged Surface With Rows Of Dull, Pyramid-shaped Spikes Weight: 250 Grams To 500 Grams Preferably With A Packing Case Dishwasher Safe Must Be Branded 56 288.00 16,128.00 64 Pc Thermometer, Pocket /pin Type: Pocket/pen Thermometer Body Shape: Tubular Pen Style Digital Thermometer Product Size: 100 Mm X 40 Mm X 14 Mm (minimum) Display Size: 40 Mm X 20 Mm (minimum) Prove Length: 200 Mm (minimum) Measuring Range: -50 °c To 300 °c (-58 ⁰f To 372 ⁰f) Resolution: 0.1 °c / 0.2 °f 21 240.00 5,040.00 65 Pc Tong, 12 Inches Type: Tong , 12 Inches Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 56 210.00 11,760.00 66 Pc Tong, 8 Inches Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe 70 128.00 8,960.00 67 Pc Tray, Baking, Small Type: Baking Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) Body Thickness: 0.7- 1.0 Mm Preferably With Packing Case Dishwasher Safe Must Be Branded. 56 176.00 9,856.00 68 Pc Tray, Utility Type: Utility Tray Body Shape: Rectangular Material: Stainless Steel Dimension: Length- 48 Cm X Width-32 Cm X Height-2.5 Cm (minimum) Reinforced Edges Finish: Polished Preferably With A Packing Case Washable And Oven Safe 84 128.00 10,752.00 69 Pc Tube, Pastry Type: Pastry Tubes Body Shape: Tube In Different Shape Of Nozzles Material: Stainless Steel Set Contain: 24 Different Shapes Of Nozzles (minimum) Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Stars, Leaves And Other Designs 56 5,520.00 309,120.00 70 Pc Turner 3" X 6" Type: Slotted Turner, 3" X 6" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded 56 2,880.00 161,280.00 71 Pc Weighing Scale, 1 Kg, Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) 28 1,600.00 44,800.00 72 Pc Weighing Scale, 5 Kilograms, Mechanical Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded 21 2,400.00 50,400.00 73 Pc Wire Skimmer, Small Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded. 63 318.00 20,034.00 74 Pc Wire Whisk, Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 14 368.00 5,152.00 75 Pc Wire Whisk, Medium Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 70 304.00 21,280.00 76 Pc Wire Whisk, Small Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 63 304.00 19,152.00 77 Pc Wok, Medium Type: Wok, Medium Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 14 5,601.00 78,414.00 78 Pc Wok, Small Type: Wok, Small Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 28 2,080.00 58,240.00 79 Pc Zester Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded. 56 690.00 38,640.00 Certified Allotment Available: Total 4,920,874.00 2. Deped-division Of Sultan Kudarat, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above-mentioned Procurement Project. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships/partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interests Or Outstanding Capital Stocks Belonging To Citizens Of The Philippines. 5. A Complete Set Of Bidding Documents May Be Acquired Or Purchased At Deped-division Of Sultan Kudarat Bac Secretariat, Located At National Hi-way Brgy, Kenram, Isulan, Sultan Kudarat Upon Accomplishing A Bidder’s Information Sheet And Payment In Cash Of A Non-refundable Fee By Interested Bidders In The Amount Of Five Thousand Pesos (php5,000.00) Per Lot To The Division Cashier. Only Bidders Who Purchased The Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). It May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.net, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped- Division Of Sultan Kudarat Will Be Having The Following Procurement-related Activities. Activity Date & Time Venue Issuance Of Bidding Documents January 15–february 04, 2025 Division Office, National High-way,brgy Kenram, Isulan, Sul. Kudarat Pre-bid Conference January 23, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat Submission And Opening Of Bids February 04, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat 7. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.net, For Them To Be Included In The Document Request List Of The Project. 8. Bids Must Be Delivered To The Address And On The Date And Time Stated Herein. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of The Bid Security. 9. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Opening Of Bids At The Address Stated Herein. Late Bids Shall Not Be Accepted. 10. Deped Division Of Sultan Kudarat Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s), Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Melvin P. Fortuna Chairperson, Bac Secretariat Department Of Education
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.1 K)
Department Of Education Division Of Sultan Kudarat Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Invitation To Bid Project No.: (25-01-01) Procurement Of Tvl Tools - Cookery (6 Schools) 1. The Department Of Education (deped) Division Of Sultan Kudarat, Through The Cy 2024 Government Appropriations Act (gaa), Intends To Apply The Sum Of Four Million Two Hundred Seventeen Thousand Eight Hundred Ninety-five Pesos (p4,217,895.00), Being The Approved Budget For The Contract (abc), To Eligible Payments Under The Contract For Procurement Of Tvl Tools - Cookery (6 Schools) Under Republic Act 11975 –fy 2024 Gaa. Bids Received That Exceed The Abc Shall Be Rejected At Bid Opening. Lot 1 Stock/ Property No. Unit Item Name Design Specification Quantity Unit Cost Total Cost 1 Pc Apple Corer Type: Apple Corer Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe (must Be Branded) 24 1,264.00 30,336.00 2 Pc Bain Marie, Table Type: Bain Marie Table (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Must Be Branded Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v (must Be Branded) 12 44,303.00 531,636.00 3 Pc Blender, Electric Type: Blender Machine Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades (must Be Branded) 6 5,600.00 33,600.00 4 Pc Board, Chopping/ Cutting, Plastic Type: Cutting Board Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Must Be Branded Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe / Must Be Branded 96 1,408.00 135,168.00 5 Pc Boiler, Double Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) Must Be Branded 6 5,120.00 30,720.00 6 Pc Braising Pan, Medium Type: Braising Pan Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 48 10,800.00 518,400.00 7 Pc Can Opener Type: Can Opener Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs (must Be Branded) 6 1,278.00 7,668.00 8 Pc Cart, Utility Type: Utility Cart Body Shape: Rectangular Material: Plastic, Polypropylene(pp) Dimension: (l X W X H) 84 Cm X 43 Cm X 95 Cm (minimum) Capacity: 330 Lbs (150 Kg) Loads (minimum) Three (3) Shelving With At Least 25 Cm Distance Between Shelves Tub Shelf Measure (l X W X D) 84 Cm X 43 Cm X 7 Cm (minimum) With Four (4) Swivel Caster, 10 Cm Diameter, Two Which Have Locking Brakes Preferably With A Packing Case Easy Grip Handles On Each End Of Cart (must Be Branded) 6 5,280.00 31,680.00 9 Pc Casserole, Medium Type: Casserole Pot Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case )must Be Branded) 24 4,000.00 96,000.00 10 Pc Casserole, Small Type: Casserole Pot Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 72 2,400.00 172,800.00 11 Pc Colander, Medium Type: Colander, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm (must Be Branded) 12 400.00 4,800.00 12 Pc Colander, Small Type: Colander (small) Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe (must Be Branded) 48 240.00 11,520.00 13 Set Cup, Measuring (for Solid) Type: Measuring Cup Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe 48 192.00 9,216.00 14 Pc Dispenser, Paper Towel Type Paper Towel Dispenser Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box 24 1,248.00 29,952.00 15 Pc Fan, Electric Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, (must Be Branded) 6 4,480.00 26,880.00 16 Pc Fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 6 1,760.50 10,563.00 17 Pc Fish Poacher, Medium Type: Fish Poacher Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 6 6,400.00 38,400.00 18 Pc Fork, Carving Type: Carving Fork Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case (must Be Branded) 18 2,080.00 37,440.00 19 Pc Fork, Kitchen Type: Kitchen Fork Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End 48 64.00 3,072.00 20 Pc Frying Pan, Large Type: Frying Pan (large) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 20 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f (must Be Branded) 12 4,000.00 48,000.00 21 Pc Frying Pan, Medium Type: Frying Pan (medium) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferablywith A Packing Case (must Be Branded) 48 1,920.00 92,160.00 22 Pc Frying Pan, Small Type: Frying Pan (small) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f. The Item Must Have Good Quality 24 1,280.00 30,720.00 23 Pc Funnel, S/s, Medium Type:stainless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe. The Item Must Have Good Quality 24 192.00 4,608.00 24 Pc Funnel, S/s, Small Type: Stanless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe. The Item Must Have Good Quality 24 128.00 3,072.00 25 Pc Garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: Diameter-26 Cm X Height-47 Cm (minimum) Capacity: 4 Gallons (minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With A Packing Case Color: Any Color 24 160.00 3,840.00 26 Pc Glass Rack Type: Glass Rack Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case. The Item Must Have Good Quality 72 400.00 28,800.00 27 Pc Knife, Boning Type: Flexible Boning Knife Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe. The Item Must Have Good Quality 12 912.00 10,944.00 28 Pc Knife, Chef Type: Chef's Knife Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum). The Item Must Have Good Quality 60 400.00 24,000.00 29 Pc Knife, Cleaver Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets.the Item Must Have Good Quality 24 640.00 15,360.00 30 Pc Knife, Oyster Type: Oyster Knife Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum). The Item Must Have Good Quality 24 288.00 6,912.00 31 Pc Light, Emergency Emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector. The Item Must Have Good Quality 6 1,440.00 8,640.00 32 Pc Meat Slicer, Small Type: Meat Slicer Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v ( Must Be Branded) 6 2,080.00 12,480.00 33 Pc Pan, Roasting Type: Roasting Pan Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack.. The Item Must Have Good Quality 24 840.00 20,160.00 34 Pc Peeler, Y-type Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum). The Item Must Have Good Quality 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case 48 240.00 11,520.00 35 Set Pepper And Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case 48 560.00 26,880.00 36 Pc Piping Bag Type : Piping Bag Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) 48 110.00 5,280.00 37 Pc Plate Rack Type: Plate Rack Body Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum)..the Item Must Have Good Quality 72 1,280.00 92,160.00 38 Pc Preparation Table With Sink Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) (must Be Branded) 30 19,200.00 576,000.00 39 Pc Pressure Cooker Type: Pressure Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring. The