Battery Tenders
Battery Tenders
Commission On Higher Education - CHED Tender
Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Provide Or Fill In Information Required In This Form. 3. For Column D, Please Indicate "comply" Or "not Comply" For Every Numbered Item Under Technical Specifications, 4. Delivery Period Within _____ Upon Receipt Of The Approved Funded Catering Agreement/purchase Order/job Order Contract/contract. Whichever Is Applicable. 5. Statement Of Compliance (rfq Form) Must Be Accomplished And Duly Signed By The Bidder Or Authorized Representative. 6. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 7. The Mode Of Payment Is Through Send Bill Agreement. 8. Prices Should Be Inclusive Of Vat And Other Government Taxes. 9. Supplier Must Have A Bank Account For The Payment 10. Supplier Shall Submit Together With The Rfq The Following: 10.1 Philgeps Registration No./organization No. 10.2 Mayor's/business Permit (complete Set) 10.3 Income/business Tax Returns (2023) Duly Acknowledge/machine Validated By Bureau Of Internal Revenue (bir) 10.4 Certificate Of Registration To Bir (bir 2303) 10.5 Statement Of The Prospective Bidder That It Is Not Blacklisted Or Barred From Bidding By The Government 10.6 Sworn Affidavit Of The Bidder That It Is Not Related To The Hope By Consanguinity Or Affinity Up To The Third Civil Degree Unit Items And Description Qty Statement Of Compliance (state "comply" Or "not Comply") Unit Price Total Amount Pc High End Branded And Brand New Tablet Computer 1 Include Brochure Indicating Specific Model Specifications Color: Silver Storage Capacity: 256gb Or Bigger Display: 10.9", Liquid Retina Display Camera: 12mp Wide Camera Or Higher Front Camera: 12mp Landscape Center Stage Camera Or Higher Connectivity: Wi-fi 6 Ports: Usb-c Port For Charging, Displayport And Usb 2.0 Pc Branded And Brand New Tablet Computer 9 Include Brochure Indicating Specific Model Specifications Processor: 1.8ghz (octa-core) Or Higher Storage Capacity: 128gb Or Bigger Display: 11" Camera: 8mp Or Higher Front Camera: 5mp Or Higher Connectivity: 802.11 A/b/g/n/ac 2.4g+ 5ghz Ports: Usb-c Port For Charging, Displayport And Usb 2.0 Pc Branded And Brand New Monitor 1 Include Brochure Indicating Specific Model Specifications Screen Size: 27" Or Bigger Refresh Rate: 100hz Or Higher Resolution: Full Hd (1920x1080) Or Higher Ports: 1 Hdmi Port And/or More Pc Branded And Brand New Lightweight Laptop 1 Include Brochure Indicating Specific Model Specifications Processor: 14 Cores, 18 Threads, 4.5 Ghz Or Higher Memory: 16 Gb Ram Or Higher Storage: 512gb Ssd Or Bigger Capacity Display: 14” Oled (2880x1800) Or Smaller Software: Windows 11 Pro, Ms Office 2021 Warranty: 1 Year Onsite Warranty Pc Branded And Brand New Laptop 10 Include Brochure Indicating Specific Model Specifications Processor: 8 Cores, 12 Threads, 4.4 Ghz Or Higher Memory: 16 Gb Ddr4 Ram Or Higher Storage: 512gb Ssd Or Bigger Capacity Display: 14” Or Smaller Built-in Webcam: 720p Hd Camera Or Higher Software: Windows 11 Pro, Ms Office 2021 Warranty: 1 Year Onsite Warranty Pc Branded And Brand New High Speed Scanner 4 Include Brochure Indicating Specific Model Specifications Type: A4 Sheet-fed Speed: 300dpi: 65ppm / 130ipm Or Faster Adf Capacity: 100 Sheets (80g/m) Or More Min Document Size: 50.8 X 50.8 Mm Or Smaller Max Document Size: 215.9 X 6,096 Mm Or Bigger Pc Branded And Brand New Portable Touch Screen Smart Tv 1 Include Brochure Indicating Specific Model Specifications Rotatable Touch Screen Tv With Stand (144cm) Cpu: Octa-core Or Higher Memory: 4 Gb Ram Or Higher Storage: 64 Gb Or Bigger Capacity Display: 32" Or Bigger Battery: 9000mah Ports: Hdmi And Usb Software: Android 13 Or Higher Pc Branded And Brand New Paper Shredder 3 Include Brochure Indicating Specific Model Specifications Cut Type: Cross-cut Cut Size: 4 X 38mm Or Smaller Paper Entry Width: 230mm Or Wider Bin Capacity: 9 Gallons Or Bigger Sheet Capacity: 18 Or More Terms And Conditions: Free Delivery Warranty At Least One Year (1) On Parts And Services Service: Next Day Service 7 Days Warranty For Replacement Of Equipment Mode Of Payment: Sendbill Arrangement - No Downpayment 30 Working Days Of Payment Upon Complete Delivery All Prices Are Vat Inclusive And Government Taxes 30 Working Days Of Delivery Upon Receipt Of The Approved Funded Purchase Order Procurement By Line Item Request For Quotation No.: 2025-02-0014 After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item/s At Price Note Above. Signature Over Printed Name/date Quotations Shall Be Compared And Evaluated On The Basis Of The Following Criteria: 1. Completeness Of Submission 2. Compliance With Technical Specifications 3. Price The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Contract Agreement After Evaluation By The Bids And Awards Committee (bac) Note: Bid Documents And Envelope Must Be Properly Labeled And Address To: Ms. Jovine Krisell L. Cuevas Head, Bac Secretariat Commission On Higher Education Regional Office Iv (calabarzon) J.p. Laurel Highway, City Hall Compound, Barangay Marawoy, Lipa City, Batangas (043) 727-2764 Reference/solicitation No:
Closing Date12 Feb 2025
Tender AmountPHP 979 K (USD 16.8 K)
City Of Dapitan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee City Of Dapitan February 05, 2025 Invitation To Bid The City Government Of Dapitan, Through Its Bids And Awards Committee (bac), Invites Interested Parties To Apply For Eligibility And If Found Eligible To Bid For The Following Contract: Contract Id: Pr# 2025-01-31-024 Contract Name: Procurement Of Office Supplies & Devices Purpose: For Official Use At City Budget Office, This City Approved Budget For The Contract (abc): Php 183,750.00 (inclusive Of All Applicable Taxes) Part Of The Total Abc Of P403,100.00 Source Of Fund: General Fund • Prospective Bidders Should Have Expertise In Undertaking A Similar Project Within The Last Three (3) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. • Bidders / Contractor’s Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents. • Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. • The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest/single Calculated Bid Shall Be Conducted. • All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting February 06 – 13, 2025 Availability And Issuance Of Bidding Documents February 06 – 18, 2025; 1:30 P.m. Deadline For The Submission Of Bids February 18, 2025; 1:30 P.m Bid Evaluation February 18, 2025; 2:00 P.m • Philippine Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The City Of Dapitan. (bacdapitan@gmail.com) • Payment For The Philippine Bidding Documents Is A Non – Refundable Amount Of Five Hundred Pesos Only (php 500.00) Payable To The Office Of The City Treasurer, Dapitan City. The City Government Of Dapitan Assumes No Responsibility Whatsoever Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The City Government Of Dapitan Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Rejects All Bids At Any Time Prior To Award Of Contract, Without Thereby Incurring Any Liability To The Affected Bidder Of Bidders. Sgd.engr. Renmar Terenz E. Draper Cgdh I, Management Information Systems Office Bac Chairman Annex A: 1. 150 Rms. Long Us Bond Paper (8.5” X 13’) 2. 150 Pcs. Ballpen (black) – Good Quality 3. 150 Pcs. Ballpen (blue) – Good Quality 4. 2 Pcs. Parker Signing Pen Black 0.7 5. 1 Bx Pentel Pen Broad – Black 6. 50 Pcs. Correction Tape 36m 7. 3 Bxs. Pencil – Good Quality 8. 15 Pcs. Sticky Note (45mm X 12mm) 5 Colors 9. 15 Pcs. Sticky Note (arrow) 10. 10 Pcs. Highlighter – Yellow – Good Quality 11. 2 Pcs. Puncher ( 2 Holes) Heavy Duty 12. 5 Pcs. Stapler With Remover # 35 Heavy Duty 13. 2 Bxs. Staple Wire W/ 50-100pgs Cap. Heavy Duty Big 14. 10 Bxs. Colored Paper Fastener 50 Sets 15. 3 Rms File Folder (white) Long 16. 3 Pcs. Elmer’s Glue 130g 17. 15 Pcs. Expanding Envelope (morocco) With Garter Long 18. 5 Pcs. Clear Scotch Tape 1 Inch – Good Quality 19. 2 Rolls Duct Tape Silver Gray (2 Inches Wide) 20. 40 Pcs. Ring Binder, Plastic (1 1/2 Inch) 21. 15 Pads Board Paper. 8.5 X 13”, 200gsm, 10 Shts/pad 22. 5 Pcs. Stamp Pad 23. 5 Btls. Stamp Pad Ink, Violet 50ml 24. 5 Bxs. Staple Wire 23/15 (9/16”0 Chisel Pointed 25. 3 Rms. Pvc Cover (330 X 218mm) Long Clear, 100 Sheets 31. 10 Pcs. Record Book Big 500 Pages 32. 5 Pcs. Record Book Big 300 Pages 33. 35 Btls. Ethyl Alcohol 70% Solution – 500ml 34. 6 Gals. Ethyl Alcohol 70% Solution 35. 10 Packs Toilet Paper (9 Rolls/pack) 36. 3 Packs Battery Pack Aa 37. 2 Pcs. Door Mat 38. 2 Btls. Insecticide 600ml 39. 10 Blts. Dishwashing Liquid 1 Ltr. 40. 4 Gals. Bleaching Liquid 41. 5 Pcs. Dishwashing Paste 200g 42. 2 Cans Disinfectant Spray 400g. 43. 5 Pcs. Dish Sponge Pad 44. 6 Pair Heavy Duty Rubber Gloves (thick Household Gloves) 45. 20 Rolls Heavy Duty Thick Garbage Bag Roll (large) 46. 5 Pcs. Car Air Freshener Shaldan (lemon) 600g 47. 5 Pcs. Air Freshener For Office (peony & Berry 1000ml 48. 5 Pcs. Air Freshener For Office (lemon) 1000 Ml 50. 45 Pcs. Smart Prepaid Card @ 300 51. 3 Units Steel Cabinet 4 Drawers 52. 2 Unit Monitor 24 Inches 53. 1 Pc. Ups 650va 54. 3 Units Office Swivel Chair
