Biometric Tenders
Halang Elementary School Tender
Publishing and Printing
Philippines
Details: Description Annex B Quantity Unit Of Measure Item Description January 2025 30 Pcs Pilot Sign Pen Blue (liquid Or Gel) 0.5 30 Pcs Pilot Sign Pen Black (liquid Or Gel) 0.5 30 Pcs Pilot Sign Pen Green (liquid Or Gel) 0.5 30 Pcs Tape, Masking 24mm 30 Pcs Tape, Masking 48mm 30 Pcs Tape, Transparent 24mm 30 Pcs Tape, Transparent 48mm 30 Pcs Flat File Folder With Fastener, Long (royal Blue) 30 Pcs Flat File Folder With Fastener, A4 (royal Blue) 10 Packs Toilet Tissue Paper 2ply, 12 Rolls Per Pack 10 Packs Femme Interfolded Paper Towels, 120 Pulls – 3packs 50 Packs Trash Bag, Xl 10 Pcs./packs 50 Boxes Well’s Vinyl Paper Clip, 33mm 20 Bundle Excellent Writing Pad, Grade 1 – 10pads/bundle 20 Bundle Excellent Intermediate Pad, 10pads/bundle 30 Pack Surf Detergent Powder, 6pcs/pack 3 Pcs Home Gallery Tornado Mop Medium 30 Bottles Young’s Liquid Handsoap-melon, 500ml 30 Bottles Dishwashing Soap, Calamansi 1.5 Liters 18 Pcs Rags, All Cotton, 1 Kilo Per Bundle 30 Pcs Scotch Brite Delicate Foam, Original 30 Bottles Zonrox Original, 1 Liter 11 Cans Floorwax, Natural Color 28 Pcs Elmer’s Glue, Multipurpose, Original 130grams 2 Boxes Faber Castle Black Ballpen, 50pcs/box 2 Boxes Faber Castle Green Ballpen, 50pcs/box 2 Boxes Faber Castle Blue Ballpen, 50pcs/box 1 Unit Biometrics Face Scanner February 2025 30 Bottles Alcohol, Casino Ethyl, 500ml 70% 5 Pack Expanded Press Board Folder Green, 10pcs/pack 28 Pcs Tape Dispenser, Big 30 Pack Trash Bag Xl 10pcs/pack 30 Pack Trash Bag Xtra-xl 10pcs/pack 60 Pack Colgate Toothbrush For Kids (5pcs/pack) 50 Sachet Colgate Toothpaste Regular White (22g-6s) 15 Reams A4, Hard Copy Bondpaper, Substance 20 5 Reams Legal, Hard Copy Bondpaper, Substance 20 30 Pcs G-tec-c3 Roller Ballpen 0.3 20 Bundle Excellent Writing Pad, Grade 1 – 10pads/bundle 20 Bundle Excellent Writing Pad, Grade 2 – 10pads/bundle 20 Bundle Excellent Writing Pad, Grade 3 – 10pads/bundle 20 Bundle Excellent Writing Pad, Grade 4 – 10pads/bundle 20 Bundle Excellent Writing Pad, Grade 5 – 10pads/bundle 1 Unit Brother Dcp-t720dw Ink Tank Printer March 2025 10 Pcs Medals With Deped Seal, (gold) 6cm,30g 60 Pcs Medals With Deped Seal, (silver) 6cm,30g 60 Pcs Medals With Deped Seal, (bronze) 6cm,30g 2 Pcs Glue Gun Big 15 Packs Orange Photo Paper, 260gsm, 10sheets/pack 30 Boxes Parchment Paper 100sheets/pack 100 Packs Bright Vellum Board, A4 220gsm 10sheets/pack 50 Packs Bright Vellum Board, Legal 220gsm 10sheets/pack 60 Pcs Doormat Rug-rectangle 305 Roll Ribbon 5 Packs Expanded Press Board Folder Green (10pcs/pack) 30 Packs Trash Bag Xl 10pcs/pack 30 Packs Trash Bag Xtra-xl 10pcs/pack 12 Packs Neon Colored Paper, A4 250sheets/pack 12 Packs Neon Colored Paper, Legal 250sheets/pack 24 Boxes Mongol Pencil No.1, 12pcs/box 24 Boxes Mongol Pencil No.2, 12pcs/box 24 Boxes Mongol Pencil No.3, 12pcs/box 8 Pcs Hbw Matrix Heavy Duty Pencil Sharpener 10 Yards Geena Cloth (mocha Brown) 10 Yards Geena Cloth (white) 2 Pcs Long Folded Table Gray (heavy Duty)
Closing Date13 Jan 2025
Tender AmountPHP 191.3 K (USD 3.2 K)
Municipality Of Libagon, Southern Leyte Tender
Publishing and Printing
Philippines
Details: Description 1012 Reams Bond Paper, A4,70 Gsm 643 Reams Bond Paper, Long,70 Gsm 87 Reams Bond Paper, Short,70 Gsm 3 Reams Mimeo Paper,long 3 Reams Mimeo Paper, Short 1 Reams Bond Paper, A3, 70gsm 1 Boxes Continuos Form (11x14 7/8 3 Ply) 5 Reams Colored Paper, 8.5''x1180gsm, Green (250 Shts Per Pack) 2 Reams Colored Paper, 8.5''x1180gsm, Pink (250 Shts Per Pack) 2 Reams Colored Paper, 8.5''x1180gsm, Yellow (250 Shts Per Pack) 32 Btls Brother Ink Btd60, Black 16 Btls Brother Ink Bt5000, Cyan 15 Btls Brother Ink Bt5000, Magenta 15 Btls Brother Ink Bt5000, Yellow 138 Btls Computer Ink, 003, Black 50 Btls Computer Ink, 