Item Must Have Good Quality 6 960.00 5,760.00 40 Pc Scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) 48 65.00 3,120.00 41 Pc Scooper, Ice Cream Type: Ice Cream Scooper Body Shape: Round Material: Stainless Steel Scoop: Diameter- 5 Cm X Deep-2.5 Cm (minimum) Handle Length: 10 To 12 Cm 12 400.00 4,800.00 42 Pc Siever, Small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case 48 112.00 5,376.00 43 Pc Skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case 48 112.00 5,376.00 44 Pc Skimmer, Spider Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe 48 320.00 15,360.00 45 Pc Soup Cup Rack Type: Soup Cup Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments 72 560.00 40,320.00 46 Pc Soup Ladle, 3 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded 12 192.00 2,304.00 47 Pc Soup Ladle, 6 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 48 240.00 11,520.00 48 Pc Soup Ladle, 8 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case 18 270.00 4,860.00 49 Pc Soup Ladle,12 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 48 400.00 19,200.00 50 Pc Spatula Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 192.00 9,216.00 51 Pc Spoon, Kitchen Type: Kitchen Spoon Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded. 48 64.00 3,072.00 52 Pc Spoon, Kitchen (slotted) Type: Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type With Slot At Least 6 Rectangular Slots Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe 48 432.00 20,736.00 53 Set Spoon, Measuring Type: Measuring Spoon Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 48 128.00 6,144.00 54 Pc Spoon, Parisienne Type: Parisiennes Spoon Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop 48 368.00 17,664.00 55 Pc Spoon, Serving Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 144 98.00 14,112.00 56 Pc Spoon, Wooden Type: Wooden Spoon Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges 48 121.00 5,808.00 57 Pc Stock Pot, Large Type: Stock Pot, Large Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) Capacity: 20 Quarts (22.7 Liters) Oven Safe To 350⁰f And Dishwasher Safe. With Aluminum Disc Layer In Bottom For Even Heat (5 Mm Aluminum. The Item Must Have Good Quality 12 1,808.00 21,696.00 58 Pc Strainer Chinois, Medium Type: Strainer Chinois, Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 18 4,800.00 86,400.00 59 Pc Strainer Chinois, Small Strainer Chinois, Small Body Shape: Conical Material: Stainless Steel Strainer Diameter: 14 Cm (minimum) Strainer Depth: 13 Cm (minimum) Handle Length: 15 Cm (minimum) With 1 Mm (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 18 4,000.00 72,000.00 60 Pc Strainer Medium, Fine Type: Strainer, Medium Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Strainer’s Two Layers Of Tightly Woven Mesh Catches Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 320.00 15,360.00 61 Pc Strainer Small, Fine Type: Strainer, Small Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 280.00 13,440.00 62 Pc Table, Working Type: Working Table, Stainless Steel Body Shape: Rectangular Material: 304 Stainless Steel, 1.29 Mm Thick (gauge 16) Minimum Length: 1220 Mm (minimum) Width: 700 Mm (minimum) Height: 850 Mm (minimum) Tubular Stainless Steel Legs, 38mm (minimum) With 4 Adjustable Bullet Feet Fully Welded Construction Thickness:gauge 16 (1.29 Mm Thick) Minimum Stainless Steel Table Top With Stainless Steel Undershelf Distance Between Table Top And Undershelf Is 650 Mm (minimum) Preferably With A Packing Case Or Crate No Sharp Edges And Rough Surfaces Must Be Branded. 12 24,000.00 288,000.00 63 Pc Tenderizer, Medium Type: Tenderizer Body Shape: Ergonomic Material: Cast Aluminum Overall Length: 26 Cm (minimum) Dual-sided Hammer, Square Head: 6 Cm X 6 Cm (minimum) Ridged Surface With Rows Of Dull, Pyramid-shaped Spikes Weight: 250 Grams To 500 Grams Preferably With A Packing Case Dishwasher Safe Must Be Branded 48 288.00 13,824.00 64 Pc Thermometer, Pocket /pin Type: Pocket/pen Thermometer Body Shape: Tubular Pen Style Digital Thermometer Product Size: 100 Mm X 40 Mm X 14 Mm (minimum) Display Size: 40 Mm X 20 Mm (minimum) Prove Length: 200 Mm (minimum) Measuring Range: -50 °c To 300 °c (-58 ⁰f To 372 ⁰f) Resolution: 0.1 °c / 0.2 °f 18 240.00 4,320.00 65 Pc Tong, 12 Inches Type: Tong , 12 Inches Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 48 210.00 10,080.00 66 Pc Tong, 8 Inches Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe 60 128.00 7,680.00 67 Pc Tray, Baking, Small Type: Baking Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) Body Thickness: 0.7- 1.0 Mm Preferably With Packing Case Dishwasher Safe Must Be Branded. 48 176.00 8,448.00 68 Pc Tray, Utility Type: Utility Tray Body Shape: Rectangular Material: Stainless Steel Dimension: Length- 48 Cm X Width-32 Cm X Height-2.5 Cm (minimum) Reinforced Edges Finish: Polished Preferably With A Packing Case Washable And Oven Safe 72 128.00 9,216.00 69 Pc Tube, Pastry Type: Pastry Tubes Body Shape: Tube In Different Shape Of Nozzles Material: Stainless Steel Set Contain: 24 Different Shapes Of Nozzles (minimum) Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Stars, Leaves And Other Designs. Must Be Branded 48 5,520.00 264,960.00 70 Pc Turner 3" X 6" Type: Slotted Turner, 3" X 6" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded 48 2,880.00 138,240.00 71 Pc Weighing Scale, 1 Kg, Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) 24 1,600.00 38,400.00 72 Pc Weighing Scale, 5 Kilograms, Mechanical Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded 18 2,400.00 43,200.00 73 Pc Wire Skimmer, Small Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded. 54 318.00 17,172.00 74 Pc Wire Whisk, Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 12 368.00 4,416.00 75 Pc Wire Whisk, Medium Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 60 304.00 18,240.00 76 Pc Wire Whisk, Small Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 54 304.00 16,416.00 77 Pc Wok, Medium Type: Wok, Medium Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 12 5,601.00 67,212.00 78 Pc Wok, Small Type: Wok, Small Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 24 2,080.00 49,920.00 79 Pc Zester Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded. 48 690.00 33,120.00 Certified Allotment Available: Total 4,217,895.00 2. Deped-division Of Sultan Kudarat, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above-mentioned Procurement Project. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships/partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interests Or Outstanding Capital Stocks Belonging To Citizens Of The Philippines. 5. A Complete Set Of Bidding Documents May Be Acquired Or Purchased At Deped-division Of Sultan Kudarat Bac Secretariat, Located At National Hi-way Brgy, Kenram, Isulan, Sultan Kudarat Upon Accomplishing A Bidder’s Information Sheet And Payment In Cash Of A Non-refundable Fee By Interested Bidders In The Amount Of Five Thousand Pesos (php5,000.00) Per Lot To The Division Cashier. Only Bidders Who Purchased The Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). It May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.net, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped- Division Of Sultan Kudarat Will Be Having The Following Procurement-related Activities. Activity Date & Time Venue Issuance Of Bidding Documents January 15–february 04, 2025 Division Office, National High-way,brgy Kenram, Isulan, Sul. Kudarat Pre-bid Conference January 23, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat Submission And Opening Of Bids February 04, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat 7. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.net, For Them To Be Included In The Document Request List Of The Project. 8. Bids Must Be Delivered To The Address And On The Date And Time Stated Herein. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of The Bid Security. 9. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Opening Of Bids At The Address Stated Herein. Late Bids Shall Not Be Accepted. 10. Deped Division Of Sultan Kudarat Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s), Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Melvin P. Fortuna Chairperson, Bac Secretariat Department Of Education
Closing Date4 Feb 2025
Tender AmountPHP 4.2 Million (USD 72.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Details: Sources Sought Notice Medical Waste Sterilizing Autoclave
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. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
response Instructions:
do Not Provide More Than 8 Pages, Including Cover Letter Page.
submit Your Response Via Email To: Barron.long@va.gov
submit Your Response Nlt 14:00 (mst) On Friday February 7th
mark Your Response As Proprietary Information If The Information Is Considered Business Sensitive.
va Has Identified The Appropriate North American Industry Classification System (naics) Code 332420 - Autoclaves, Industrial-type, Heavy Gauge Metal, Manufacturing With A Small Business Size Of 750 Employees. Please Identify And Explain Any Naics Codes Your Company Believes Would Better Represent The Predominated Work Included In The Attached Statement Of Work Draft / Salient Characteristics List;
information Requested From Industry:
in Response To The Sources Sought, Interested Contractors Shall Submit The Following Information And Any Capabilities/qualifications Statement To Include But Not Limited To An Overview Of Proposed Solution(s) And A Description Of The Product Your Company Possesses Accordance With The Statement Of Work Draft / Salient Characteristics List.
vendor Name:
sam Uei #:
name Of Manufacturer:
manufacturer Address:
estimated Delivery Time:
sac Fss Contract Number
vendor Point Of Contract (poc) Name
poc Phone Number:
poc Email Address:
statement Of Work
introduction:
the Autoclave Shall Be Delivered Within 120 Calendar Days After The Effective Date Of The Contract. Delivery Dates Specified May Be Adjusted By The Co To Coincide With The Date The Tcpf Will Be Ready To Receive Installation. The Co Will Advise The Contractor Of The New Delivery Date At Least 45 Days Prior To The Original Or Adjusted Delivery Date(s). Deliveries, Cranes, Or Haulage Will Be Arranged With The Contracting Officer Representative (cor), As To Not Interfere With Day-to-day Ancillary Va Medical Services Such As Nutrition/food Service, Laundry Delivery, Maintenance Routes, Etc.
the Autoclave Shall Be Delivered Within 120 Days After The Effective Award Date. Installation Of The Autoclave Shall Take Place No More Than 30 Days After The Delivery Date. The 2 Days Onsite Shakedown And 1-day Onsite Training Are Included In The Installation Timeframe. Training Shall Consist Of Both Operator And Maintenance Personnel At A Minimum.â trainingsâ shall Not To Be Conducted Concurrently. The Total Contract Duration Is 150 Days.
note: Installation Shall Be Continuous, Without Interruption, Monday Through Friday, Excluding Federal Holidays, Until All Installation And Testing Work Has Been Completed. Installation May Take Place On The Weekends If Pre-approval Is Given By The Cor.