Closing Date18 Feb 2025
Tender AmountPHP 183.7 K (USD 3.1 K)
Bureau Of Corrections leyte Regional Prison Abuyog Leyte Tender
Healthcare and Medicine
Philippines
Details: Description Bids & Awards Committee Invitation For Negotiated Procurement - Two-failed Biddings For The Request For Supply & Delivery Of Medical Supplies 2025 1. The Leyte Regional Prison (lrp) Intends To Procure Medical Supplies 2025 With An Approved Budget For The Contract (abc) Amounting To Five Hundred Ninety-six Thousand Four Hundred Seventy-seven Pesos Only (php 596,477.00). 2. The Lrp Bids And Award Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. The Interested Bidders May Obtain Further Information From The Bac Secretariat At The Address Given Below From 09 January 2025 To 13 January 2025 Before 9:00am. 5. The Lrp Will Hold A Negotiation Meeting On 13 January 2025 At Exactly 9:00am At Conference Room, Admin Building, Lrp, Abuyog, Leyte, Which Shall Be Open To Prospective Bidders. 6. Four (4) Copies Of The Proposals (one Original And Three Copies) Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 5:00 Pm Of 14 January 2025. Late Submission Shall Not Be Accepted. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, And The Contact Details Of The Bidder, Addressed To The Bac. I. Technical Component Envelope Class “a” Documents Legal Documents (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (e) Conformity With The Schedule Of Requirements (annex “a”) & Technical Specifications (annex “b”), Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). 8. The Special Conditions Of The Contract (annex “c”) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. Issued This 8th Day Of January 2025. Mr. Tracy B. Soriano, Msca Chairperson, Bids And Awards Committee Company Letterhead Statement Of Ongoing Government & Private Contracts Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Twenty-five Percent (25%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery End User’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Contract, (attached Copy) Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Leyte Regional Prison I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 1 Acid Fast Stain, Medic (ziel-neelsen Hot Method) 3 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 2 Acepto Bulb Syringe 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 3 Adult Pulse Oximeter Fingertip (durable) 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 4 Alcohol 70% Gallon 100 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 5 Aneroid Sphygmomanometer W/ Stethoscope (durable) 10 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 6 Battery Double Aa (heavy Duty) 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 7 Battery Triple Aaa (heavy Duty) 50 Capsule Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 8 Blood Collection Tube 5ml (lavender) 1 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 9 Blood Collection Tube 5ml (yellow) 1 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 10 Cold Compress Bag 5 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 11 Denatured Alcohol 1l 2 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 12 Disinfectant Solution 10 Litrs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 13 Drug Testing Kit (urine) 1000 Unit Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 14 Dsn 10cc 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 15 Dsn 3cc 700 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 16 Dsn 5cc 700 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 17 Dsn 1cc 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 18 Easy Touch Blood Glucose Strips 25's 20 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 19 Easy Touch Blood Cholesterol Strips 25's 30 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 20 Easy Touch Blood Uric Strips 25's 30 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 21 Examination Disposable Latex Gloves Powder Free 100 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 22 Face Mask 50's 100 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 23 Heplock 20 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 24 Hot Water Bag 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 25 Hydrogen Peroxide 10 Volume 20 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 26 Iv Infusion Set Adult 500 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 27 Kidney Basin Stainless 4 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 28 Lubricating Jelly 80gms 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 29 Medical Penlight 5 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 30 Medical Oxygen Regulator 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 31 Muriatic Acid Solution 50 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 32 Na Hypochlorite Solution 30 Gallon Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 33 Nebulizer 2 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 34 One Touch Select Simple Test Strip 25's 50 Bottle Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 35 Oxygen Mask Cannula 150 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 36 Oxygen Trolley (5-20 Lbs) 2 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 37 Petroleum Jelly 25gms 100 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 38 Plastic Canister 3 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 39 Plastic Splint Adult 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 40 Rotahaler 50 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 41 Sphygmomanometer Valve With Bulb 20 Set Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed 42 Sterile Latex Surgical Gloves #7, 50pairs/box 5 Box Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vi. Schedule Of Requirements Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. # Description Qty Dosage Form Delivered, Weeks/months 43 Soluset Infusion Set 5 Pcs Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 44 Urinal (male) 10 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. 45 Urine Container 50ml 1000 Pieces Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 1 3 Pcs Acid Fast Stain, Medic (ziel-neelsen Hot Method) 2 5 Pcs Acepto Bulb Syringe 3 5 Pcs Adult Pulse Oximeter Fingertip (durable) 4 100 Gallon Alcohol 70% Gallon 5 10 Set Aneroid Sphygmomanometer W/ Stethoscope (durable) 6 50 Pieces Battery Double Aa (heavy Duty) 7 50 Capsule Battery Triple Aaa (heavy Duty) 8 1 Box Blood Collection Tube 5ml (lavender) 9 1 Box Blood Collection Tube 5ml (yellow) 10 5 Pieces Cold Compress Bag 11 2 Gallon Denatured Alcohol 1l 12 10 Litrs Disinfectant Solution 13 1000 Unit Drug Testing Kit (urine) 14 500 Pieces Dsn 10cc 15 700 Pieces Dsn 3cc 16 700 Pieces Dsn 5cc 17 500 Pieces Dsn 1cc I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 18 20 Bottle Easy Touch Blood Glucose Strips 25's 19 30 Bottle Easy Touch Blood Cholesterol Strips 25's 20 30 Bottle Easy Touch Blood Uric Strips 25's 21 100 Box Examination Disposable Latex Gloves Powder Free 22 100 Box Face Mask 50's 23 20 Pieces Heplock 24 10 Pieces Hot Water Bag 25 20 Pieces Hydrogen Peroxide 10 Volume 26 500 Pieces Iv Infusion Set Adult 27 4 Pieces Kidney Basin Stainless 28 50 Pieces Lubricating Jelly 80gms 29 5 Pieces Medical Penlight 30 5 Pcs Medical Oxygen Regulator 31 50 Gallon Muriatic Acid Solution 32 30 Gallon Na Hypochlorite Solution 33 2 Set Nebulizer 34 50 Bottle One Touch Select Simple Test Strip 25's I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Section Vii. Technical Specifications Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Item No. Qty. Dosage Form Agency Specification Bidder’s Statement Of Compliance 35 150 Pieces Oxygen Mask Cannula 36 2 Pieces Oxygen Trolley (5-20 Lbs) 37 100 Pieces Petroleum Jelly 25gms 38 3 Pieces Plastic Canister 39 10 Pieces Plastic Splint Adult 40 50 Pieces Rotahaler 41 20 Set Sphygmomanometer Valve With Bulb 42 5 Box Sterile Latex Surgical Gloves #7, 50pairs/box 43 5 Pcs Soluset Infusion Set 44 10 Pieces Urinal (male) 45 1000 Pieces Urine Container 50ml I Hereby Certify That The Statement Of Compliance To The Foregoing Technical Specifications Are True And Correct, Otherwise, If Found To Be False Either During Bid Evaluation Or Post- Qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. ___________________________________________ Name Of Company In Print ___________________________________________ Signature Over Printed Name Of Authorized Representative Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply & Delivery Of Medical Supplies 2025 Of The Leyte Regional Prison As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Supply & Delivery Of Medical Supplies 2025 Of The Leyte Regional Prison, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply & Delivery Of Medical Supplies 2025. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _________________________(p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _______day Of __________2025. _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Bid Form Date: Invitation To Bid No: Bid 2024-08 To: Mr. Tracy B. Soriano, Msca Bac Chairperson Leyte Regional Prison Abuyog, Leyte Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers Bid2024-08, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply & Deliver Of Medical Supplies 2025 In Conformity With The Said Bidding Documents For The Sum Of __________________________________________₱ ________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Of The Bidding Documents. I/we Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert]: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply & Delivery Of Medical Supplies 2025. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 3 Pcs Acid Fast Stain, Medic (ziel-neelsen Hot Method) 12,441.00 5 Pcs Acepto Bulb Syringe 350.00 5 Pcs Adult Pulse Oximeter Fingertip (durable) 10,500.00 100 Gallon Alcohol 70% Gallon 42,000.00 10 Set Aneroid Sphygmomanometer W/ Stethoscope (durable) 39,000.00 50 Pieces Battery Double Aa (heavy Duty) 5,400.00 50 Capsule Battery Triple Aaa (heavy Duty) 5,400.00 1 Box Blood Collection Tube 5ml (lavender) 130.00 1 Box Blood Collection Tube 5ml (yellow) 1,200.00 5 Pieces Cold Compress Bag 720.00 2 Gallon Denatured Alcohol 1l 1,200.00 10 Litrs Disinfectant Solution 21,600.00 1000 Unit Drug Testing Kit (urine) 108,000.00 500 Pieces Dsn 10cc 5,000.00 700 Pieces Dsn 3cc 4,900.00 [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 700 Pieces Dsn 5cc 5,600.00 500 Pieces Dsn 1cc 3,500.00 20 Bottle Easy Touch Blood Glucose Strips 25's 20,400.00 30 Bottle Easy Touch Blood Cholesterol Strips 25's 30,600.00 30 Bottle Easy Touch Blood Uric Strips 25's 30,600.00 100 Box Examination Disposable Latex Gloves Powder Free 42,000.00 100 Box Face Mask 50's 9,600.00 20 Pieces Heplock 360.00 10 Pieces Hot Water Bag 1,080.00 20 Pieces Hydrogen Peroxide 10 Volume 2,640.00 500 Pieces Iv Infusion Set Adult 25,000.00 4 Pieces Kidney Basin Stainless 2,976.00 50 Pieces Lubricating Jelly 80gms 4,200.00 5 Pieces Medical Penlight 3,000.00 5 Pcs Medical Oxygen Regulator 12,000.00 [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Supply & Delivery Of Medical Supplies For Cy 2025 Bid Reference No.: Bid2024-08 Schedule Of Prices Qty. Unit Of Issue Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 50 Gallon Muriatic Acid Solution 15,000.00 30 Gallon Na Hypochlorite Solution 9,000.00 2 Set Nebulizer 3,840.00 50 Bottle One Touch Select Simple Test Strip 25's 51,000.00 150 Pieces Oxygen Mask Cannula 11,700.00 2 Pieces Oxygen Trolley (5-20 Lbs) 8,400.00 100 Pieces Petroleum Jelly 25gms 7,200.00 3 Pieces Plastic Canister 3,600.00 10 Pieces Plastic Splint Adult 10,800.00 50 Pieces Rotahaler 6,000.00 20 Set Sphygmomanometer Valve With Bulb 6,520.00 5 Box Sterile Latex Surgical Gloves #7, 50pairs/box 4,500.00 5 Pcs Soluset Infusion Set 500.00 10 Pieces Urinal (male) 1,020.00 1000 Pieces Urine Container 50ml 6,000.00 Total Bid Price Inclusive Of Vat In Words [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of ____________________________ Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi. Schedule Of Requirements. Upon Delivery Of The Goods To The Project Site, The Supplier Shall Notify The Procuring Entity And Present The Following Documents To The Procuring Entity: (i) Original And Four Copies Of The Supplier’s Invoice Showing Goods’ Description, Quantity, Unit Price, And Total Amount; (ii) Delivery Receipt Detailing Number And Description Of Items Received Signed By The Procuring Entity’s Representative At The Project Site; (iii)certificate Of Acceptance/inspection Report Signed By The Procuring Entity’s Representative At The Project Site; For Purposes Of The Contract, “exw (extra Work),” “fob (“free On Board” Shipping Point),” “fca (“free Carrier” Shipping Point),” “cif (cost Insurance And Freight.),” “cip (carriage And Insurance Paid),” “ddp (delivered Duty Paid)” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Ddp Delivered To Supply Office, Leyte Regional Prison, Abuyog, Leyte. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Lrp Health And Welfare Services Section Chief As The End-user. All Medical Supplies Must Be Delivered On Working Days And Not Later Than 1:00pm, Forty-five (45) Calendar Days From The Receipt Of Notice To Proceed. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Additional Requirements On Box Or Bottle, Blister Packs, Inhaler And Tube. The Following Is Legibly Imprinted Or Stamped In Any Color. Date Of Manufacture __________________ Date Of Expiry ___________________ Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif (cost Insurance And Freight.), Cip (carriage And Insurance Paid), Or Ddp (delivered Duty Paid), Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif (cost Insurance And Freight.), Cip (carriage And Insurance Paid), Or Ddp (delivered Duty Paid), Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.1 Partial Payment Is Not Allowed 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Delivery Of Goods Shall Be Inspected By The Lrp Inspection And Acceptance Committee. Inspection And Acceptance Will Be Conducted By The Lrp Inspection And Acceptance Committee To The Actual Delivery At The Project Site (lrp). Goods With Defect Or Non-compliant With The Required Specifications As Stipulated In The Approved Purchase Order/technical Specifications Shall Be Rejected And Shall Be Replaced By The Supplier Free Of Cost To The Procuring Entity Within Seven (7) Calendar Days The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Lrp Inspection And Acceptance Committee. The Inspections And Tests That Will Be Conducted Are; 1.) Upon Delivery, The Goods Shall Undergo Physical Inspection By The Lrp Inspection And Acceptance Committee Of The Procuring Entity To Ascertain The Physical Condition And Acceptability Of The Goods. 2.) Actual Counting Inspection To Determine The Quantity And Completeness Of The Medical Supplies Delivered In Accordance To The Schedule Of Requirements Set In The Bidding Documents.
Closing Date13 Jan 2025
Tender AmountPHP 596.4 K (USD 10.2 K)
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Description: This Notice Was Posted To Identify Sources That Can Manufacture Nsn 5340-01-666-9621 And Are Interested In Quoting A Solicitation. This Notice Was Posted For The Purpose Of Market Research Only And Is Not A Request For Proposal (rfp). Please Review The Nsn Below And Provide Any Sources That May Be Able To Manufacture The Item. The Sources That Are Currently Approved To Manufacture This Hub Body Are Listed Below. If You Are Interested In This Requirement, Please Complete The Attached Market Research Questionnaire. All Information Should Be Submitted To The Contract Specialist, Kyle Barr, At Kyle.barr@dla.mil No Later Than February 7, 2025.
the Approved Sources And Part Numbers Are Listed Below:
4v360 – General Atomics (p/n: 34000d1532803)
hub,body
rq032: Export Control Of Technical Data
this Item Has Technical Data Some Or All Of Which Is Subject To Export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be Exported Without Prior Authorization From Either The Department Of State Or The Department Of Commerce. Export Includes Disclosure Of Technical Data To Foreign Persons And Nationals Whether Located In The United States Or Abroad. This Requirement Applies Equally To Foreign National Employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data.
the Defense Logistics Agency (dla) Limits Distribution Of Export-control Technical Data To Dla Contractors That Have An Approved Us/canada Joint Certification Program (jcp) Certification, Have Completed The Introduction To Proper Handling Of Dod Export-controlled Technical Data Training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been Approved By The Dla Controlling Authority To Access The Export-controlled Data. Instructions For Obtaining Access To The Export-controlled Data Can Be Found At:
https://www.dla.mil/logistics-operations/enhanced-validation/
to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed For Use Are Required To Have An Approved Jcp Certification And Have Been Approved By The Dla Controlling Authority To Access Export-controlled Data Managed By Dla. Dla Will Not Delay Award In Order For An Offeror Or Its Supplier To Apply For And Receive Approval By The Dla Controlling Authority To Access The Export-controlled Data. Jcp Applies To All Manufactures, Dealers, Distributors, Or Suppliers.
alre Csi
serialization: Serialization Is Required For This Alre Csi Part As Well As The Packaging For Traceability. Contractor Technical Documentation Shall Reflect The Appropriate Marking Scheme. All Serialized And Lot Numbered Csi Parts Shall Be Accounted For; To Include Material Scrapped During Manufacturing. Re-branding By Suppliers Which Obscures The Original Marking (part Number, Serial Number, Cage) Of The Oem Of Alre Csi Parts Is Prohibited. Please Notify Dla Contracting Officer At Time Of Quote If Serialization Is Not Practical Due To Size, Material Property, Unreasonable Or Excessive Cost.
ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The Dla Master List Of Technical And Quality Requirements Found On The Web At:
http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx
for Simplified Acquisitions, The Revision Of The Master In Effect On The Solicitation Issue Date Or The Award Date Controls. For Large Acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date Applies Unless A Solicitation Amendment Incorporates A Follow-on Revision, In Which Case The Amendment Date Controls.
rp001: Dla Packaging Requirements For Procurement
rq011: Removal Of Government Identification From Non-accepted Supplies
rc001: Documentation Requirements For Source Approval Request (sar)
rq002: Configuration Change Management - Engineering Change Proposal Request For Variance (deviation Or Waiver)
rq009: Inspection And Acceptance At Origin
class I Ozone Depleting Chemicals Are Not To Be Used Nor Incorporated In Any Items To Be Delivered Under This Contract.this Prohibition Supersedes All Specification Requirements But Does Not Alleviate Any Product Requirements. Substitute Chemicals Must Be Submitted For Approval Unless They Are Authorized By The Specification Requirements.
the Government Procuring Activity Has Determined That Surplus Is Not Acceptable For This Nsn.
(end Of Tq Requirement)
mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Any Hardware Or Supplies Furnished Under This Contract. Exception: Functional Mercury Used In Batteries, Fluorescent Lights, Required Instruments; Sensors Or Controls; Weapon Systems; And Chemical Analysis Reagents Specified By Navsea. Portable Fluorescent Lamps And Portable Instruments Containing Mercury Shall Be Shock Proof And Contain A Second Boundary Of Containment Of The Mercury Or Mercury Compound. (iaw Navsea 5100-003d).
aircraft Launch And Recovery Equipment (alre) Critical Application Item
source Approval - To Be Eligible For Award Under This Solicitation, An Offeror Must Be An Approved Source Or Provide The Product Of An Approved Source As Determined By The Engineering Support Activity, Naval Air Warfare Center (nawc) Aircraft Division Lakehurst. The Criteria And Procedures For Source Approval Are Contained In Part I Of The Naval Inventory Control Point (navicp) Philadelphia Brochure Entitled "source Approval Information Brochure For Spares". The Latest Version Of This Brochure May Be Obtained By Accessing Navicp's Website:
https://www.navsup.navy.mil, Our Team, Navicp, Business Opportunities, Commodities, Source Approval Request (sar) Brochure Spares
to Assist In The Determination Of Source Approval, The Offeror May Be Required To Submit To A Survey Prior To Award In Which Nawc Lakehurst
may Participate.
in Addition, The Offeror Must Provide The Following Information, Which May Be Considered In Determining Whether The Offeror Is An Approved Source:
(1) A Source Approval Letter From Navicp's Engineering And Product Support Directorate; Or;
(2) Other Evidence Indicating That The Offeror Meets The Source Approval Criteria.
all Requests For Waivers Or Deviations Classified As Critical, Major, Or Minor Must Be Forwarded To The Dsc Contracting Officer For Review And Approval.
all Items Of Supply Shall Be Marked Iaw Mil-std-129. In Addition, Each Unit Pack Will Be Marked With Lot And Serial Number (if Available), Contractor's Cage Code, Actual Manufacturer's Cage Code And Part Number. (february 2016)
this Material Must Meet Navair Aircraft Launch & Recovery Equipment Traceability Requirements. Bare Item Markings Shall Be Iaw The Technical Data Drawings Provided.
bare Item Material Shall Be Marked With Contract Number, Nawc Cage, And Part Number Unless Otherwise Specificied On Associated Drawing. If A Conflict Exists With Marking Requirements Of This 82n Alre/se Item, The Associated Drawing Requirements Shall Apply.
note: This Is A Restricted Source Item And Requires Engineering Source Approval By The Government Design Control Activity.
the Following Contract Data Requirements Lists (cdrls), Dd Form 1423s, Apply To This Procurement. Review The Technical Data Package (tdp) For Additional Information.
unless Waived, The Following Cdrls Apply:
-first Article Testing Report
-production Test And Inspection Report
-certificate Of Quality Compliance
-test Report For Radiographic Inspection
-welding Procedures
-weld Procedure Qualification Report
-welder Performance Qualification Report
-welder Level Iii Cert Report
-weld Visual Inspection Procedure
-welder Qualification Training Procedure
-welder Maintenance Of Quality Report
clause 52.246-15, Certificate Of Conformance, Is Not Authorized For This Nsn.
item Unique Identification Is Not Required By Request Of The Service Customer. Dfars 252.211-7003(c)(1)(i) Applies.
rq040: Non-destructive Testing (ndt) Accreditation Requirements
rq039: Non-tailored Higher-level Quality Requirements (sae As9100) For
manufacturers And Non-manufacturers
critical Application Item
general Atomics 4xb60 P/n 34000d1532803
iaw Reference Drawing Nr 16236 Cn016669621
revision Nr B Dtd 04/17/2024
part Piece Number:
iaw Reference Qap 16236 Sqap016669621qa
revision Nr B Dtd 04/16/2024
part Piece Number:
iaw Reference Qap 16236 Sqap016669621cfat
revision Nr Dtd 02/12/2020
part Piece Number:
iaw Reference Qap 16236 Cdrl016669621
revision Nr Dtd 02/28/2024
part Piece Number:
Closing Date8 Feb 2025
Tender AmountRefer Documents
City Of General Santos , South Cotabato Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. A1. Catering: 1 Meal Only With Venue Activity Title: Scholar's Teambuilding Activity Date: June 12, 2025 (tentative) Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water/softdrinks Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser Menu: Viands : Fish Fillet, Garlic Chicken, Beef Steak, Chopsuey, Caldereta, Lumpiang Shanghai Soup Egg Mushroom Soup Rice Softdrinks Bottle Water Flowing Coffee Venue Must Be In A Convention Or Function Hall *atleast 20kms Away From Cityhall *with Clear Sound System With At Least 2 Microphones (2 Wireless With Batteries) *with Available Personnel To Respond To Needs Until The End Of The Activity. Catering Should Be: *with Cups Saucers And Teaspoons For Coffee Which Is Available Until The End Of The Activity Note: 1. No Pork And Creamdory 2. Date Of Activity Is Tentative And Will Depend On The Results Of The Bidding Process And Availability Of The Resource Persons And Venue 3. Mode Of Payment : Progressive Billing 305,400.00 B1. Catering: 1 Meal Only With Venue Activity Title: Edukar Gensan Council Meeting Activity Date: January, May And March 2025 Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water/softdrinks Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser Venue Should Be In A Convention Or Function Hall *within 10kms From City Hall *with Clear Sound System With Atleast 2 Microphones (2 Wireless With Batteries) *with Available Personnel To Respond To Needs Until The End Of The Activity. Catering Should Be: *with Cups Saucers And Teaspoons For Coffee Which Is Available Until The End Of The Activity Note: 1. No Pork And Creamdory 2. Date Of Activity Is Tentative And Will Depend On The Results Of The Bidding Process And Availability Of The Resource Persons And Venue. 3. Mode Of Payment: Progressive Billing 144,000.00 Page 2 Of 4 25cb Gsc 078 Total Description Of Articles Item No. C1. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Consultative Meeting And Workshop Activity Date: July 2025 (tentative) Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 13,650.00 C2. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Stakeholders Consultative Meeting On Emerging And Re Emerging Disease Activity Date: July 2025 (tentative) Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 13,650.00 D1. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Gad Orientation/ Seminar/ Training Activity Date: July 2025 ( Tentative ) Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 39,000.00 D2. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Year End Evaluation Activity Date: November 2024 (tentative) Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 42,250.00 For App Implementation The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Catering Services With Venue. Delivery Of The Goods Is Required On The Day Of Activity. Bidders Should Have Completed, Within 3 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) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting February 6, 2025 12:00 Noon From The Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Page 3 Of 4 25cb Gsc 078 *25cb Gsc 078* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 13, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On February 13, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. The Local Government Unit Of General Santos City 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. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Closing Date13 Feb 2025
Tender AmountPHP 557.9 K (USD 9.6 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Page 9 Of30
statement Of Work
louis A. Johnson Va Medical Center
contractor Shall Provide All Labor, Parts And Transportation To Provide Inspection, Function Testing, Maintenance And 24 Hour Emergency Repairs To The Fixed Fire Protection System, Fire Extinguishers, Emergency Lights, Emergency Showers And Eye-wash Stations And Other Life-safety Equipment And Systems At The Louis A. Johnson Va Medical Center Campus, Located In Clarksburg, Wv And At The Tucker County Community Based Outreach Center (cboc), Located In Parsons, Wv And The Wood County Community Based Outreach Center (cboc), Located In Parkersburg, Wv And Braxton County Community Based Outreach Center (cboc), Located In Flatwoods, Wv And Monongalia County Community Based Outreach Center (cboc) And Monongalia County Veterans Outreach Center, Located In Westover, Wv And Rosebud Facility Located In Clarksburg, Wv. The Work For This Portion Of The Contract Includes The Following:
contractor Shall Be Responsible For All Above-ground Portions Of The Fixed Fire Protection System In The Hospital, All Out-buildings And Hospital Grounds.