003, Yellow 44 Btls Computer Ink, 003, Cyan 45 Btls Computer Ink, 003, Magenta 3 Btls Epson Ink 004, Black 2 Btls Epson Ink 004, Cyan 2 Btls Epson Ink 004, Magenta 2 Btls Epson Ink 004, Yellow 6 Btls Epson Ink, L3110, Black,103 2 Btls Epson Ink, L3110, Yellow,103 2 Btls Epson Ink, L3110, Cyan,103 2 Btls Epson Ink, L3110, Magenta,103 39 Btls Epson Ink, L1300 T664, Black 15 Btls Epson Ink, L1300t664, Cyan 17 Btls Epson Ink, L1300 T664, Magenta 17 Btls Epson Ink, L1300 T664, Yellow 3 Btls Epson Ink 673, Black 3 Btls Epson Ink 673, Magenta 3 Btls Epson Ink 673, Light Magenta 3 Btls Epson Ink 673, Cyan 3 Btls Epson Ink 673, Light Cyan 3 Btls Epson Ink 673, Yellow 5 Btls Computer Ink Hp Gt-53, Black 3 Btls Computer Ink Hp Gt-52, Cyan 3 Btls Computer Ink Hp Gt-52, Magenta 3 Btls Computer Ink Hp Gt-52, Yellow 10 Btls Brother Ink Lc3617, Black 5 Btls Brother Ink Lc3617, Cyan 5 Btls Brother Ink Lc3617, Magenta 5 Btls Brother Ink Lc3617, Yellow 2 Btls Ink Black Hp Smart Tank 615 1 Btls Ink Magenta Hp Smart Tank 616 1 Btls Ink Cyan Hp Smart Tank 617 1 Btls Ink Yellow Hp Smart Tank 618 18 Sets Dye Sub Ink 19 Pcs. Toshiba Toner 2303a 1 Pcs. Toner 3 Pcs Toner Tn118 6 Btls Record Book,500 Pages 12 Pcs. Record Book,300 Pages 6 Pcs. Record Book,200 Pages 10 Pcs. Record Book,150 Pages 3017 Pcs. Folder Ordinary White,long Thick 530 Pcs. Folder Ordinary White,a4 849 Pcs. Folder Ordinary White,short 2 Btls. Whytebord Marker Ink,black 29 Pcs. Whytebord Marker,black 13 Pcs. Whytebord Marker,blue 1 Pcs. Whytebord Marker,red 324 Pcs. Sign Pen,0.5, Black 72 Pcs. Sign Pen, 0.5,black (refill) 17 Pcs. Sign Pen 0.5,red 41 Pcs. Sign Pen 0.5,blue 19 Pcs. Sign Pen, 0.4 Mm, Black 15 Pcs. Sign Pen, 0.4 Mm, Black, Refill 36 Pcs. Sign Pen, 0.4 Mm, Blue 12 Pcs. Sign Pen, 0.3, Blue 3 Pcs. Sign Pen, 0.7, Black 3 Pcs. Sign Pen, 0.7, Blue 492 Pcs. Ballpen, Black 213 Pcs. Ballpen, Blue 36 Pcs. Ballpen, Red 1 Pcs Quink Refill, Blue-black Ink 114 Btls. Alcohol,w/ Moisturizer (500ml) 70% 9 Gals Isoprophyl Alcohol W/ Moisturizer 70% 18 Pcs. Bath Soap, ,big 84 Pcs. Battery, Aa 52 Pcs. Battery, Aaa 16 Pcs. Rechargeable Battery Aa 1 Pcs. Rechargeable Battery Aaa 22 Sachet Detergent Powder 450g 162 Sachet Detegent Powder 70grms 20 Btl Liquid Detergent 900ml 20 Pcs. Stapler, # 35 W/ Remover 10 Pcs. Stapler # 35, Big 3 Pcs. Stapler, # 10 50 Boxes Staple Wire,#35 5 Pcs Staple Remover 1 Pcs. Mouse (wireless) 570 Pcs. Brown Envelope,long 124 Pcs. Brown Envelope,short 288 Pcs. Brown Envelope, A4 5 Pcs. Usb 8gb 2 Pcs. Usb 16gb 37 Boxes Plastic,fastener 5 Boxes Plastic,fastener,,long #18 17 Boxes Paper Clip, # 88 Jumbo 42 Boxes Paper Clip, Meduim 29 Boxes Paper Clip, Small 1 Pcs. Expandable File Envelope (long) 7 Boxes Push Pin 100's 6 Pcs. Filebox (single) (blue) 7 Pcs. Filebox (single) (red) 6 Pcs. Filebox (double) (blue) 2 Pcs. Arch File Folder, A4 (hard Cover Folder ) 5 Pcs. Arch File Folder, Long (hard Cover Folder) 6 Pcs. Side-clip-3-inch-lever Arch File Folder (a4 Size) 4 Pcs. Curtains (masso) 7 Ft. 12 Pcs. Curtains (tourism) 7 Pcs Curtains (pueeo) 12 Pcs Curtains (dilg) 6 Pcs Curtains (gso) 40 Pcs Curtains (bac) 5 Pcks. Specialty Paper A4,cream 40 Pcks. Specialty Paper, White,a4 500 Pcs. Specialty Paper, White 8.5x13"gsm 250 46 Pcs. Specialty Paper, White, Long (vellum) 16 Packs Sticker Paper A4, 100 Shts 8 Pcs. Calculator 12 Digits, 120bm 6 Pcs. Calculator 16 Digits, Heavy Duty 1 Pcs. Measuring Tape 50 Meters 21 Rolls Scotch Tape,2" 79 Rolls Scotch Tape,1" 16 Rolls Scotch Tape,1/2" 11 Rolls Double Adhesive Tape, 1/2'' 35 Rolls Double Adhesive Tape,1'' 21 Rolls Double Adhesive Tape,3/4'' 4 Rolls Desk Tray (3 Layer), Metal 48 Btls. Glue,130gms 2 Pcks. Stick Glue 7mmx190mm 16 Pcs Stick Glue (small) 10 Pcs Stick Glue (medium) 1 Pcs Glue Gun, Heavy Duty (meduim) 65 Pcs. Permanent Marker, Fine (black) 18 Pcs. Permanent Marker, Fine (blue) 2 Pcs. Permanent Marker, Fine (red) 29 Pcs. Permanent Marker,broad (black) 4 Pcs. Permanent Ink, Refill (black) 2 Pcs. Permanent Ink, Refill (blue) 18 Pcs. Puncher, Heavy Duty, Big 2 Pcs. Puncher, Heavy Duty, Midium 1 Pcs. Stamping Pad Red (large No.1 4 Pcs. Stamping Pad W/ Ink 3x5, Blue 1 Pcs. Stamping Pad (black) 2 Btls. Stamp Pad Ink,black 8 Btls. Stamp Pad Ink,blue 20 Pcs. Brooms,walis Tambo 13 Pcs. Brooms,walis Tingting 85 Pcs. Plastic Envelope,clear Long 25 Pcs. Plastic Envelope,clear Short 36 Pcs. Plastic Envelope,long W/handle 10 Pcs. Folder Jacket, Long 330 Pcs. Expanded Envelope, Assorted Colored Long, Glossy, W Garter 1 Pcs. Wall Clock (big) 12 Gallons Bleaching Liquid, (1 Gallon) 20 Btls. Toilet Bowl Cleaner, 500ml 4 Pcs Toilet Bowl Brush, W/ Holder, Plastic 2 Pcs Toilet Bowl Brush, W/long Handle 3 Gallons Muriatic Acid 500ml 17 Btls. Glass Cleaner W/ Spray, 500ml 30 Bundles Dtr (good Quality) 21 Pcs. Highlightener,pink,blue,yellow Green) 4 Pcs Highlighter Pen 16 Rolls Packing Tape (2"x 100m Clear) 35 Pcs. Ring Binder 1" 20 Pcs. Ring Binder 3/4" 20 Pcs Ring Binder 1/2" 35 Pcs. Ring Binder 5/16" 20 Pcs. Ring Binder 45 Mm 20 Pcs. Ring Binder (8mm Or 5/26) 8 Btls. Air Freshener,lemon Scent Spray, 30ml 6 Boxes Rubber Band,big ( 350g) 1 Boxes Pvc Cover (a4) (210mmx297mmx300mic) 34 Rolls Masking Tape 2" 17 Rolls Masking Tape 1' 2 Pcs. Trash Bin, Medium W/ Cover 20 Boxes Binder Clip (1 Inch) 10 Boxes Binder Clip (1 1/4 Inch) 9 Boxes Binder Clip (2 Inch) 3 Boxes Binder Clip (1.5 Inch) 8 Boxes Binder Clip (3/4 Inch) 3 Pcs Star File Storage Box (11x15x11) (artin Red) 20 Pads Sticky Notes Ass. Colors (2x3) 22 Pads Sticky Notes Ass. Colors (3x3) 6 Pads Sticky Notes (4n1) 5 Pc. Tape Dispenser 1 Pc. Tape Dispenser (1/2 Inch Tape) 2 Shts Laminating Film 250 Micron, A4 4 Unit Floor Mop W/ Bucket 20 Pcs Kalo (buli) 30 Pcs Plastic Envelope, Long 10 Pcs Plastic Envelope With Handle, Long 100 Pcs Cartolina Assorted Color 18 Rolls Garbage Bag Black, Xl 9 Rolls Garbage Bag Black, Medium 1 Bx Carbon Paper, Long (blue) 18 Pcs Scissors, Big 7 Pcs Scissors, Medium 8 Pcs. Dust Pan 2 Cans Floor Wax, Colorless (450grams) 2 Bxs Printer Ribbon (long Bar Lq2190) 16 Pcs Foot Rug (rubberized) 2 Set Gun Tacker (5/16"), T50 16 Boxes Gun Tacker Staple Wire (3/8")t50 1 Boxes Gun Tacker Staple Wire, T30 30 Pcs Bathroom Deodorizer,100g 1 Rolls Plastic Cover 48x50,/roll 5 Rolls Duct Tape 2'' 2 Pcs Door Mat (cloth) 6 Pcs Door Mat (rubber) 10 Pcs Gloves (cloth) 6 Pcs Insect Killer 550ml (odorless) 1 Pc Hdmi Cable 10 Mtrs 3 Pcs Fujifilm Toner Cartridge 5 Pcs Plastic Chair With Backrest 4 Pcs 2- Layer Office Storage Rack Printer Stand W/ Wheel (58 Cm Height) 5 Pcs Wireless Mouse 2 Pcs Computer Mouse Usb Type 1 Pcs Mouse Pad 6 Pcs Ruler (high Quality) 4 Pcs Ruler, Color Yellow 56 Pcs Pencil #2 2 Pc Pencil Sharpener (twin Piece) 5 Pcs Eraser 1 Pc Trash Can W/ Swing Cover (50l), Black 4 Pc Trash Can W/ Swing Cover (50l), Green 1 Pc Trash Can W/ Swing Cover (50l), Blue 1 Pc Trash Can W/ Swing Cover (50l), Orange 1 Pc Trash Can W/ Swing Cover (50l), Yellow 3 Rolls Plastic Straw 1 M Garden Hose (20 M) 100 Pcs Brown Paper Bag/brown Supot #8 6 Pcks. Cotton Balls 150s 200 M Nylone Rope No. 4mm 4 Pcs 4 Column File Data Storage Rack 4 Pcs Multi-color Index Label Sticky Notes (200 Notes) 4 Pcs Multi-color Index Label Sticky Notes (200 Notes) 12 Pcs Spoon 12 Pcs Fork 12 Pcs Clear Glass 12 Pcs Coffee Mug 6 Pcs Bowl Soup 12 Pcs Dinner Plate 2 Pcs Laddle 1 Pcs Cork Board 2x3 1 Pcs Extension Wire (5 Mtrs) 1 Unit Laminating Machine 1 Unit Biometric 2 Unit Office Chair 1000 Shts Tmcr Form 14x20.5 Inches 6 Bxs Mailing Envelope, Long 2 Pcs Venetian Blinds (5ft) 3 Pcs Blinds Cloth 10 Pcs Certificate Frame (glass) 1 Tube Mechanical Lead 10 Pcs Check Register Logbook 3 Pcs Binding Stapler (12n/24) W/ Stapler Wire 3 Pcs External Hard Drive 1tb 17 Pcs Storage Box, 120l 56 Pcs Manila Paper 20 Pcs Pvc Id Card 20 Pcs Certificate Holder, A4 3 Pcs Hand Towel 3 Btls. Hand Liquid Sanitizer Gel(225ml) 1500 Pcs General Ledger 1 Sets Berong Bumbero Mascot Head 28 Pcs Plaque (plastic, Blue) 240 Pcs Sticker Number 14 Pcs Tmcr Binder W/ Bolts 14x21.5 Inches 5 Pcs Philippine Flag (standard)