site Specific Project Requirements
the Contractor Shall Furnish The Supervision, Labor, Equipment, Tools, Safety, Rigging, Hoisting, Supplies And Installation Services Necessary To Meet The Terms And Conditions In Accordance With The Statement Of Work (sow).
this Sow Includes Removal Of Trade-in Equipment, Delivery, Installation, And Training Of The New Laundry Equipment Installed. The Equipment And Installation Shall Be Conducted In Conformance With The Sow And Technical Specifications Provided Herein. All Items Provided By The Contractor Shall Be New. The Contractor Shall Not Utilize Any Refurbished Equipment, Machinery, Or Parts.
the Autoclave Is To Be Located Within Building 154, Near The Waste Removal Area.
within The New Design Layout Of The Autoclave Area, The Contractor Shall Relocate Existing Lighting Fixtures, And Provide New Energy-efficient, Light-emitting Diode (led) Lighting For Any New Workstation Or Storage Area. New Lighting Shall Comply With Va Lighting Design Guide, January 2022; And Shall Be 50 Foot-candles (minimum) Measured 30-inches Above Floor For Workstation Task Areas, And 35 Foot-candles (minimum) For Storage Areas.
all Valves Within The Layout Of The Autoclave And Equipment Shall Be Ball Valves With The Appropriate Ratings And That Are Part Of The Scope Of Work Within This Rfq.
all Old Piping, Drain Piping, Ductwork, Vents, Hangers, And Water Piping Associated With Equipment Shall Be Removed.
all Piping, Water, Steam, Condensate, And Air Will Be New And Originate From The Nearest Header Within 35 Of The New Autoclave And Electrical For The New Equipment Will Originate From The Electrical Panel Identified By The Station. All Piping, Water, Conduit, Steam, Condensate, And Air Lines Within This Rfq Shall Be New.
waste Material Sorting/recycling
the Contractor Shall Divert Discarded Items And Other Wastes To Recycling Trash Disposal Scheduled Regularly. Items Which Need To Be Sent For Recycling Or Resale Unless Not Feasible Include Pallets, Metals (iron, Copper, Brass, Etc.) Cardboard, Mercury Items, Used Oil, Electronic, Rechargeable Batteries, Wood Products And Debris.
the Contractor Shall Not Store Waste Materials And Items Held For Recycling. Waste Materials Shall Be Stored Prior To Pick Up In A Manner That Does Not Allow The Items To Become A Fire, Health, Environmental Or Safety Hazard Or Provide Harborage For Pests And Consistent With Federal, State And Va (listed In Order Of Preference) Laws And Regulations Governing Storage Of Waste Materials. Actions Include Using Drip Drains Pans, Storing Liquid Wastes Or Items That Rot In Closed Containers, Removing Freon From Junked Air Conditioning, Observing Occupational Safety And Health Administration (osha) And National Fire Protection Association (nfpa) Limits On Sizes Of Piles Of Lumber Or Wood Products. Dumpsters Larger Than One And One-half (1 ½) Cubic Yards In Size Must Be Located At Least Ten (10) Feet From Exterior Walls Of Buildings.
painted Or Treated Lumber, Paint Chips, A Potential Asbestos Containing, Or Asbestos Contaminated Items Should Not Be Recycled But Shall Be Disposed Of Properly. No Waste Material Disposal Is Allowed On Government Property.
the Cor Designated Contractor Staging Area (tbd After Award) Will Be Fully Enclosed Completely With Fencing And Fence Covering Provided By The Contractor. The Fencing Height Shall Be A Minimum Of Six (6) Feet High, With Covering, Signage And Sandbags Or Plastic Temporary Fence Weights.
external Equipment/motor Protection Filters Are To Be Provided For All Air Intakes To Include But Not Limited To Washer Extractors, Electronic Boxes, Mechanical Equipment, Etc., Wherever Air Intakes Are Located. These Are Used As A Primary Pre-filtration Defense To Help Prevent Damage And Extensive Maintenance That Large Volumes Of Lint/debris Can Cause. They Are To Fit All Air Intakes, Motors Etc. And Be Made Of Three-dimensional Electrostatic Media And Encased In A 1/8"-3/8" Rigid Magnetic Galvanized Steel Frame And Contain 2 Layers Of Polypropylene Media. The Media Will Not Shed Fibers, Absorb Moisture, Or Promote Bacterial Growth; The Filter Should Be Designed For Uv Protected, And Stands Up To Extreme Outdoor Or Indoor Exposure, Corrosive Chemicals, High Velocity Air Flow, As Well As Industrial Cleaning And Maintenance Handling.
the Contractor Shall Supply Lock-out/tag-out Devices For Each Piece Of Equipment. All Lock-out/tag-out And Confined Space (cs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Cs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Air Lines, Hydraulic, Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Lines Etc.
the Contractor Shall Supply One (1) Lock-out And Tag-out Kit With The Lock-out/tag-out Devices For Each Piece Of Equipment. The Kits Shall Turned Over To The Cor. All Lock-out / Tag-out And Permit Required Confined Space (prcs) Locations Shall Be Marked And Identified On The Machine With Instructions On Lock-out Or Prcs Procedures For The Equipment. These Instructions/procedures Shall Be Permanently Mounted On Each Piece Of Equipment. Lock-out/tag-out Procedures Include All Sources Of Stored Energy, Including But Not Limited To: Electrical, Gas, Water, Steam, Condensate, Air Lines, Hydraulic Etc. Relief Valves Shall Be Installed For Lock-out/tag-out Locations To Relieve Residual Air Etc.
number And Nomenclature Will Separately Identify All Equipment With No Less Than Two (2) Inch Numbers And Letters. Each Piece Of Equipment Will Be Separately Identified And Labeled. Example: Hot Water Heater 1, Hot Water Storage Tank Etc. The Equipment Shall Be Made Compatible To Meet Production Requirements Specified In The Technical Specifications.
contractor Bears All Responsibility For All New Utility Connections. All New Utility Piping That Has Been Added Shall Be Leak Tested (air, Water, Steam And Condensate).
connections To Va Supplied Utilities Shall Be Within 35 Of New Equipment Supplied And Electrical Panel Identified. Penetrations In Floors, Walls And Ceilings Not Utilized Will Be Filled With Existing Floor, Wall, And Ceiling Like Material. All Braces, Pipes (air, Gas, Water, Steam, Condensate, Electrical), Conduit And Duct Work That Will Not Be Utilized Shall Be Removed Back To The Source That Pertains To The Equipment Directly Associated With This Rfq.
the Contractor Shall Not Damage Equipment Frame, Door Panels, Cylinder, Cylinder Panels, Control Box On The Government Installation. If The Contractor Causes Damages To Any Government Property, The Contractor Shall Replace Or Repair The Damage At No Expense To The Government As The Co Directs. If The Contractor Fails Or Refuses To Make Such Repair(s) Or Replacement(s), The Contractor Shall Be Liable For The Cost, Which May Be Deducted From The Contract Price.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
utility Shutdowns And Hot Work Permits
contractor Shall Provide Ten (10) Calendar Days Advance Notice For Any Planned Utility Shutdowns And Should Be Indicated On The Project Schedule.
contractor Shall Follow Stations Protocol On Notice Of Any Hot Work Permits Needed.
the Tcpf Will Be Open During The Project. The Contractor Will Have Access To The Tcpf Seven Days A Week From 7:00 Am Through 3:30pm. On The Weekends There Will Be A Staff Member On Station To Allow Entrance And Will Monitor The Contractor While They Are On Station.
note: With Cor Approval The Contractor May Work Evenings And/or Weekends To Accomplish The Work Required.
badge Requirements
the Contractor S Personnel (including Subcontractors) Anticipated To Be On Site For More Than Two (2) Days Will Need To Obtain A Piv Badge Through The Va Cor. [note: Piv Badges Require At Least 30 Days To Secure So It Would Be Beneficial For The Contractor To Start This Process Immediately.]
site Visit
the Contractor Has The Responsibility Of Visiting The Site And Examine The The Installation Area. Failure On The Part Of The Contractor To Accomplish A Site Visit And Become Thoroughly Familiar With All Conditions That May Affect Their Quote Will Be At The Contractor S Risk.
the Ft. Harrison Tcpf Will Accommodate Site Visits As They Are Requested. The Site Visits May Be On Different Dates Or All On The Same Date, Depending On If/when Requests Are Made By The Contractor. The Contractor Must Request A Scheduled Date To Visit The Ft. Harrison Tcpf And The Cor Will Determine If The Requested Date Is Available. Site Visit Requests Shall Be Made By Contacting.
exemption Certificate
the Cor Will Provide A Valid Certificate Of Exemption For The State Of Montana Sales And Use Tax To The Contractor.
general Installation Requirements
existing Utilities Shall Be Utilized To Meet The Performance Requirements Of The Technical Specifications. Connection Points For All Equipment Shall Be Within 35 Of New Equipment. When Existing Service Lines Require Demolition, They Shall Be Removed Back To The Source.
the Contractor Shall Ensure Maximum Utilization Of Existing Equipment Space To Prevent Additional Plumbing, Electrical Or Other Utilities.
should Additional Utilities Be Required For The Equipment, These Utilities Shall Be The Responsibility Of The Contractor. Utilities Are Electric, Water, Steam, Condensate And Air Lines.
all Exposed Utility/ductwork/piping Systems, Control Boxes And Motors That Are Exposed To Floor Traffic Shall Be Appropriately Guarded And Protected.
equipment And Materials Shall Be Suitable For Installation In Available Space, Arranged For Safe, Efficient, And Convenient Operation And Maintenance, And If Applicable With Referenced Specifications To Include A Summary Of Routine Preventative Maintenance For Each Piece Of Equipment.
the Contractor Shall Furnish All Labor And Materials Necessary For Storage And Installation Of New Equipment. Installation Shall Include, But Is Not Limited To:
all Mounting Holes Shall Be Utilized For Anchoring Equipment. Secure Mounts Shall Be Laid Out In Advance For Review And Approval By The Cor.