annual Full Maintenance On Ten (11) Wet Pipe Fire Sprinkler Systems. 3 In Main Building, 2 In Bldg. 2, 2 In Bldg. 7, 2 In Bldg. 20, 1 In Bldg. 5, 1 In Bldg. 22.
annual Dry Sprinkler Trip Test On, (5) Dry Sprinkler Systems (1) In Main Building, (1) In Ca, (1) In Building 6, (1) In Building 20. (1) In Building 22. Full Flow Trip Test Will Be Conducted At Least Every Third Year.
annual Trip Test Of (1) Pre-action System In Clinical Addition Mri. All Devices Associated With The Pre-action System Will Be Tested Annually.
quarterly Testing Of Supervisory Signals (3) Low Air Low Devices (1) In The Penthouse, (1) In Room B202, (1) In Bldg. 6.
quarterly Inspections Of Each Additional Floor Control Assembly Inspection (all Tampers And Alarming Devices) Valves Will Be Fully Exercised Annually To Operate The Tamper Switch. Flow And Pressure Switches Will Be Operated With Water Flow When Possible. Building 1 (48) Tamper And
(35) Alarming Devices, Ca (28) Tamper And (20) Alarming Devices, Building 5 (3) Tamper And (1)
alarming Device, Building 6 (1) Tamper And (1) Alarming Device, Building 7 (3) Tamper And (2)
alarming Device, Building 20 (6) Tamper And (3) Alarming Device. Building 22 (4) Tampers And (2) Alarming Devices.
supervisory Alarm Other Than Tamper Switches Will Be Tested Quarterly. Building I (2), Building 2 (2), Building 6 (1), Building 22 (2)
annual Test Of (4) Antifreeze Systems In Main Building (1) At The Northwest Entrance, (1) On Old Dock Area, (1) In Biomedical Engineering And (1) In Ambulance Bay. Conducted Prior To Freezing Weather.
quarterly Inspection For The Post Indicator Valves (7). (3) For Main Building, (2) For Ca, (1) For Building 6, (1) For Building 7. Fully Exercise Valves At Least Annually.
quarterly Inspection For The Wall Post Indicator Valves (1) For Building 20 And (1) For Bldg. 22. Fully Exercise Valve At Least Annually.
quarterly Inspection Of (7) Fire Department Connections (3) For Bldg. I, (2) For Bldg. 2, (1) For Bldg. 6, (1) For Bldg. 7, (1) For Bldg. 22.
annual Private Yard Hydrant Flow Test, (5). Flow Test Must Be Conducted After 14:00 So Not To Interfere With Laundry Service.
annual Inspection And Testing Of (42) Backflow Preventer.
annual Testing And Inspection Of All Facility Fire Doors (campus Wide) (250 Total)
four (4) Kitchen Fire Suppression Systems Semi-annual Inspections (includes Changing Up To Three Fusible Links Per System Annually, Must Have Current Date Stamped On Links). Provide Hood And Duct Cleaning On A Semi-annual Basis As Required Nfpa 17a. In The Following Locations (1) Dietary Kitchen, (2) Canteen Service And (1) In Building 20.
monthly And Annual Inspections Of 210 Portable Fire Extinguishers At The Medical Center Campus; Including Annual Inspection, Tags, And Recharge For Each Extinguisher. Annual And Monthly Inspection Cannot Be Combined On The Inspection Tag.
monthly Test Of The 21 Eye Wash Stations And 1 Emergency Showers/eye Wash Combo. Report Will Include Valve Operation, Flow Rates And Temperature.
annual Testing Of 21 Eye Wash Stations And 1 Emergency Showers/eye Wash Combo According To The Manufacturer's Inspection Procedures To Ensure Continued Conformance With American National Standards Institute (ansi) 358.1 And Maintaining A Written Record Of The Procedures Used And The Testing Date. The Va Will Provide What Will Be Required To Meet Ansi 358.1 Standard.
monthly Testing And Maintenance On Approximately 95 Emergency Lights At The Medical Center Campus. Annual And Monthly Testing Will Follow The Current Nfpa 101 Periodic Testing Of Emergency Lighting Equipment Code. Annual Test Will Include New Annual Test Stickers. Battery Replacement Will Be The Responsibility Of The Contractor.
monthly Testing Of The Firefighter Recalls For All Elevators. Testing Will Follow Asme Al 7.1 Standards. Three (3) Elevators Are Located In Bldg. 1, Three (3) In Clinical Addition, And One (1) In Bldg. 20.
contractor Shall Be Responsible For Development Of A Full Inventory Of All Inspected Devices That Will Include A Unique Identifier For Each, Its Location, Inspection Frequency And Device Type.
community Based Outreach Center And Rosebud Facility
annual Full Maintenance On (1) Wet Sprinkler Risers At Mon Co. Cboc And Rosebud Facility.
quarterly Testing Of Water Flow And Tampers Devices At The Mon Co. Cboc And Rosebud Facility. Valves Will Be Fully Exercised Annually To Operate The Tamper Switch. Flow And Pressure Switches Will Be Operated With Water Flow When Possible.
quarterly Inspection Of (1) Fire Department Connections At Rosebud Facility.
monthly Inspection Of Eyewash Stations In Each Cboc Location.
monthly And Annual Inspection Of Approximately 40 Total Portable Fire Extinguishers At The Tucker, Braxton, Wood, And Monongalia County Cboc's, Monongalia County Veterans Outreach Center And Rosebud Combined, Including Annual Inspection, Tags. Annual And Monthly Inspection Cannot Be Combined On The Inspection Tag.
annual Inspection And Full Maintenance As Well As Monthly Inspection On Approximately 80 Emergency Lights At Tucker, Braxton, Wood, And Monongalia County Cboc's, Monongalia County Veterans Outreach Center Combined. Annual And Monthly Testing Will Follow The Current Nfpa 101 Periodic Testing Of Emergency Lighting Equipment Code. Annual Test Will Include New Annual Test Stickers. Battery Replacement Will Be The Responsibility Of The Contractor.
annual Testing Of Fire Alarm Systems:
braxton Co. Cboc, (1) Fire Alarm Panel, (3) Manual Pull Stations, (9) Smoke Detectors, (8) Visual Horns/strobes.
wood Co. Cboc, (1) Fire Alarm Panel, (3) Manual Pull Stations, (3) Smoke Detectors,
(2) Duct Detectors, (4) Heat Detectors, (7) Horns And (3) Horn/strobes.
mon Co. Cboc, (1) Fire Alarm Panel, (4) Manual Pull Stations, (4) Smoke Detectors,
(12) Speaker/strobes,
tucker Cboc, (1) Fire Alarm Panel, (3) Manual Pull Station, (8) Smoke Detectors, (2) Duct Detectors, (11) Strobes And (3) Horn/strobes
rosebud, (1) Fire Alarm Panel, (12) Smoke Detectors, (7) Speaker/strobes
contractor Shall Be Responsible For Development Of A Full Inventory Of All Inspected Devices That Will Include A Unique Identifier For Each, Its Location, Inspection Frequency And Device Type.