Closing Date24 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.2 K)
Santa Maria Water District Tender
Others
Philippines
Details: Description Invitation To Bid For Supply And Delivery Of Ict Equipment For Santa Maria Water District (re-bid) 1. The Santa Maria Water District, Through The Corporate Operating Fund For The Year 2025 Intends To Apply The Sum Of Three Million Seven Hundred Thirty-two Thousand Eight Hundred Sixty Pesos (php3,732,860.00) Being The Abc To Payments Under The Above Stated Contract With Reference No. Smwd-pb2025-g-04-006. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening For The Above Stated Project 2. The Santa Maria Water District Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Two (2) Months Upon Receipt Of Purchase Order Except For Server Which Shall Be Delivered Within Three (3) Months Upon Receipt Of P.o. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Which Is At Least Twenty Five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bid (lcrb) Who Was Determined As Such During Post-qualification Stage. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Santa Maria Water District And May View And Inspect The Bidding Documents In Philgeps And Santa Maria Water District’s Website At Wwwsmwdbulacan.gov.ph. 5. A Complete Set Of Bidding Documents May Be Downloaded By Interested Bidders On April 14, 2025 To May 7, 2025 In Philgeps And Procuring Entity’s Website. The Applicable Non-refundable Fee For The Bidding Documents Is Five Thousand Pesos (php 5,000.00) Pursuant To The Latest Guidelines Issued By The Gppb. The Fee Shall Be Paid By The Prospective Bidder To The Smwd’s Cashier Prior To Bid Submission. The Proof Of Payment, Official Receipt, Shall Be Presented To The Bac Secretariat Upon Submission Of Bidding Documents Or Send Through Electronic Means Prior To Bid Submission. 6. The Santa Maria Water District Will Hold A Pre-bid Conference On April 25, 2025 At 10:00 Am Face To Face Which Shall Be Open To All Prospective Bidders. The Address For Pre-bid Conference Is: 3rd Floor – Bac Room, Smwd Building No. 302 J.p. Rizal St., Poblacion, Santa Maria, Bulacan . 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission, Lbc Or Any Freight Service At The Office Address Indicated Below On Or Before 12:00 Pm On May 7, 2025. The Official Time Is The One Reflected In The Biometrics Located Near The Guard’s Place. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 7, 2025 1:00 Pm At The Given Address Below. Bid Opening Will Be Face To Face. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Maximum Of Two (2) Representative Of Each Bidder Will Be Allowed To Participate In Pre-bid Conference And Bid Opening 10. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid April 14-21, 2025 Issuance And Availability Of Bid Documents April 14, 2025 To May 7, 2025 Pre-bid Conference April 25, 2025 @10:00a.m Last Day Of Submission Of Written Clarification April 27, 2025 Last Day Of Issuance Of Bid Bulletin (if Any) April 30, 2025 Deadline For Submission Of Bids May 7, 2025 @ 12:00 P.m Opening Of Bids May 7, 2025 @ 1:00 P.m. 11. The Santa Maria Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Charito S. Fernando Bac Secretariat 3rd Floor, Smwd Building, No. 302 J.p Rizal St., Poblacion, Santa Maria, Bulacan Cp# (044) 815-3238 Or 0917-138-8683 Email Address: Smwdbulacan@yahoo.com Website: Smwdbulacan.gov.ph Date Of Issue: April 14, 2025 _______________sgd__________________ Maria Leonora S. Romarate Chairperson