any And All Penetrations Of Walls, Ceilings And Floors For The Installation Or Removal Of Electrical Conduit, Pipes, Ductwork, Liquid Supply Lines, Communication Wiring, Etc. Shall Be Sealed With An Approved Fire-retardant Material (not Foam) And Shall Match Existing Materials On Both Sides Of The Penetration.
contractor Is To Supply New Utility Connections (i.e., Wall/ceiling Mounts, Junction Boxes, Raceways, And Conduits).
the Contractor Shall Be Responsible For All Control Wiring Including Disconnects Interconnections, And Conduit. Interconnecting Consists Of All Control Wiring, All Ductwork, Interconnecting Pieces Of Equipment And Outside Vents, All Airlines, And All Connections From Va Supplied Utilities.
all Installation And/or Modifications Of Utilities And Structures, Shall Match Existing Materials. No Wooden Platforms Allowed.
all Pipes, Vents, Drains, Electrical Boxes, Ductwork, And Conduit Shall Be New.
all Pipes And Ductwork Shall Be Insulated. All Conduits And Air Pipes Shall Not Be Painted. All Vents And Drains Shall Be Painted, (refer To The Table Below For Colors). All Insulation Shall Be Wrapped With White Pvc Plastic As Indicated Below. Pvc Covering Shall Be A Minimum .030 Thickness. Flow Markings And Identification Of All Pipes, Vents, Ductwork, And Airlines To Equipment Shall Be Appropriately Marked With A Minimum Of Two (2) Inch Letters. Pre-made Adhesives Are Acceptable, Spray-painting Stencils Are Not Acceptable.
air Piping:
(only Identification/flow Markings)
air Intake Ductwork:
safety White Pvc (identification And Flow Markings)
large Dryer Air Exhaust Ductwork:
safety White Pvc Textured Aluminum (identification & Flow Markings)
small Dryer Air Exhaust Ductwork:
safety White Pvc (identification & Flow Markings)
vent Pipe:
painted Flat Black (identification And Flow Markings)
drain Line:
painted Flat Black (identification And Flow Markings)
domestic Water:
safety White Pvc (identification And Flow Markings)
fire Suppression Piping:
painted Bright Red (identification And Flow Markings)
outside Exposed Ductwork:
sealed Watertight And Weather-proofed To Protect From The Environment
all Conduits:
not Painted
installation Of Piping, Sleeves, Inserts, Hangers, And Equipment Shall Be In Accordance With The Installation Design Drawing And Shall Be Sealed By A Licensed Professional Architect And Engineer, Which Were Previously Approved By The Cor. In The Installation Design Drawings, The Contractor Shall Locate Drains, Piping, Sleeves, Inserts, Hangers, And Equipment Out Of The Way Of Windows, Doors, Openings, Light Outlets And Other Services And Utilities. All Piping Shall Be Installed To Comply With Accepted National And Local Plumbing Practices. Mechanical Or Grooved Fittings On Mechanical Piping Are Acceptable.
if Necessary To Drill Through Structural Sections, The Contractor Shall Notify The Cor Immediately. The Cor Shall Work With A Structural Engineer To Determine Proper Location. The Cor Shall Instruct Contractor On Structural Location To Continue Work.
install Gauges, Thermometers, Valves, And Other Mechanical And Electrical Devices For Ease Of Reading, Operating, And Maintaining. Servicing Shall Not Require Dismantling Of Adjacent Equipment, Electric Or Pipe Work.
valve Tags - Furnish And Install Valve Tags On All Compressed Air, Gas, Steam, Condensate And Water Valves On Equipment And Connection Points. Tags Shall Be Engraved With Identification (gas, Air Etc.), Black Filled Identification, Numbers, And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2-inch Round Brass Disc; Tags Shall Be Attached With Brass Hooks Or Brass Chain.
trap Tags: Furnish And Install All Steam Trap Tags On Equipment And Connection Points Of The Textile Care Processing Equipment. Tags Shall E Engraved, Black Filled Numbers And Letters Not Less Than ½ Inch High For Number Designation And Not Less Than ¼ Inch For Service Designation On 19 Gauge 1-1/2 Inch Round Brass Disc, Tags Shall Be Attached With Brass Hooks Or Brass Chain.
the Contractor Shall Provide Two (2) Valve Lists And Two (2) Steam Trap Lists On Typed Plastic-coated Cards, Sized 8-1/2-inch X 11 Inch Showing Tag Number, Valve Type, Valve Function And Location Area Of Valve For Each Service Or System To The Cor.
equipment, Motors, Piping, Ductwork And Any Other Components Or Materials Shall Be Protected Against Physical Damage From Carts With Guardrails Supplied By The Contractor.
belts, Chains, Pulleys, Couplings, Motor Shafts, Gears Or Other Moving Parts Shall Be Fully Guarded In Accordance With Osha 1910.219. Guard Parts Shall Be Rigid And Suitably Secured And Be Readily Removable Without Disassembling The Guarded Unit.
a Minimum Clearance Of 36 Inches Between Moving Parts And Fixed Objects And 24 Inches Between Non-moving Parts And Fixed Objects Is Required In Accordance With Osha 1910.219. All Conveyor Rollers Shall Have Roll Caps Installed And Guards Will Be Provided Under All Conveyors.
plumbing Requirements
plumbing
grooved Or Mechanical Fittings Are Allowed On Piping.
the Contractor Shall Not Use Cast Iron Fittings, And Components Or Malleable/ductile Fittings Anywhere In The High-pressure And Medium Pressure Steam System (15 Psi Or Above). The Contractor Shall Only Use Cast Steel Or Forged Steel Fittings And Components, In Accordance With Applicable Va Master Specifications Found At Https://www.cfm.va.gov/til/spec.asp
traps
the Contractor Shall Provide Traps On All Sanitary Branch Waste
connections From Fixtures Or Equipment Not Provided With Traps. Exposed Brass Shall Be Polished Brass Chromium Plated With Nipple And Set Screw Escutcheons. Concealed Traps May Be Rough Cast Brass. Slip Joints Are Not Permitted On Sewer Side Of Trap. Traps Shall Correspond To Fittings On Cast Iron Soil Pipe Or Steel Pipe Respectively, And Size Shall Be As Required By Connected Service Or Fixture.
plumbing Installation
in Accordance With The National Standard Plumbing Code, 2021 Edition.
pipe Saddles Shall Be Installed On The Outside Of All Insulation And Pvc Coverings.
escutcheons Shall Be Installed At All Floors, Wall And Ceiling Locations That Pipe, Conduits, Vents And Ductwork Penetrate.
pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Pipe, Except For Plastic And Glass, Shall Be Reamed To Full Size After Cutting.
all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work.
install Valves With Stem In Horizontal Position Whenever Possible. All Valves Shall Be Easily Accessible.
piping Shall Conform To The Following:
waste, Storm Water Drain And Vent: Drain To Main Stack As Follows:
pipe Size Minimum Pitch
3 Inch And Smaller 1/4 Inch To The Foot
4 Inch And Larger 1/8 Inch To The Foot
exhaust Vent
extend Exhaust Vents Separately Through Roof. Sanitary Vents Shall Not Connect To Exhaust Vents.
insulation Requirements
unless Specified In Other Sections Of The Technical Specifications, Cellular Glass Insulation Is Required For Hot Water Piping. A Minimum 1.5 Inches Thick For Hot Water Is Required. All Insulation On Piping And Equipment Shall Be Terminated Square At Items Not To Be Insulated, Access Openings And Nameplates. Cover All Exposed Raw Insulation With Sealer Or Jacket Material That Does Match The Color Of The Insulation.
water Piping
interior Domestic Water Piping Shall Be Copper Tube, Type L Drawn Per Astm B88. Fittings For Copper Tube Must Be Wrought Copper Or Bronze Castings Conforming To Ansi B16.18 And B16.22. Unions Shall Be Bronze In Accordance With Federal Specification Ww-u-516 With Solder Or Braze Joints Including Adapters For Joining Screwed Pipe To Copper Tubing.
air Piping
interior To The Building And Outdoor External Air Piping Shall Be Copper Tube.
all Piping Shall Be Installed Parallel To Walls And Column Centerlines. Pipe Shall Be Round And Straight. Cutting Shall Be Done With Proper Tools. Except For Plastic And Glass, Pipe Shall Be Reamed To Full Size After Cutting. Copper Piping Work Shall Be Performed In Accordance With Best Practices Requiring Accurately Cut Clean Joints And Soldering In Accordance With The Recommended Practices For The Material And Solder Employed.
all Pipe Runs Shall Be Laid Out To Avoid Interference With Other Work.
install Ball Valves In Horizontal Position. All Valves Shall Be Easily Accessible.
pipe Saddles Shall Be On The Outside Of All Insulation And Pvc Coverings.
pipe Escutcheons Will Be Used For All Pipe Penetrations Through Walls, Floors, And Ceilings.
electrical Requirements
electrical
electrical Installation
conduits, Fittings, And Electrical Wire
all Electrical Installations Shall Conform To Requirements Of The National Electrical Code (nec).
install A New Power Disconnect Box For Each Piece Of Equipment.
all Electrical Wire Shall Be Copper, Heat Resistant Grade, Thermoplastic Insulated. Control Wiring Shall Be (stranded) Thermoplastic High Heat Nylon (thhn)/thermoplastic Heat And Water-resistant Nylon (thwn) Or Equal. Intermediate Wall Conduit Is Required. Provide Conduit Trapeze Hangers.
all Power Wiring Shall Have A Minimum Conduit Size Of 3/4-inch In Diameter. Color Coding Of All Wiring Shall Be In Accordance With Established Nfpa 70.
all Low Voltage Communication Wire Used For Data Management Systems, Liquid Supply Systems And Intercoms Shall Be Installed In Minimum 3/4-inch Diameter Protective Conduit. Wire Nuts Shall Not Be Used For Any Connections.
electrical Wiring Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
wiring Shall Not Be Cut, Abraded, Nor Have Excessive Insulation Stripped, And Shall Be Properly And Tightly Joined At Terminals.
wire Nuts Shall Not Be Used, And Solderless Connectors Shall Have Insulation Grip. Wiring Shall Have Adequate Slack To Provide Strain Relief. Wire Nuts Are Only Acceptable For Electrical Installation Of Motors And Terminal Boxes.