24/7 Emergency Service Will Be Provided By The Contractor. The Contractor Shall Be Required To Respond By Telephone Within Two (2) Hours And Have A Service Person Onsite Within Four (4) Hours Of Being Contacted By The Department Of Veteran Affairs.
the Work Included In This Item (1) Does Not Cover Hard Wiring.
contractor Shall Be Responsible For All Labor, Parts, And Transportation To Provide Inspection, Maintenance And 24-hour Emergency Service To The Emergency Alarm System At The Louis A. Johnson Va Medical Center, Located In Clarksburg, Wv. The Work For This Portion Of The Contract Includes The Following;
main Building- Three (3) 4100 Panels And Nine (9) 4009 Nac Power Extenders
bldg. 5- One (1) 4010 Panel
bldg. 7- One (1) 4010 Panel And One (1) 4009 Nac Power Extender
bldg. 6 - One (1) 4010 Panel
bldg. 20- One (1) Game Well Panel
bldg. 22 - One (1) 4100 Panel
parking Garage One (1) 4100 Panel
four (4) Annunciator Led Type (aod, Operator, Main Entrance, Bp)
battery Testing Will Be Required For All Panels.
two (2) True Site Systems (fire Alarm Panel Room And Safety Office)
forty-five (45) Initiating Devices- Duct Detectors
thirty-eight (38) Initiating Devices - Heat Detectors - Non-restorable
two Hundred (200) Initiating Devices - Smoke Detectors - Photoelectric (includes Sensitivity Testing And Cleaning)
one Hundred Forty-five (145) Initiating Devices - Fire Alarm Box, Manual, Un-coded.
eighty (80) Alarm Notification Appliance - Fire Alarm Visual Devices.
sixty (60) Alarm Notification Appliance - Fire Alarm Audio Devices.
three Hundred Seventy-five (375) - Alarm Notification Appliance - Fire Alarm Audio/visual Devices.
twenty-nine (29) Door Closers
monthly Inspections For The Carbon Monoxide Detectors At The Medical Center (1) In Bldg. 5
24/7 Emergency Service
establish And Maintain The Communications Link/ Monitoring Service Between The Medical Center Campus' Alarm Systems And The Local Fire Station On A Twenty-four-hour, Seven Day Per Week Basis. Signals Must Be Ul Listed. The Va Has Already Established Two Dedicated Lines. Quarterly Reports Must Be Furnished By The Contractor On A Separate Report With The Time, Date, And The Amount Of Time To Transmit, To Assure That The System Is Functioning.
36c24519c0060
page 10 Of30
all Necessary Programming Of Simplex Equipment To All Points.
the Work Included In This Item (2) Does Not Cover Hard Wiring
fire And Smoke Damper Testing:
test And Inspect A Different 25% Of All Dampers Annually, 100% Will Be Tested At The End Of 4 Years, (162 Dampers Located In 2016 Are Testable). Contractor Will Spend Up To 4 Additional Hours A Year Locating Additional Dampers Missed In Previous Years. A Label Will Be Placed On The Outside Of The Damper. A Detailed Report Will Be Provided Which Will Include Photograph Of The Dampers, Open And Closed, Type Of Damper. The Va Will Provide Drawings That The Contractor Will Then Mark The Location Of The Dampers.
all Inspectors On Site Will Carry A Minimum Of Nicet Level 2 For Sprinkler And Fire Alarm Inspections.
there Will Be One Person Of Contact For All The Listed Locations
each Report Will Be Broken Down By Building And Inspection Type. Example, Bldg. I Sprinkler, Bldg. 5 Co2, Bldg. 2 Emergency Lights
each Report Is To Include The Following:
unique Identifier Of Each Device Inspected In Relation To The Full Inventory List.
the Results Of The Inspected Device.
how Each Device Was Inspected Or Tested.
a Recommendation For Correction Of Deficiency Noted.
the Conclusion Of Each Inspection Is To Be Reviewed Concurrently With The Cort And Appropriate Representative From The Inspection Company.
reports Will Be Electronic And Sent By E-mail At The Completion Of Each Inspection.
all Work Performed Under This Contract Shall Be In Accordance With All Applicable Codes And Standards, Including But Not Limited To Nfpa, Jacho, Ansi, Asme And Va Standards.
the C&a Requirements Do Not Apply. A Security Accreditation Package Is Not Required.
for Emergency Repairs, The Contractor Shall Be Required To Respond By Telephone Within Two (2) Hours And Have A Service Person On-site Within Four (4) Hours Of Being Contacted By The Department Of Veteran Affairs.
records Management Obligations
a. Â applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Â
b. Â definitions
Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. Â
the Term Federal Record:
includes Lajvamc Records.â
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Lajvamc Contract.
may Include Deliverables And Documentation Associated With Deliverables.
c. Â requirements
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â
in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â
in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â
lajvamc And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Lajvamc Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of  any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Lajvamc .the Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Lajvamc Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Lajvamc Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Lajvamc Policy.â
the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Lajvamc Information That Are Not Specifically Tied To Or Authorized By The Contract.â
the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â
the Lajvamc Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Lajvamc Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
training. Â all Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Lajvamc-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â
[note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor.]â
d. Â flow Down Of Requirements To Subcontractors
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â
violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
â
locations:
louis A Johnson Va Medical Center
1 Medical Center Drive, Clarksburg, Wv 26301
braxton Co. Community Based Outreach Center (cboc) 93 Skidmore Lane, Sutton, Wv 26601
monongalia Co. Community Based Outreach Center (cboc) 40 Commerce Drive, Suite 101, Westover, Wv 26501
tucker Co. Community Based Outreach Center (cboc) 260 Spruce Street, Parsons, Wv 26287
monongaliaco. Veterans Outreach Center 34 Commerce Drive, Suite 101
westover, Wv 26501
wood Co. Community Based Outreach Center (cboc) 2311 Ohio Avenue, Suite A, Parkersburg Wv 26101
rosebud Facility
513 Rosebud Plaza, Clarksburg, Wv 26301
Closing Date10 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Description: Combined Synopsis/solicitation For
commercial Products And Services
general Information
document Type:
combined Synopsis/solicitation
solicitation Number:
36c24125q0209
posted Date:
1/30/2025
original Response Date:
2/3/2025
current Response Date:
2/3/2025
product Or Service Code:
j065
set Aside:
sdvosb
naics Code:
811210
contracting Office Address
network Contracting Office 1
1400 Vfw Parkway
west Roxbury Ma 02132
description
this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) 12.6 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Will Not Be Issued.
this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03 January 17, 2025.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34m. The Product Or Service Code Is J065. The Government Will Award A Firm-fixed-price (ffp) Contract Resulting From This Combined Synopsis/solicitation To The Responsible Offeror Whose Offer, Conforming To The Synopsis/solicitation, Will Be Most Advantageous To The Government (as Determined By The Solicitation Evaluation Criteria).
the Network Contracting Office 1 Is Seeking To Purchase Draeger V500 Overhaul Preventive Maintenance.
all Interested Companies Must Provide Quotations For The Following:
services
draeger V500 Overhaul Pm
purpose:
this Contract Aims To Provide The On-site Preventive Maintenance Of 20 Draeger V500 Ventilators For The Respiratory Department At The Va West Roxbury. This Is An Overhaul Pm For Each Of The 20 Devices Required After The Fifth Year In Service.
background:
these Ventilators Are Life Support Devices And Critical For Patient Care. They Assist The Lungs In Working When People Can T Breathe Properly On Their Own.
scope:
the Contractor Will Perform Overhaul Pm Including Required Tests, Calibrations, And Function Tests Of The Draeger Ipm-l Device Check, Circuit Check, And Performance Checks.
parts Replaced In Each Pm: 6 Year Replacement Parts - (o2 Pressure Regulator,
spirolog Cable Harness & O2 Inlet Particle Filter), 2 Year Replacement Parts - (nimh
internal Battery, Air Inlet Filter & Ps500 Vrla Batteries), & Annual Replacement Parts - (fan Filter & Expiratory Membrane).