Closing Date7 May 2025
Tender AmountPHP 3.7 Million (USD 66.8 K)
Santa Maria Water District Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid For Supply, Delivery, Installation, And Commissioning Of A Water Filter System In Pump Station No. 5 1. The Santa Maria Water District, Through The Corporate Operating Fund For The Year 2025 Intends To Apply The Sum Of Four Million Eight Hundred Twelve Thousand Five Hundred Pesos (p4,812,500.00) Being The Abc To Payments Under The Contract For Supply, Delivery, Installation, And Commissioning Of A Water Filter System In Pump Station No. 5 With Reference No. Smwd-pb2025-g-06-007. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Santa Maria Water District Now Invites Bids For The Above Procurement Project. Delivery Of The Goods And Completion Of The Project Is Required Within Four (4) Months Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Which Is At Least Fifty Percent (50%) Of The Abc. Only Qualified Manufacturers That Have Been Engaged In The Manufacture Of Water Filter Equipment For Not Less Than Fifty (50) Years Shall Be Considered. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Santa Maria Water District And May View And Inspect The Bidding Documents In Philgeps And Santa Maria Water District’s Website At Www.smwdbulacan.gov.ph. 5. A Complete Set Of Bidding Documents May Be May Be Acquired By Interested Bidders On June 5, 2025 To June 25, 2025 From The Given Address And Upon Payment Of A Non-refundable Fee Of Five Thousand Pesos (php5,000.00) Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Email Indicated Below. 6. The Santa Maria Water District Will Hold A Pre-bid Conference On June 13, 2025 At 10:00 Am Face To Face Which Shall Be Open To All Prospective Bidders. The Address For Pre-bid Conference Is: 3rd Floor – Bac Room, Smwd Building No. 302 J.p. Rizal St., Poblacion, Santa Maria, Bulacan 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission, Lbc Or Any Freight Service At The Office Address Indicated Below On Or Before 12:00 Pm On June 25, 2025. The Official Time Is The One Reflected In The Biometrics Located At The Ground Floor Of The Smwd’s Building. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 25, 2025 1:00 Pm At The Given Address Below. Bid Opening Will Be Held Manually And Face To Face. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid June 5, 2025 – June 12, 2025 Issuance And Availability Of Bid Documents June 5, 2025 – June 25, 2025 Pre-bid Conference June 13, 2025 @10:00a.m Last Day Of Submission Of Written Clarification June 16, 2025 Last Day Of Issuance Of Bid Bulletin (if Any) June 18, 2025 Deadline For Submission Of Bids June 25, 2025 @ 12:00 P.m Opening Of Bids June 25, 2025 @ 1:00 P.m. 11. The Santa Maria Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Maria Lourdes V. German Bac Secretariat 3rd Floor Smwd Building, No. 302 J.p Rizal St., Poblacion, Santa Maria, Bulacan Cp# 0917-138-8683 Landline: (044) 815-3238 Email Address: Smwdbulacan@yahoo.com Website: Smwdbulacan.gov.ph 13. For Viewing And Downloading Of Bidding Documents You May Visit: Http://notices.philgeps.gov.ph Https://smwdbulacan.gov.ph Date Of Issuance Of Bidding Documents: June 5, 2025 Sgd Maria Leonora S. Romarate Chairperson. Smwd Bids And Awards Committee
Closing Date25 Jun 2025
Tender AmountPHP 4.8 Million (USD 84 K)
Santa Maria Water District Tender
Chemical Products
Philippines