wiring Shall Be Provided Between Motors, Controllers, Timers, Pushbuttons, Starters, And Limit Switches Installed On Or Within The Equipment And Shall Be Done With Materials As Applicable, Except Liquid Tight Flexible Conduit Shall Be Used Where Required For Belt Adjustment By Moving A Motor Or For Vibration Isolation.
all Wiring Shall Terminate In Connection Boxes With Provisions For Connections Beyond The Machine; Each Conductor Shall Be Identified By A Different Color.
the Line Voltage Side Of The Work Is A Single Point Demo And Termination To A Prewired Control Cabinet.
electrical Identification Installation
in Accordance With Nfpa 79 Electrical Standard For Industrial Machinery 2021 Edition:
install Nameplates - Center On Device, Cover Plate, Or Enclosure.
use Power Source Designations Defined In The Technical Specifications. Indicate Electrical Power Loads Served Using Designations From Electrical Schedules And Designations From The Appropriate Trade Furnishing The Equipment Served.
lettering Shall Include Name Of Equipment, The Specific Unit Number, And Any Reference To On/off Or Other Instructions That Are Applicable.
all Labeling Shall Be On Laminated Phenolic Nameplates And Shall Be Placed On Equipment.
nameplates Shall Be Laminated Phenolic With A Blue Surface (480 Volts)/black Surface (208 Volts) And White Core. Use 1/16-inch Thick Material For Plates Up To 2 Inch X 4 Inch. For Larger Sizes, Use 1/8-inch Thick Material.
the Contractor Shall Mark All 4-plex Outlets And Boxes With The Electrical Panel, Circuit, And Branch Identification.
electrical Protection
the Contractor Shall Provide Any Protective Methodology Or Devices Necessary To Protect The Equipment From:
damage Due To Electrical Power Problems, Including Brownouts, Emergency Power Interruptions, Electrical Surges, Sags, And Electrical Storms.
any Equipment Located Outside The Building Or On The Roof Shall Have Lightning Protection Installed.
data Loss Due To Electrical Power Problems. All Equipment Electronics Shall Be Protected With A Power Monitor Hook-up Point And Power Monitor.
existing Equipment That Will Be Re-used Shall Be Protected From Damage During Installation Up To And Including Removal And Replacement Where Necessary To Facilitate Installation Of New Equipment.
uninterrupted Power Supply (ups) Shall Be Installed For All Equipment Supplied. (minimum 2-hour Back-up).
electrical Receptacles And Outlets
receptacles Shall Be Underwriters Laboratories Certified.
mounting Screws, Mounting Strap And Terminal Screws Shall Be Brass Or A Copper Alloy Metal.
receptacles Shall Have Provisions For Back Wiring From Four (minimum) Separate Wiring Holes And Side Wiring From Four Captivity Held Binding Screws.
ground Fault Interrupter (gfi) Four-plex Receptacles Shall Be Single Phase, 20 Ampere, 120 Volts, 2-pole, 3-wire, Us National Electrical Manufacturers Association (nema) 5-2or.
the Duplex Type Receptacles Shall Have Break-off Feature For Two Circuit Operation. The Ungrounded Pole Of Each Receptacle Shall Be Provided With A Separate Terminal.
the Receptacle Bodies Shall Be White In Color.
four-plex Receptacles With Gfi Shall Be An Integral Unit Suitable For Mounting In A Standard Outlet Box.
gfi Shall Consist Of A Differential Current Transformer, Solid State Sensing Circuitry And A Circuit Interrupter Switch And Shall Be Rated For Operation On A 160 Hz, 120-volt, 20 Ampere Branch Circuit. The Device Shall Have Nominal Sensitivity To Ground Leakage Current Of Five (5) Milliamperes And Shall Function To Interrupt The Current Supply For Any Value Of Ground Leakage Current Above Five (5) Milliamperes On The Load Side Of The Device. The Device Shall Have A Minimum Nominal Tripping Time Of 1/30th Of A Second.
receptacles 20, 30 And 50 Ampere, 250 Volt: Shall Be Complete With Appropriate Cord Grip Plug.
weatherproof Receptacles
shall Consist Of A Duplex Receptacle, Mounted In Box With Gasket, Weatherproof, Cast Metal Cover Plate And Cap Over Each Receptacle Opening. The Cap Shall Be Permanently Attached To The Cover Plate By A Spring Hinged Flap. The Weatherproof Integrity Shall Not Be Affected When Heavy Duty Specification Or Hospital Grade Attachment Plug Caps Are Inserted. Cover Plates On Outlet Boxes Mounted Flush In The Wall Shall Be Gasket To The Wall In A Watertight Manner.
wall Plates
wall Plates For Switches And Receptacles Shall Be As Specified By The Cor. Oversize Plates Will Not Be Acceptable.
wall Plate Color Shall Be White.
standard Nema Design, So That Products Of Different Manufacturers Must Be Interchangeable.
for Receptacles Or Switches Mounted Adjacent To Each Other, Wall Plates Shall Be Common For Each Group Of Receptacles Or Switches.
the Contractor Shall Provide 4-plex Receptacle At Each Equipment Location For Mechanic S Use.
marking Pen Labeling
use For All Junction And Outlet Boxes Or Portions Of Junction Boxes With Power Wiring, Communication Systems, Pull And Junction Boxes, And Conduit Installed For Future Use. For All Boxes With Power Wiring, Indicate Appropriate Panel And Circuit Number(s) Where Applicable, Etc. Label Inside Covers In Finished Areas And Outside Covers In Unfinished Areas. Labeling Shall Be Completed Using Permanent, Waterproof, Quick Drying Marking Pen.
label Tapes
label Each Conductor At Origin And Destination Points And At All Junction Boxes Where Two Or More Feeder Or Control Circuits Are Present. Identify With Branch Circuit Or Feeder Number For Power And Lighting Circuits, And With Control Conductors, Number As Indicated On Schematic And Interconnection Diagrams Or Equipment Manufacturer's Drawings For Control Wiring. Using Cloth, Plastic, Split Sleeve Or Tubing Type Wire And Cable Label Markers.
dielectric Fittings
provide Dielectric Couplings Or Unions Between Ferrous And Non-ferrous Pipe. In Addition, Provide Threaded Dielectric Unions For Pipe Sizes 2 Inches And Under. For 2-1/2 Inches And Above, Provide Copper And Steel Flanges Electrically Isolated At Gasket And By Sleeves At Bolts. Fittings On Cold Water And Soft Water Lines Shall Be Rated For 100 Psi, 80 Degrees F. Fittings On Other Services Shall Be Rated For The Maximum Pressure And Temperature Conditions Of The Service. Where Copper Piping Is Connected To Steel Piping, Provide Dielectric Connections.
prefabricated Roof Curbs
galvanized Steel Or Extruded Aluminum 12 Inches Overall Height, Continuous Welded Corner Seams, Treated Wood Nailer, 1-1/2 Inch Thick, 3-pound Density Rigid Mineral Fiberboard Insulation With Metal Liner, And Built-in Curved Cantilever Strip. Provide Raised Cantilever Strip (recessed Mounting Flange) To Start At The Upper Surface Of The Insulation. Curbs Shall Be Constructed For Pitched Roof Or Ridge Mounting As Required To Keep Top Of Curb Level.
installation Requirements
approval For The Contractor To Proceed With Installation Shall Be Contingent Upon The Acceptance Of The Design Submittals And Written Notification To Proceed With Installation From The Cor.
the Contractor Shall Be Responsible For The Determination Of, And Compliance With, Federal, State, And Local Code Requirements, Design Data, And Other Factors Necessary To Design And Install The System.
the Contractor Shall Verify The Location Of Extant Utilities. Contractor Shall Connect To Designated Utilities In A Manner Conforming To A Nationally Recognized Code And At A Time Satisfactory To Minimize Or Preclude Disruption To Existing Functions Or Clinical Services.
the Contractor Shall Be Responsible For Installation, Which Consists Of Assembling, Positioning, And Mounting Of All Equipment And Connections Of All Cables. The Contractor Is Responsible For Furnishing And Pulling All Interconnecting Wiring And Cabling, Including Wiring, And Cabling To Be Pulled Through Conduit And Raceways. It Is The Responsibility Of The Contractor To Supply And Install Junction Boxes; Wall/ceiling Mounts And Support Structures.
the Contractor Shall Provide Certified Field Engineers Or Technicians To Conduct All Necessary Tests During Installation. Contractor Shall Provide Copies Of The Certifications Upon Government Request.
the Contractor Shall Inform The Co And Cor Of Any Problems As They Occur In Connection With Installation, Or Issues Which Will Affect Optimum Performance Shall Be Reported Prior To The Start Of Installation. Installation Shall Not Proceed Under Such Circumstances Until Authorized By The Co.
availability Of Parts And Service
the Quoter Shall Guarantee The Contractor Availability Of Servicing And Replacement Parts For A Period Of Ten (10) Years To The Government For The Laundry Equipment Being Procured Under This Rfq.
incorporation Of Documents
the Following Documents Are Hereby Incorporated By Reference And Made A Part Of This Rfq.
the Equipment And Installation Supplies Shall Conform To The Following Standards:
air Moving And Conditioning Association, Inc. (amca) Standards, 2009 Edition.
american National Standards Institute (ansi), 2021 Edition. Z8.1-2006 Safety Requirements For Commercial Laundry And Dry Cleaning Operations.
femp: Federal Energy Management Program (energy Efficient Product Rating).
hvac Duct Construction Standards-metal & Flexible.
national Electrical Manufacturers Association (nema), 2021 Edition.
national Fire Protection Association (nfpa), 2021 Edition. All Nfpa Standards And Codes. National Electrical Code (nec), 2020 Edition.
national Standard Plumbing Code, 2021 Edition.
occupational Safety And Health Administration (osha) 29 Cfr 1910.
sheet Metal And Air Conditioning Contractors National Association (smacna), 2021 Edition.
sheet Metal Contractors National Association Inc. Publication, 2019 Edition.
underwriters Laboratories Standards, 2022 Edition.
city, County, State, Federal, Va And National Environmental, Fire And Safety Regulations/standards.