20 Ventilators Requiring This Pm Are As Listed By Serial #: Aslh-0049, Aslh-0050, Aslh-0051, Aslh-0052, Aslh-0053, Aslh-0054, Aslh-0055, Aslh-0056, Aslh-0057, Aslh-0058, Aslh-0059, Aslh-0075, Aslh-0076, Aslh-0077, Aslh-0078, Aslh-0079, Aslh-0080, Aslh-0081, Aslh-0082, Aslh-0083
contract Objectives
complete Draeger V500 Ventilator Pm S For The Ventilators List Above.
complete This Exchange In A Timely Manner So As Not To Disrupt Patient Care Flow Beyond Necessary Limits.
deliveries And Performance:
service Provided At Clinical Engineering Department 1400 Vfw Parkway, West Roxbury, Ma 02132
quality Assurance
batteries Must Hold A Charge For 24 Months.
security Requirements:
the Contractor Shall Follow All Government Rules And Regulations Regarding Information Security To Prevent Disclosure Of Sensitive Information To Unauthorized Individuals Or Organizations, And Shall Adhere To All Va Privacy & Security, The Privacy Act And Hipaa Requirements When Obtaining And Reviewing Information.
a. Applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists.
b. Definitions
Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them.
the Term Federal Record:
1. Includes Vha Records.
2. Does Not Include Personal Materials.
3. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vha Contract.
4. May Include Deliverables And Documentation Associated With Deliverables.
c. Requirements
1. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
2. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.
3. In Accordance With 36 Cfr 1222.32, The Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
4. Vha And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Vha Or Destroyed Except In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage, Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, The Contractor Must Report To Vha. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
5. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And
confidentiality Of This Information, Data, Documentary Material, Records, And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records, And/or Equipment Is No Longer Required, It Shall Be Returned To Vha Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand-carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
6. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material, And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Vha Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
7. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vha Policy.
8. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vha Information That Is Not Specifically Tied To Or Authorized By The Contract.
9. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
10. The Vha Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Vha Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
11. Training. All Contractor Employees Assigned To This Contract Who Create, Work With Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
** Vha Training For Contractors Is Available In Talent Management System (tms):
records Management For Records Officers And Liaisons, Item #3873736
d. Flow Down Of Requirements To Subcontractors
1. The Contractor Shall Incorporate The Substance Of This Clause, Its Terms, And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.
2. Violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
the Period Of Performance Is 2/15/2025 5/15/2025.
place Of Performance
1400 Vfw Parkway
west Roxbury Ma 02132
award Will Be Made To The Quoter That Offers The Best Value To The Government, Considering Technical Capability, Past Performance, And Price. The Government Will Evaluate Information Based On The Following Evaluation Criteria: 1) Technical Capability Factor Meeting Or Exceeding The Requirement, 2) Past Performance, And 3) Price.â â
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Acquisition.gov.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Sep 2023
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available.
The Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation:
e.2 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3.
(a) Definitions. As Used In This Provision
Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
(b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To
(i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or
(ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services.
(d) Representations. The Offeror Represents That
(1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And
(2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That
It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section.
(e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(ii) For Covered Services
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision.
(2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer:
(i) For Covered Equipment
(a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known);
(b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And
(c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(ii) For Covered Services
(a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or
(b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision.
(end Of Provision)
52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023)
(a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition.
(b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition.
(c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition.
(2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)).
(3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation.
(d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e).
(e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer:
(1) Name Of The Product Or Service Provided To The Government;
(2) Name Of The Covered Article Or Source Subject To A Fascsa Order;
(3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror;
(4) Brand;
(5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number);
(6) Item Description;
(7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used;
(f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver.
(end Of Provision)
52.216-1 Type Of Contract (apr 1984)
The Government Contemplates Award Of A Firm-fixed-price, Requirements Contract Resulting From This Solicitation.
(end Of Provision)
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Provision)
far Number
title
date
52.204-7
system For Award Management
nov 2024
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.229-11
tax On Certain Foreign Procurements Notice And Representation
jun 2020
852.239-75
information And Communication Technology Accessibility Notice
feb 2023
(end Of Addendum To 52.212-1)
far 52.212-2, Evaluation Commercial Products And Commercial Services Nov 2021
addendum To 52.212-2 Evaluation Commercial Products And Commercial Services
basis For Award. The Government Will Issue A Purchase Order To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered.
the Following Factors Shall Be Used To Evaluate Quotations:
technical
past Performance
price
evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following:
technical Or Quality: The Quotation Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation.
past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis.
price: The Government Will Evaluate The Price By Adding The Total Of All Line Item Prices, Including All Options. The Total Evaluated Price Will Be That Sum.
(end Of Provision)
far 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services May 2024
offerors Must Complete Annual Representations And Certifications Online In The System For Award Management (sam) In Accordance With Far 52.212-3. If Paragraph (b)(2) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services Nov 2023
addendum To Far 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services
Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available.
The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract:
far Number
title
date
852.232-72
electronic Submission Of Payment Requests
nov 2018
vaar 852.242-71 Administrative Contracting Officer (oct 2020)
The Contracting Officer Reserves The Right To Designate An Administrative Contracting Officer (aco) For The Purpose Of Performing Certain Tasks/duties In The Administration Of The Contract. Such Designation Will Be In Writing Through An Aco Letter Of Delegation And Will Identify The Responsibilities And Limitations Of The Aco. A Copy Of The Aco Letter Of Delegation Will Be Furnished To The Contractor.
(end Of Clause)
52.252-2 Clauses Incorporated By Reference (feb 1998)
This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Clause)
far Number
title
date
52.203-17
contractor Employee Whistleblower Rights
nov 2023
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
852.203-70
commercial Advertising
may 2018
852.215-70
service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (deviation)
jan 2023
852.215-71
evaluation Factor Commitments
oct 2019
852.246-71
rejected Goods
oct 2018
(end Of Addendum To 52.212-4)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services Jan 2025
the Following Subparagraphs Of Far 52.212-5 Are Applicable: (a)(1)-(7), (b)(5), (b)(9), (b)(11)(i), (b)(12), (b)(18), (b)(26), (b)(31), (b)(32), (b)(33), (b)(34), (b)(36), (b)(39), (b)(46), (b)(51), (b)(55), (b)(56), (b)(59), (b)(63), (c)(1), (c)(5), (c)(7), (c)(8), (d)(1)-(3), (e)(1)-(2)
all Quotations Must Be Sent To The Point Of Contract Below.
this Is An Open-market Combined Synopsis/solicitation For Services As Defined Herein.â the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. To Facilitate The Award Process, All Quotes, Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
The Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition.
or
The Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:
quoter Must List Exception(s) And Rationale For The Exception(s)>. Quotations That Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
submission Must Be Received No Later Than 2/3/2025 At 7:30 Am At Manases.cabrera@va.gov
late Submissions Will Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Contract Specialist, Manases Cabrera, At Manases.cabrera@va.gov.
point Of Contact
manases Cabrera, At Manases.cabrera@va.gov.