Details: Description Section I. Invitation To Bid Invitation To Bid For: Procurement Of Chlorine Dioxide Liquid Requirements Of The Smwd For Cy 2025 1. The Santa Maria Water District (smwd), Through The Corporate Operating Fund For The Year 2025 Intends To Apply The Sum Of One Million Three Hundred Ninety-eight Thousand Two Hundred Forty Pesos (php1,398,240.00) Being The Abc To Payments Under The Contract For The Procurement Of Chlorine Dioxide Liquid Requirements Of The Smwd For Cy 2025 With Identification No. Pb2024-smwd-g-12-012. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Santa Maria Water District Now Invites Bids For The Procurement Of Chlorine Dioxide Liquid Detailed As Follows: Qty Unit Description 2913 Set Chlorine Dioxide Liquid Delivery Of The Goods Is Required Within Seven (7) Days Upon Receipt Of Purchase Order (p.o). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Which Is At Least Twenty-five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Smwd-bids And Awards Committee (bac) Secretariat And May View And Inspect The Bidding Documents As Posted On The Websites Of The Smwd And The Philippine Government Electronic Procurement System (philgeps). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 To January 20, 2025 From The Given Address And Upon Payment Of A Non-refundable Fee Of Three Thousand Pesos (php3,000.00) Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Email Indicated Below. 6. The Santa Maria Water District Will Hold A Pre-bid Conference On January 8, 2025 At 10:00 Am Face To Face Which Shall Be Open To All Prospective Bidders. The Address For Pre-bid Conference Is: 3rd Floor – Bac Room, Smwd Building No. 302 J.p. Rizal St., Poblacion, Santa Maria, Bulacan 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission, Lbc Or Any Freight Service At The Office Address Indicated Below On Or Before 12:00 Pm On January 20, 2025. The Official Time Is The One Reflected In The Biometrics Located In The Ground Floor Of The Smwd’s Building. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 20, 2025 1:00 Pm At The Given Address Below. Bid Opening Shall Be Held Manually And Face To Face. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid December 27, 2024 To January 3, 2025 Issuance And Availability Of Bid Documents December 27 To January 20, 2024 Pre-bid Conference January 8, 2025 @10:00a.m Last Day Of Submission Of Written Clarification January 11, 2025 Last Day Of Issuance Of Bid Bulletin (if Any) January 15, 2025 Deadline For Submission Of Bids January 20, 2025 @ 12:00 P.m Opening Of Bids January 20, 2025 @ 1:00 P.m. 11. The Santa Maria Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Charito S. Fernando Bac Secretariat – 3rd Floor, Smwd Building No. 302 J.p Rizal St., Poblacion, Santa Maria, Bulacan Cp# 0917-138-8683 Or (044)815-3238 Email Address: Smwdbulacan@yahoo.com Website: Smwdbulacan.gov.ph 13. For Viewing And Downloading Of Bidding Documents You May Visit: Http://notices.philgeps.gov.ph Https://smwdbulacan.gov.ph Date Of Issuance Of Bidding Documents: December 26, 2024 Sgd Maria Leonora S. Romarate Chairperson, Smwd Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.8 K)
Santa Maria Water District Tender
Chemical Products
Philippines
Details: Description Section I. Invitation To Bid Invitation To Bid For: Procurement Of Calcium Hypochlorite Requirements Of The Smwd For Cy 2025 1. The Santa Maria Water District (smwd), Through The Corporate Operating Fund For The Year 2025 Intends To Apply The Sum Of One Million Four Hundred Ninety-six Thousand Pesos (php1,496,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Calcium Hypochlorite Requirements Of The Smwd For Cy 2025 With Identification No. Smwd-pb2025-g-03-004. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Santa Maria Water District Now Invites Bids For The Procurement Of Chlorine Calcium Hypochlorite Detailed As Follows: Qty Unit Description 176 Drum Calcium Hypochlorite Nothing Follows Delivery Of The Goods Is Required Within Seven (7) Days Upon Receipt Of Purchase Order (p.o). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Which Is At Least Twenty-five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Smwd-bids And Awards Committee (bac) Secretariat And May View And Inspect The Bidding Documents As Posted On The Websites Of The Smwd And The Philippine Government Electronic Procurement System (philgeps). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 28, 2025 To April 21, 2025 From The Given Address And Upon Payment Of A Non-refundable Fee Of Three Thousand Pesos (php3,000.00) Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Email Indicated Below. 6. The Santa Maria Water District Will Hold A Pre-bid Conference On April 10, 2025 At 10:00 Am Face To Face Which Shall Be Open To All Prospective Bidders. The Address For Pre-bid Conference Is: 3rd Floor – Bac Room, Smwd Building No. 302 J.p. Rizal St., Poblacion, Santa Maria, Bulacan 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission, Lbc Or Any Freight Service At The Office Address Indicated Below On Or Before 12:00 Pm On April 21, 2025. The Official Time Is The One Reflected In The Biometrics Located In The Ground Floor Of The Smwd’s Building. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 21, 2025 1:00 Pm At The Given Address Below. Bid Opening Shall Be Held Manually And Face To Face. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid March 28, 2025 To April 4, 2025 Issuance And Availability Of Bid Documents March 28, 2025 To April 21, 2025 Pre-bid Conference April 10, 2025 @10:00a.m Last Day Of Submission Of Written Clarification April 11, 2025 Last Day Of Issuance Of Bid Bulletin (if Any) April 14, 2025 Deadline For Submission Of Bids April 21, 2025 @ 12:00 P.m Opening Of Bids April 21, 2025 @ 1:00 P.m. 11. The Santa Maria Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Charito S. Fernando Bac Secretariat – 3rd Floor, Smwd Building No. 302 J.p Rizal St., Poblacion, Santa Maria, Bulacan Cp# 0917-138-8683 Or (044)815-3238 Email Address: Smwdbulacan@yahoo.com Website: Smwdbulacan.gov.ph 13. For Viewing And Downloading Of Bidding Documents You May Visit: Http://notices.philgeps.gov.ph Https://smwdbulacan.gov.ph Date Of Issuance Of Bidding Documents: March 28, 2025 Sgd Maria Leonora S. Romarate Chairperson, Smwd Bids And Awards Committee
Closing Date21 Apr 2025
Tender AmountPHP 1.4 Million (USD 26.3 K)
Department Of Agriculture Tender
Publishing and Printing
Philippines
Details: Description [svp-13- Oap- 2025] Request To Submit Proposal For Supply And Delivery Of Semi-expendable Ict Equipment, Ict Supplies, Office Supplies And Other Supplies For Use Of Oap Under Oap 2025 With An Approved Budget For The Contract Amounting To Two Hundred Eighty Six Thousand Pesos (p286,000.00) Pursuant To Alternative Method Of Procurement Specifically Negotiated Procurement-small Value Procurement Under Section 53.9 Under Ra 9184 And Its Revised Irr. The Department Of Agriculture Regional Field Office No. 5 (da Rfo 5), San Agustin, Pili, Camarines Sur Is Inviting Interested Suppliers To Submit Complete Bid Quotation For The Ff: Unit Item Description Qty Unit Cost Total Cost Bottles Bottles Bottles Bottles Boxes Boxes Pcs Pcs Bottles Pouches Bottles Unit Ict Supplies Printer Ink, Bottomless, Black, No. 003 Printer Ink, Bottomless, Cyan, No. 003 Printer Ink, Bottomless, Yellow, No.003 Printer Ink, Bottomless, Magenta, No. 003 Office Supplies Bond Paper, A4 (500 Pcs Per Ream), Substance 20 Bond Paper, Short (500 Pcs Per Ream), Substance 20 Other Supplies Advocacy Shirt, With Printed Logo, Sublimation Raincoat, Full Body Waterproof Thick Double Raincoat Jacket Jersey Toilet Cleaner, Ultra Thick Bleach, Pink Power Detergent Power, 1kg, Blossom Fresh Scent Dishwashing Liquid, 780 Ml, Kalamansi & Lemon Scent Semi-expendable-ict Equipment Geo-tagging Device Body Dimensions: 160.9 X 77.8 X 7.8 Mm (6.33 X 3.06 X 0.31 In) Weight: 199 G (7.02 Oz) Build: Glass Front (corning-made Glass), Glass Balck (corning-made Glass), Aluminum Frame Display Type: Super Retina