Closing Date7 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Notice Of Sources Sought 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 (sdvosb), Veteran Owned Small Businesses (vosb), And Small Businesses Interested And Capable Of Providing The Services Requested, As Well As Any Large Businesses. The Results From This Source Sought Notice Will Be Used To Determine The Appropriate Set-aside. The Intended Contract Is A Firm-fixed Price Service Contract. The Department Of Veterans Affairs, Nco20 Is Looking For Vendor Sources For The Following Requirement: A Blanket Purchase Order (base + 4 Option Years) For Urinalysis Testing See Attachments For More Information: Attachment A: V20 Estimated Urinalysis Test List Volume Attachment B: V20 Participating Medical Centers And Pocs Attachment C: V20 Bpa Price List (must Be Filled Out) Required Information In Your Response To Sources Sought: In Order To Be Considered A Valid Source That Can Impact The Set-aside Determination Of A Possible Future Solicitation, Potential Contractors Shall Provide, At A Minimum, The Following Information To Peter.park2@va.gov By Below Response Deadline: 1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Uei. Provide Any Existing Gsa/fss Contract Number This Requirement Can Be Fulfilled Under. 2) Please Identify Your Company S Size In Comparison To The Anticipated North American Industry Classification System (naics) Code 334516 Analytical Laboratory Instrument Manufacturing. To Be Considered A Small Business Your Company Must Have Less Than 1,000 Employees. This Notice Is To Determine The Marketplace For This Specific Requirement. Please Check One Of The Following: [ ] Yes [ ] No Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No Veteran Owned Small Business (vosb) [ ] Yes [ ] No Small Business Manufacturers [ ] Yes [ ] No All Other Small Business (sb) [ ] Yes [ ] No Other Than Small Business 3) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Provide A Sba Certification And Be Registered With U.s. Small Business Administration Veteran Small Business Certification (vetcert) Located At Https://veterans.certify.sba.gov/. 4) Only Authorized Service Representatives/providers Of The Manufacturer Will Be Considered. No Used, Refurbished, Remanufactured, Or Counterfeit Parts Will Be Allowed. Please Provide A Proof Of Authorized Service Provider Letter From Manufacturer. 5) Please Complete The Attached Price List (attachment C). This Is Not A Quote. 6) Capabilities Statement Addressing The Requirements In The Statement Of Work To Include: References For Similar Services Currently Being Provided Or Previously Provided At The Required Service Levels As Outlined In The Statement Of Work. The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. 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 A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam). Service Address: Various Stations In Nco 20 See Attachment Point Of Contact: Peter Park Contracting Officer Peter.park2@va.gov Response Deadline: 12/20/2024 By 3:00pm Pacific Time Statement Of Work: Bpa For Visn 20 Cprr Urinalysis Testing Bpa Language The Government Will Award A Cprr Bpa To A Single Contractor For Urinalysis Testing. Contractor Agrees To The Following Terms Of The Bpa Exclusively With Visn 20 And Awarded In The Final Bpa. Under This Agreement, The Bpa Holder Shall Provide Cprr Urinalysis Testing For All Visn20 Medical Facilities. The Vha Facilities Within Visn20 Listed On This Bpa Are Authorized To Order Any Item Listed On The Price/cost Schedule At The Listed Price. No Items May Be Ordered Off This Bpa Unless They Are Listed On The Price/cost Schedule. Additional, Related Items May Be Added Without Further Competition To The Price/cost Schedule With The Award Of A Modification By The Administering Contracting Officer (co). The Administering Co Is The Only Vha Employee Authorized To Modify This Bpa. Obligation Of Funds This Bpa Does Not Obligate Any Funds. The Government Is Only Obligated To The Extent Of Authorized Task Orders Issued Under This Bpa. Period Of Agreement This Bpa Is Effective From The Date Of Award For A Period Of 5 Years. Option To Extend The Term Of The Bpa The Government May Extend The Term Of This Bpa For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. By Written Notice To The Contractor At Any Time Prior To The Expiration Of The Bpa, Provided That The Government Shall Give The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Bpa Expires. The Preliminary Notice Does Not Commit The Government To An Extension. Prices And Terms Visn20 Has Provided An Estimated Annual Volume By Test As Reflected In Attachment A. Pricing Is Based On The Average Annual Test Volume. The Government Estimates The Volumes As Listed In Attachment A But Does Not Guarantee Volumes As Listed; They Are Estimates Only And The Government Doesn T Guarantee That All Listed Stations Will Participate In The Bpa. The Government Estimates, But Does Not Guarantee, That Individual Bpa Orders Placed Against This Agreement May Reach $825,000.00/per Order. This Order Limit May Be Increased By Mutual Agreement Of The Parties As Necessary, In Whole Or Part. The Authorized Ceiling Limit Of The Agreement Is Set At $4,500,000.00 Over The Period Covered By The Agreement; This Ceiling Is Also Not A Guarantee. The Ceiling Limit May Also Be Raised In Association With Order Limit Increases Or Other Conditions Which, By Mutual Agreement Of The Parties, Maybe Considered Necessary. Authorization For Individual Task Orders Above The Stated Task Order And/or Ceiling Limits Must Be Coordinated Through The Contracting Officer Before Larger Valued Orders Can Be Issued And Prior To Commencement Of Work. All Unauthorized Work, Regardless Of Amount, Will Be Processed Through The Ratification Process. Price/cost Schedule Estimated Quantities And Pricing Per Facility Order Placement All Properly Warranted Cos Serving Visn20 Are Authorized To Place Orders Under This Bpa. Task Orders Will Be Placed Against This Bpa Using Outlook Email Messages, Electronic Data Interchange (edi), Fax Internet Portal, Paper Or Oral Communications. Delivery Order Oversight Each Ordering Location Will Designate A Contracting Officer's Representative (cor) Or Poc (if Dollar Amounts Warrant A Cor, And Subject To Co Approval), Who Will Be Responsible For Verifying Contract Compliance And Certify Invoices. Requirement Specifications / Statement Of Work Scope: The Contractor Shall Provide Automated Clinical Laboratory Urinalysis Testing For Urine Dipstick Chemistries, Urine Microscopic Analysis, And Body Fluid Analysis (as Applicable) To Produce Cost Per Reportable Results (cprr) For The Locations Listed Below. Installation And Operational Training Will Be Provided By The Vendor At The Government S Facility. Vendor Will Provide Field Service Support. Vendor Will Also Supply Government With Sufficient Supplies, Reagents, And Training To Execute The Urinalysis Analyzer In The Performance Of The Testing Listed For Each Site Based On Estimated Patient Results Per Month. Equipment Will Be Defined By The Facility. Participating Locations: Alaska Va Healthcare System: 1201 North Muldoon Road, Anchorage, Ak 99504 Boise Va Medical Center: 500 West Fort Street. Boise, Id 83702 Eugene Health Care Center: 3355 Chad Dr., Eugene, Or 97408 Va Portland Health Care System: 3710 Sw U.s. Veterans Hospital Road, Portland, Or 97239 Roseburg Va Health Care System: 913 Nw Garden Valley Blvd., Roseburg, Or 97471 Va Southern Oregon Rehabilitation Center: 8495 Crater Lake Hwy., White City, Or 97503 Va Puget Sound Health Care System - American Lake Division: 9600 Veterans Dr Southwest, Tacoma, Wa 98493 Va Puget Sound Health Care System: 1660 S. Columbian Way, Seattle, Wa 98108 Mann-grandstaff Va Medical Center: 4815 N. Assembly Street, Spokane, Wa 99205 Jonathan M. Wainwright Memorial Va Medical Center: 77 Wainwright Drive, Walla Walla, Wa 99362 Map And Locations For Medical Centers And Clinics Within The Visn 20 Northwest Network Can Be Found At The Following Link: Https://www.va.gov/directory/guide/region.asp?id=1020. General Requirements: Leased (cost Per Reportable Result) Equipment. All Related Consumables And Supplies. All Necessary Service To Keep Equipment In Manufacturer's Operating Conditions, Both Preventive Maintenance And Emergency Repairs. Training For Personnel Operating Equipment. Cost Per Reportable Result Cprr: Cost Per Patient Reportable Result (cprr): As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers - Contractors Are Required To Provide A Price For A Reportable Patient Result. The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5-year Equipment Use, (2) All Reagents, Standards, Vendor Provided Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories, And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation Of A Patient Reportable Result. This Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution; Repeat And Confirmatory Testing Required To Produce A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi). (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation And Removal Of Equipment At No Additional Charge. Parameters: The Calculation For Price And Quantity Of Reagents In The Annual List Included In The Contract As Based On An Estimated Annual Number Of Reportable Results Provided By The Government. The Annual Quantities Of Supplies Shall Be Sufficient For Testing As Long As The Reportable Results Are Submitted In Compliance With The Following Parameters: Numbers Of Reportable Results Actually Performed By The Government Are Within Ten Percent Of The Annual Estimated Reportable Results As Indicated By The Annual Supply List. Use Of The Instrument(s) Are In Accordance With Instrument Usage Information Provided By Government (primary, Back-up Or Alternate). Test Volumes Are Determined By The Government. No More Than 10 Percent Repeats. Two Levels Of Quality Control To Be Run As Required By The Manufacturer Every Test Day. Calibrators For Periodic Calibration Checks And Demand To Validate Systems Following Major Repair Or Resolution Of Negative Quality Control Trends. Adjustments: The Government And Vendor Will Conduct Ongoing Reviews No Less Than Annually To Monitor Contract Performance Against Agreed Upon Efficiencies, Operational Assumptions, And Product Utilization (cppr Parameters). The Vendor Will Notify The Government When Such Reviews Indicate An Adjustment To The Quarterly Standing Order Shipments May Be Required. The Government Will Cooperate With The Vendor In The Conduct Of The Reviews. Vendor, Their Personnel, And Their Sub Vendors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.839.201 Contract Clause For Information And Technology Security. Equipment: Vendor Will Provide Urinalysis Analyzer(s) For Lease To Meet Visn20 Facilities Usage Needs. Installation: The Vendor Shall Deliver And Install All Rented Or Purchased Equipment Under This Contract After An Order Is Placed. Equipment Shall Be Installed Within 30 Business Days After Receipt Of Order. Equipment Shall Not Be Considered Installed Until Va Employee Certifies That The Equipment Is Properly Functioning And Has The Necessary Supplies To Perform Its Required Function. The Vendor Shall Maintain A Record Of Installation To Include: Location, Model Number, Serial Number, And Date Of Installation. Removal: The Vendor Shall Un-install And Remove All Rented Equipment Under This Bpa From The Requesting Facility Upon Request. Equipment Shall Be Removed Within 30 Days Of Request. Equipment Shall Be Considered Removed Upon A Va Employee Certification That The Equipment And All Accessories Have Been Taken By An Employee Of The Vendor And There Is No Disruption And /or Damage To The Surrounding Area. The Vendor Shall Maintain A Record Of Removal To Include: Location, Model Number, Serial Number, And Date Of Removal. Equipment Requirements: Vendor Shall Provide Urinalysis Systems That Meet The Following Requirements: Instrument Shall Include Chemical Analysis Of Urine (to Include Bilirubin, Urobilinogen, Ph, Specific