Closing Date3 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Software and IT Solutions
Philippines
Details: Description Interactive Touch Screen With Ops 1 Unit Display Panel Display: 86" Diagonal 4k Resolution 20-point Touch Screen Display Touch Surface: Scratch Resistant, Anti- Glare Speaker: Internal Speaker Display Placement: Wall/ Rolling Floor Stand Open Pluggable Slot Processor & Chipset: Core I5, 4-cores And 64 Bit Or Its Equivalent Internal Memory: 8gb Ddr4 Storage: 240 Gb Ssd Io Ports: Usb 2.0/ 3.0, Lan (rj45), Hdmi/ Vga, Audio In/out, Ops Features: Whiteboard Features: Whiteboard Features: Whiteboard Features: Whiteboard Features: Whiteboard Wireless Interactive Presentation Solution Wireless Interactive Presentation Solution Wireless Interactive Presentation Solution Wireless Interactive Presentation Solution Wireless Interactive Presentation Solution Wireless Simultaneous Connection (up To 3 Devices) Power: 240 Vac Software Operating System: Licensed Oem Windows 11 Professional 64 Bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: Recovery Media For All Drivers And Utilities Stored In Any Electronic Storage Media It Must Be Properly Labelled And Virus Free Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferrable. It Must Be Licensed And Named After Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwh.gov.ph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Be Present A Certificate As A Certified Csp Direct Partner In The Philippines. Management Software: All Necessary Management Software Tools. Accessories Casing: Industrial Casing With Panel Stand Mounting Kit: Mounting Bracket/ Rolling Floor Stand Stylus: Manufacturer's Standard Remote Control: Manufacturer's Standard (with Batteries) Power Cables, Patch Cord (cat 5e, Factory Crimped With Rj45 Connector, Cable And Connectors: 5 Meters, Preferably Color Orange), Vga/ Hdmi Cables, Remote Control, And All Necessary Cable And Connectors. Brand And Model: Must Be International Brand Name With Existence Of At Least Ten (10) Years In The Philippines. Unit Model Must Be In "current Catalog And Not-end Of Life. " Components: All Components Must Be Same Brand As Interactive Touch Screen (except The Ups) And Factory Installd And New. The Supplier Is Not Allowed To Change Or Add Components To The Equipment. "regulatory: Energy Star Certified " (with Energy Star Stamp). For Interactive Touch Screen That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or A Test Report From A Recognize Body To Demonstrate Compliance To This Requirements. Documentation And Media: The Equipment Shall Be Supplied With The Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Is Required To Provide A 1-year Warranty On All Parts And Associated Software And Onsite Labor From " The Date Of The Inspection And Acceptance Report (iar). " Technical Support: The Local Technical Support Through Telephone And Email, 8 Hours Per Day (8:00 A.m - 5:00 Pm), 5 Days A Week (monday To Friday) For Problem Resolution. Support Shall Have A Response Time To Next Business Day X-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x
Closing Date19 Feb 2025
Tender AmountPHP 435 K (USD 7.5 K)
Civil Aviation Authority Of The Philippines Iloilo Airport - CAAP Tender
Others
Philippines
Details: Description Item Description "quantity (qty)" 1.0 Air Freshener Scented Gel 180g ,gel Freshener Is A Deodoriser And Air Freshener Fragrance-mix With Exclusive Technology That Provides Long-lasting Fragrance And Odour-elimination For Our Homes, Offices, Cars And Beyond. Its Adjustable Holder Allows You To Easily Control The Level Of Fragrance To Perfectly Fit Any Small To Medium Area, With Fda Approved, Non-corrosive, Eco-friendly (patented And Trusted Brand) 12 Canister 2.0 Air Freshener, Car Gel 70g A Large Variety Of Rich Fragrances At Great Value; Simple To Use With No Outlets And Batteries Needed; Fragrance Strength Can Be Adjusted By Raising And Lowering The Top Lid,with Fda Approved, Non-corrosive,eco-friendly (patented And Trusted Brand) 12 Canister 3.0 Bathroom Deodorizer,100 Grams, Without Holder Branded (scents : Lemon, Samba,apple, Strawberry, Jasmine, Sampaguita, Melon) With Fda Approved, Non-corrosive, Eco-friendly (patented And Trusted Brand) 150 Pcs 4.0 Insect Repellant Spray, 500 Ml, Branded (aerosol Type,extra Killing;scented, Eco-friendly; Kills Mosquitoes, Cockroaches, And Flies; No Irritating Smell;it Contains Natural Citrus Extracts From Oranges, Giving It A Fresh Citrus Scent And None Of The Usual Kerosene Smell. It Leaves No Lasting Odor), With Fda Approved, Non-corrosive, Eco-friendly (not Refill Or Repacked By The Bidder/supplier) (patented And Trusted Brand Undergone And Passed Quality Control) 24 Bottles 5.0 Chemical Gloves, Synthetic Rubber Material For General Chemical Resistance, Patented And Trusted Brand Undergone And Passed Quality Control) 12 Pairs 6.0 Dust Pan, With Handle, Plastic, Durable, Big, Height 580mm, Length 265mm, Width 241mm 24 Pcs 7.0 Tissue, Brown Jumbo Roll, 200m/roll, Individually Vacuum Wrapped), 12 Pcs/box, With Fda Approved, (patented And Trusted Brand) 150 Boxes 8.0 Liquid Hand Soap, Anti-bacterial Hand Soap And Kills 99.9% Of Germs And Bacteria; Kills 100 Illness Causing Germs, Ph Balance Formulation, Enriched With Added Mositurizers To Keep Skin Moisturized And Nourished; For Hospitals, Kitchens, Clinic,etc. (floral, Apple And Lemon Scents)with Fda Approved, Non-corrosive,eco-friendly, Not Refill Or Repacked By The Bidder/supplier) (patented And Trusted Brand Undergone And Passed Quality Control 50 Gallons 9.0 Mop Head, Yellow,rayon Mop With Handle, Yellow Non-woven Polyvinyl Acetate, Mop Head 100% Rayon; Unique 3-layer Heavy Duty Strip; Made Of Highly Absorbent Material,cleans Thoroughly Without Scratching; Easy To Rinse Durable, Long-lasting; Ultra Light Weight, High Water Absorption, (patented And Trusted Brand) 30 Pcs 10.0 Long Floor Dust Mop Head Refill (patented And Trusted Brand) 12 Pcs 11.0 Long Floor Dust Mop Head With Handle (bracket) (patented And Trusted Brand) 6 Pcs 12.0 Floor Cleaner, Concentrated, General Purpose Cleaner Containing A Blend Of Nanionic And Anionic Surfactants For Effective Cleaning, No-rinse, Non-dulling General Purpose Cleaner For Floor Care 5l, Lemon Scent With Fda Approved, Non-corrosive, Eco-friendly, Not Refill Or Repacked By The Bidder/supplier) (patented And Trusted Brand Undergone And Passed Quality Control 20 Gallons
Closing Date6 Feb 2025
Tender AmountPHP 500.7 K (USD 8.5 K)
City Of Zamboanga Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description City Government Of Zamboanga Purchase Request No.: 100-25-01-0340/january 16, 2025 Bids And Awards Committee Villalobos St., Zamboanga City Office Of The: Ocenr Amount: P155,000.00 Sf-good-60 Request For Quotation (53.9 “small Value Procurement”) Sjr Consumer Good Trading Janlee Trading Complex 5mj Marketing Date: February 03, 2025 Quotation No.: 0110 Place Of Delivery: City General Services Office Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions On The Philippine Bidding Documents On Goods, Stating The Shortest Time Of Delivery, And Submit Your Quotation Duly Signed By Your Representative On Or Before February 07, 2025 At 10:00 A.m. Atty. Alexander Eric F. Elias Bac-chairperson Note: All Entries Must Be Typewritten / Legibly Written. 1. Delivery Period.ten (10) Calendar Days. 2. Warranty Shall Be For Three (3) Months For Expendable Supplies And One (1) Year For Non-expendable Supplies From The Date Of Acceptance By The Procuring Entity. 3. Price Validity Shall Be For Thirty (30) Calendar Days. 4. The G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation, If Available. 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 6. Indicate Brand Name And/or Model Of Items Being Offered. If The Brand Name And/or Model Is Not Applicable To The Item Being Offered Indicate The Country Of Origin. 7. Drop Your Quotation In A Sealed Envelope And Properly Labeled, 8. Bidders Are Requested To Submit Philgeps Registration Number/ Philgeps Platinum Certificate, Omnibus Sworn Statement, And Business/mayor’s Permit. 9. The Downloaded Form Must Be Duly Signed By The Bac Chairman Before Submission For The Opening Of Bidding Documents. 10. For Tires And Batteries, One (1) Year Warranty. 11. Bidders Are Required To Indicate Unit Price Per Item, Total And Grand Total, Typewritten Or Legibly Hand-written. 12. Bidders Are Required To Fill Up, Typewritten, Or Legibly Hand-written The Delivery Period, Warranty, And Price Validity. Item No. Item & Description Brand Name And/or Model Qty Unit Unit Price Total 1. Water Pump Specifications (minimum Requirements): - Brand New - 6.0 Hp Engine Type - Gasoline Fuel Type - 3 Liters Fuel Tank Capacity - Recoil Start – Starting System - Self Priming Suction Type - 3 Inches Inlet - 3 Inches Outlet - 8m Maximum Suction Head - Max Flow Rate 35 Cubic/hour - Complete With Standard Frame, Tools And Accessories Estimated Cost: P80,000.00 2 Unit 2. Power Washer Specifications (minimum Requirements): - Brand New - 1.5 Hp Motor Copper Winding - 30 Meters Pressurized Hose - With 5 Meters Intake Hose With Strainer - With 4 Units Sprayer - Complete With Standard Accessories Estimated Cost: P45,000.00 3 Unit 3. Air Compressor Specifications: - 2 Horse Power (minimum) - 20 Meters Chemical Hose With Air Chuck - 2 Units Tyre Gauge Estimated Cost: P30,000.00 1 Unit Purpose For Official Use In The Office Of The City Environment And Natural Resources, This City Delivery Period : Warranty : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At The Prices Noted Above. ____________________________ Printed Name / Signature ____________________________ Tel. No. / Cellphone No. E-mail Address _______________ Date
Closing Date7 Feb 2025
Tender AmountPHP 155 K (USD 2.6 K)
8191-8200 of 8378 archived Tenders