Gravity, Glucose, Protein, Blood, Nitrites, Ketones And Leukoesterase) Without Interference From Urines With Common Abnormal Colors (red, Orange, Etc.). Instrument Shall Also Identify Formed Elements Including But Not Limited To, Red Blood Cells, White Blood Cells, Epithelial Cells (differentiating Transitional, Renal, And Squamous) Crystals, Casts, Bacteria, And Yeast Without The Need To Consistently Verify With Manual Microscopy. There Must Be A Direct, Automated Specimen Pathway Between The Chemistry Urinalysis Specimen Sampling And Testing And The Microscopic Urinalysis Sampling And Testing. Equipment Shall Provide Accurate Test Assay Results For Sample Specimens Up To The Manufacturer's Defined Maximum Tests Per Hour Without Excessive Malfunctions, Breakdowns, Or Service Calls. Instrumentation Shall Have Auto Reflex Testing Capability For Specimens Which Require Sediment Analysis. System Shall Have A Minimum Throughput Of 60 Samples Per Hour On The Microscopic Side. The Instrument Shall Have Customer Defined Rule Criteria To Reduce The Number Of Manual Reviews And Off-line Testing Required By The Operator. The System Shall Have The Ability For Auto-validation, Should The Facility Choose To Auto Validate Results. Instrument Shall Auto-classify Formed Elements With Limited Review By The Operator. Microscopic Analysis Must Be Fully Quantitative. Microscopic Analysis Must Have The Ability For The Instrument To Identify Cellular Microscopic Components And Provide Reviewable Digital Images. Instrument Must Offer Limited To No Carryover From Sample To Sample To Reduce Interference. Instrument Must Have The Ability To Continuously Feed At Least 300 Chemistry Strips Without Operator Re-load. Time From Standby To Operation Processing Samples Is Less Than 3 Minutes. Time Required For Routine Maintenance Activities Shall Take Less Than 30 Minutes Daily And Less Than 30 Minutes Weekly/monthly. All Testing Shall Be Fda Approved, Including Body Fluids If Available. Current Waste Stream Analysis And Sds (safety Data Sheets) Shall Be Provided To All Locations. Editable Electronic Copy In Clsi (clinical And Laboratory Standards Institute) Format Of Operating Procedures Shall Be Furnished With Each Instrument Supplied To All Participating Facilities. Testing Shall Include Current Laboratory Assays, But The Va Reserves The Right To Add Additional Tests To Test Menu. Protocols In Place For Various Degrees Of Urine Turbidity. A Selection Of Instruments Will Be Available Based On Volume, Test Menu Needs And Throughput Requirements Of Each Individual Facility. Instrument Shall Allow Patient Sample To Be Used For Repeats Or Reruns On The Same Or Different Instrument. All Instruments Must Be New (non-refurbished) Equipment. Contractor Shall Provide All Upgrades To The Equipment Hardware And Operating System Software, At No Additional Cost To The Government. (note Current Va Security Regulations Require Windows Based Operating Systems Be Windows 10 Or Higher). Instruments That Have The Ability To Have Access To The Internet Must Follow Va It Security Policies. The Internet Access Must Be Verified And Adhered To Before And During All Internet Access. Contractor S Software Is Required To Be Compatible And Interface Immediately Upon Award With Governmental Systems Which Include Cprs, Vista, And Cerner. Contractor Must Provide Evidence With Their Solicitation Response That Their Software Is Already Accepted For Use By Vha It Systems. All Equipment Shall Come With Any Required Accessories To Perform Normal Duties, To Include But Not Limited To, Properly Programmed Printers And Monitors, And Ups. The Analyzers Will Be Va Laboratory Information System (lis) Interfaceable, And The Vendor Will Supply Lis Specifications And Assist With The Interface Connections. Operation Of Software Uses Minimal Computer Strokes To Move From Testing To Reagent To Data Analysis Or/and Other Screens. Size Of Instrumentation Shall Be No More Than 65 W X 21 D. If Stand Is Required, It Is Included In The Contract At No Additional Cost. Upgrades Shall Be Delivered And Installed Within 60 Days Of Issuance To The Commercial Market. An Operator's Manual Shall Be Furnished With Each Instrument Supplied To Va And Updates To Manual Shall Be Provided In A Timely Manner. Uptime Guarantee/ Performance Penalty: Vendor Agrees That All Equipment Provided Shall Be Operable And Available For Use No Less Than 98% Of Operational Time Per Month. Each Instrument At Site Shall Be Computed Separately. Operational Time Is 24 Hours Per Day 7 Days A Week. Downtime Is Defined As When The Vendor Is Not Able To Produce Clinically Acceptable Results On The System Monitor And Will Be Computed From The Time The Government Notified The Hotline During Normal Working Hours Until The Field Service Engineer Returns The Instrument To The Government And The Government Can Produce Acceptable Clinical Results. Scheduled Maintenance Is Excluded From Downtime. Method Validations: Once The Instrument Has Been Installed According To The Vendor Specifications At The Government Location The Vendor Will Supply A Technical Representative To Perform Method Validation Studies During All Equipment Installations At All Facilities. The Method Validations Will Be Completed To Include The Necessary Studies Required For Clinical Laboratory Information Act (clia), College Of American Pathologist (cap) And Department Of Veterans Affairs (va) Regulatory Agencies And Shall Include Precision, Linearity And Current System To New System Correlations As Well As Establishment Of Normal And Therapeutic Ranges. The Va Will Not Accept Equipment Until It Passes All Validation Testing. Validation Testing Will Be Conducted On The Facilities Primary And Secondary Testing Methods. The Va Will Provide All The Samples Necessary For The Validation Studies. Maintenance And Repairs: Vendor Shall Provide Preventative And Corrective Maintenance Per Manufacturer's Recommendation. This Shall Include Software Upgrades And Parts And Labor, To Maintain All Urinalysis Equipment And Accessories. At A Minimum, Preventative Maintenance Shall Be Twice Annually, Beginning Six (6) Months After Installation. Vendor Will Furnish All Transportation, Equipment, Tools And Labor To Accomplish The Required Maintenance. Emergency Repairs Shall Be Performed After Initial Telephone Notification That The Equipment Is Inoperative. The Field Service Representative Will Call To Schedule Onsite Service Within 2 Hours Of Notification From Technical Assistance Hotline If Necessary. The Vendor Shall Provide The Government With A Designated Point Of Contact And Telephone Number And Shall Make Arrangements To Enable His Maintenance Representative To Receive Such Notification. Telephone Service Support Shall Be Available 24 Hours/day,7days A Week. Onsite Field Service Support Shall Be Available Monday- Friday 8am- 4:30 Pm (local Time). Onsite Repairs Shall Be Initiated Within 24 Hours Of First Notification From Technical Hotline To Field Service Engineer. Efforts Shall Be Made By The Vendor To Minimize Disruption To Governments And Employees (i.e. Reschedule If Work Interferes With Normal Operation, Access Equipment When Convenient To The Needs Of The Va, Etc.) Vendor Shall Maintain Cleanliness Of Work Area And Minimize Dust And Contaminants To Areas Adjacent To The Job Site. Vendor Shall Furnish A Malfunction Incident Report To The Installation Upon Completion Of Repair Call Within 2 Business Days After The Completion Of Work. The Report Shall Include As A Minimum The Following: Date And Time Notified. Date And Time Of Arrival. Serial Number, Type And Model Number(s) Of Equipment. Time Spent For Repair. Description Of Malfunction And Repair. Proof Of Repair That Included Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. Each Instrument Provided By The Vendor Shall Maintain An Uptime Of 98% In Each Month Of The Term Of The Agreement. During The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 5% Or Greater Of The Normal Working Days In One Calendar Month, It Is The Responsibility Of The Vendor To Immediately Replace The Broken Laboratory Equipment With New Equipment At No Additional Cost To The Government. The Responsibility For Maintaining The Equipment Furnished In Operating Condition In Accordance To Manufacturer's Instruction, Shall Solely Be The Responsibility Of The Vendor. The Contractor Shall Not Leave A Service Call Open Pending Verification That Repairs Are Completed By The Contractor's Maintenance Personnel. For Each Instrument Provided, The Vendor Shall Treat Each Notification For An Emergency/repair Service Call Form The Government As A Separate And New Service Call. The Following Are Guaranteed Throughout The Life Of This Contract: Priority Scheduling Of Requests For Service. Unlimited Emergency Service. No Charges For Labor, Travel Or Any Other Related Expenses. Unlimited Parts. No Charge For Replacement Parts Which Become Marginal Or Defective Due To Normal Use During Agreement Period. Factory Authorized Product Updates And Modifications. Installed At No Additional Charge For Improved Product Performance And Reliability. Factory Trained And Authorized Service Engineers. Continual Upgrading And Certification Of Engineers In Latest Instrument Technology. Training: With The Exception Of Specific Training Requirements Stated Herein, Which Shall Have Precedence; Vendor Shall Provide "operator" Training In Accordance With The Terms, Conditions, And Provisions Of The Vendor's Existing Federal Supply Service Contract. Listed Below Are The Training Requirements: The Vendor Shall Provide, At No Cost To The Government, On-site Training And Key Operator Training For At Least 2 Operators Per Instrument Per Site. Provide Initial In-depth Training For Two Key Operators At The Facility And For Each Individual Instrument Provided. Provide Annual Training For One Va Equipment Operator, Per Each Instrument, For The Participating Medical Center. Provide On-site Vendor Operator Training For All Personnel Who Will Run Instrument With Training Provided For All Applicable Shifts. The Vendor Shall Have An On-going Training Program For Employees By The Technical Service Representatives On Any New Products Or Updates On The Product Lines. All Materials For Training Will Be Provided At No Additional Cost To The Government. The Vendor Will Provide Competency Assessment Protocols For Use At Each Site Consistent With Federal (clia) And Cap Training Requirements. Reagents, Controls And Supplies: Routine Reagents, Controls And Disposables (supplies) For Chemical And Microscopic Urinalysis Testing Shall Be Provided By The Vendor And Shall Adhere To The Following Requirements. Reagents Including Controls And Disposables Shall Be Identified Prior To Delivery. Reagents Including Controls And Disposables To Be Listed In A Separate Table. The Table Should Include Annual Reagent Volumes, Costs, And Shipping Charges For Each Quarterly Standing Order Delivery. Reagent Manufacturer Shelf Life Shall Be No Less Than 12 Months. Reagents For The Analyzer Are Marked For Easy Recognition By The Operator And Shall Contain The Appropriate Facility Purchase Order Number In The Delivery Address. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Order. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By The Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Delivery Shall Be Within Four (4) Business Days Of The Prior Agreed Upon Shipment Date Or It Shall Be Considered Late. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. Consumables Will Be Provided On Demand As Needed If The Consumable Allotments Are Insufficient To Meet The Needs Of The Facility. Vendor Shall Supply All Changes To The Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes And Shall Be Coordinated With The Va Facility Point Of Contact To Implement The Changes In Accordance With Manufacturer's Recommendations. Space Availability: All Proposed Urinalysis Equipment Must Fit The Existing Space At Each Visn 20 P&lms Facility's, Without The Need For Renovation Work. Small Scale Re-arrangement Of Furniture Is Acceptable. Fitting Existing Space Shall Include Conforming To The Current Structural Parameters Of Each Lab, In Each Facility, In Terms Of Delivery, Installation And Lab Space. (i.e., Equipment Size, Weight, Packaged Size For Delivery, Electrical/voltage). Special Requirements: In Addition To The General Requirements For The Urinalysis Cprr Requirements Stated Above, The Contractor Shall Meet The Following Special Requirements: Equipment Shall Have A Fully Established Va Veterans Health Information Systems And Technology Architecture (vista) Computer System And Cerner Interface Program Via Data Innovations Middleware, With All Downloads/software Necessary To Transfer Data Into Patient Files In Va Vista And Cerner Computer Systems Via Data Innovations Middleware, At No Additional Cost To Va. Provide Bi-directional Interface With Data Innovations And Appropriate Quality Control Analysis System And All Components Necessary To Interface With Va Vista And Cerner Computer System. The Contractor Shall Provide An Auto Verification Package Through Data Innovations For Validation Utilizing The Instrument Manager Which Includes Rules And Technical Support For The Duration Of This Contract. Contractor Shall Assist In The Establishment, Testing, Deployment, And Troubleshooting In The Full Capacity Of The Middleware Before Implementation Date. The Contractor Is Responsible For Verifying Any Software Upgrades With The Instrument During Its Life, Will Be Compatible With Data Innovations Middleware. Contractor Shall Provide Automated, Walk-away Urinalysis Chemistry Analyzer With Peripherals With Direct, Automated Sample Pathway To An Automated, Walk-away Microscopic Urinalysis Analyzer With Peripherals For Sampling And Testing. Shall Provide Data Backup. Systems Shall Provide Ease Of Use (uncomplicated Menus), With Minimal Maintenance Required. Shall Provide Flexibility In Test Volumes. Shall Be Easy To Troubleshoot. Provide Extended Expiration Date Of Supplies. Uninterruptible Power Supply (surge Protection, Battery Backup) Provided By Vendor For All Associated Electrical Instruments And Ancillary Components Excluding Printer. Provide A Water System, If Required. If A Printer Is Required To Produce Patient Or Qc Reports, One Shall Be Provided Per System And Replaced If Broken. Cessation Of Testing: If, For Any Reason, Contractor Ceases Testing Of Any Urinalysis Assays, The Contractor Must Notify The Va Contracting Office And Laboratories, 60 Calendar Days Prior To The Change. Until A New Solicitation Can Be Issued, Or The Problem Resolved, The Contractor Shall Be Held Liable For All Costs If Performance Is Ceased, As The Lab Facility May Have To Resort To Outsourcing The Tests In Order To Continue Patient Care. The Vendor Will Be Responsible For The Following: Cost Per Reportable Result Program Reagents, Controls And Supplies: Routine Reagents And Disposables. Reagents Including Controls And Disposables To Be Listed In Separate Table. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Agreement. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. The Quality Of The Products Shall Be High Enough To Satisfy Proficiency Testing Standards Of The College Of American Pathologists (cap) And The Joint Commission (tjc). Changes In Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes Will Be Approved By The Vendor In Accordance With Manufacturer's Recommendations. Additional Reagents, If Required, Will Be Provided By The Vendor At No Additional Charge. The Government Will Be Responsible For The Following: Cost Per Reportable Result Program: Cppr Periodic Payments: Refer To Attachment A For Volumes. Test Description Estimated Volume Per Year Price Per Reportable. During The Agreement The Government Will Report By The 10th Of Each Month, To The Vendor In Writing Or Electronically, The Number Of Reportable Results Generated In The Previous Month. The Vendor Will Invoice The Government Based On The Report Of Reportable Tests. Laboratory Manager Or Designee Will Act As Contracting Officer Representative (cotr) For This Contract. Security: Returning Leased Equipment Constitutes A Risk. Va Employees Must Sanitize Va Sensitive Information Residing On Leased Equipment Before Releasing That Equipment From Direct Va Control, Or The Media Will Not Be Returned Upon Termination Of The Contract. Per Visn 20 Va Information Security Policies, No Hard Drives Or Computer Disks Containing Va Patient Information Will Be Removed From Va Facilities. At The Time Of Turn-in Or Removal Due To Failure, The Va Facility Will Remove All Sensitive Data From Information Systems Storage Devices Or Render The Data From These Systems Unreadable. No Federal Information Processing Equipment Will Be Discontinued From Rental/lease Or Exchange Without Compliance With This Require. Contract Personnel Will Not Have Direct Access To A Va System Or Va Sensitive Information. All Work/maintenance Will Be Accomplished By Va Laboratory Personnel As An Intermediary. If Contract Leased/purchased Equipment Contains Sensitive Information (pii/phi) To Be Directly Uploaded To/downloaded From Va Systems, A Mou/isa Shall Be Established Between The Vendor And Va. Unidirectional, Deidentified Data From Contract Leased/purchased Equipment To The Va Network Shall Be Protected In Accordance With Established Va Security Policy. Quality Assurance Monitoring: The Contractor Service Requirements Are Summarized Into Performance Objectives That Relate Directly To Mission Essential Items. The Performance Thresholds Briefly Describe The Minimum Acceptable Levels Of Service Required For Each Requirement. These Thresholds Are Critical To Mission Success. Information And Information System Security/privacy General Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. Access To Va Information And Va Information Systems A Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. Custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. The Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor's Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. Va Information Custodial Language Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor's Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va's Information Is Returned To The Va Or Destroyed In Accordance With Va's Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. Prior To Termination Or Completion Of This Contract, Contractor/ Subcontractor Must Not Destroy Information Received From Va, Or Gathered/ Created By The Contractor In The Course Of Performing This Contract 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 Of The Contract. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations, And Policies In This Contract. The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. If A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. The Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. The Contractor/subcontractor's Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va's Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va's Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. Notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. For Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor. Information System Design And Development Information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. The Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. The Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default "program Files" Directory And Silently Install And Uninstall. Applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. The Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. The Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. The Contractor/subcontractor Agrees To: Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: The Systems Of Records (sor); And The Design, Development, Or Operation Work That The Contractor/ Subcontractor Is To Perform Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. In The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. "operation Of A System Of Records" Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. "record" Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person's Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. "system Of Records" Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual. The Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As "systems"), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. The Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 10 Days. When The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 10 Days. All Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. Information System Hosting, Operation, Maintenance, Or Use For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerablity Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor's Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va's Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor's Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government- Owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. The Contractor/subcontractor's System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va's Poa&m Management Process. The Contractor/subcontractor Must Use Va's Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/ Subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re- Authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. The Contractor/subcontractor Must Conduct An Annual Self Assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. Va Prohibits The Installation And Use Of Personally-owned Or Contractor/ Subcontractor- Owned Equipment Or Software On Va's Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va- Approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. 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 Returned To 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 Of The Contract. 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 Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: Vendor Must Accept The System Without The Drive; Va's Initial Medical Device Purchase 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 Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive 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 Iso Needs To Maintain The Documentation. Security Incident Investigation The Term "security Incident" Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/ Subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/ Subcontractor Has Access. To The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. Liquidated Damages For Data Breach Consistent With The Requirements Of 38 U.s.c. 5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. The Contractor/subcontractor Shall Provide Notice To Va Of A "security Incident" As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: Nature Of The Event (loss, Theft, Unauthorized Access); Description Of The Event, Including: Date Of Occurrence; Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; Number Of Individuals Affected Or Potentially Affected; Names Of Individuals Or Groups Affected Or Potentially Affected; Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; Amount Of Time The Data Has Been Out Of Va Control; The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); Known Misuses Of Data Containing Sensitive Personal Information, If Any; Assessment Of The Potential Harm To The Affected Individuals; Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $42.00 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: Notification; One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; Data Breach Analysis; Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. Security Controls Compliance Testing On A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day's Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. Training All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document - E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] The Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
Closing Date7 Jan 2025
Tender AmountRefer Documents
6731-6740 of 6741 archived Tenders