Xdr Oled, Hdr10, Dolby Vision, 1000 Nits (typ), 2000 Nits (hbm) Size: 6.7 Inches, 110.2 Cm2 (~88.0% Screen-to-body Ratio) Resolution: 1290 X 2796 Pixels, 19.5:9 Ratio (~460 Ppi Density) Protection: Ceramic Shield Glass (2024 Gen) Platform Os: Ios 18, Upgradeable To Ios 18.2.1 Memory Internal: 256 Gb, 8 Gb Ram Cameradual: 48 Mp, F/1.6, 26 Mm (wide), 1/1.56", 1.0 Um, Dual Pixel Pdaf, Sensor-shift Ois12 Mp, F/2.2, 13mm, 120" (ultrawide), 0.7 Um, Dual Pixel Pdafsingle:12 Mp, F/1.9, 23mm (wide), 1/3.6", Pdaf, Sl 3d, (depth/biometrics Sensor) Comms Wlan: Wi-fi 802 11 A/b/g/n/ac/6/7, Tri-band, Hotspot Bluetooth: 5.3, A2dp, Le Positioning: Gps, Glonass, Galileo, Bds, Qzss Battery Type: Li-ion 4674 Mah Misc Color: Black Test 20 20 20 20 5 5 35 10 20 20 20 4 250.00 250.00 250.00 250.00 2,000.00 2,000.00 800.00 800.00 200.00 300.00 200.00 49,000.00 5,000.00 5,000.00 5,000.00 5,000.00 10,000.00 10,000.00 28,000.00 8,000.00 4,000.00 6,000.00 4,000.00 196,000.00 Grand Total ₱286,000.00 The Agency Intends To Apply The Amount Of Two Hundred Eighty Six Thousand Pesos (p286,000.00) As The Approved Budget For The Contract. As Per Approved Purchase Request And Considering The Nature Of Requisition Being Not More Than One Million Pesos (php1,000,000.00) And In Order To Fast-track The Implementation Of The Program, This Procurement Is Facilitated Thru Negotiated Procurement-small Value Procurement Under Section 53.9 Of Ra 9184 And Its Revised Irr. As Such, Rfk General Merchandise. Pili, Cam. Sur, Allan Justine General Merchandise , Magarao, Cam. Sur, Erivan General Merchandise, 0585 Sapphire St., Lomeda Subd. San Felipe, Naga City, And All Interested Bidders Are Hereby Requested To Submit The Following Documents: 1. Mayors Permit (updated Or Proof Of Renewal) 2. Dti/sec/cda Registration 3. Philgeps Registration 4. Omnibus Sworn Statement 5. Bir Registration The Bidders Are Required To Pay Php500.00 For Bid Documents To The Cashier’s Office, Da Rfo-5, Pili, Camarines Sur. All Submitted Documents Must Be In Duplicate And Marked With Index/ear Tabs Or Side-end Tabs To Identify The Page Components, Otherwise, Bids Will Be Automatically Rejected On The Ground Of Non-compliance With The Prescribed Bid Requirements Sealed Bid Must Be Received By Bac Secretariat, Da Rfo 5 Not Later Than 9:00am Of March 17, 2025 At Fod Building, Da Rfo-5, Pili, Camarines Sur. Opening Of Proposal Will Be On The Same Date And Time. Let This Invitation Be Posted Pursuant To Ra 9184 And Its Irr. For More Information Please Email At Bacrfo5@gmail.com. Da-bac Secretariat Office. 12 March 2025, San Agustin, Pili, Camarines Sur. Lorenzo L. Alvina Oic, Rtd For Research And Regulations Chairperson, Bids And Awards Committee
Closing Date17 Mar 2025
Tender AmountPHP 286 K (USD 4.9 K)
Board Of Investments Makati City Metro Manila Tender
Software and IT Solutions
Philippines
Details: Description 1. About The Procuring Entity The Board Of Investments (boi) Is An Attached Agency Of The Department Of Trade And Industry (dti) That Is The National Government Entity Responsible For The Promotion Of Investments For Both Foreign And Domestic, In Accordance With Executive Order No. 226, Also Known As The Omnibus Investments Code Of 1987, And The Recently Approved R.a. 11534 Or The Create Law. The Boi Seeks To Attract Quality Investments That Will Encourage Technological Innovations And Provide Support For Industries To Seize The Opportunities And Challenges Of Global Competition And Demands. The Agency Envisions Itself As A Global Industry Promotion Agency By 2022 Guided By The Core Values Of Integrity, Excellence, Teamwork And Passion For Knowledge. Its Mission Is To Provide Investors With Opportunities For Investments, Comprehensive Business Support Services And Fair Predictable And Consistent Industry Policies. The Current State Of The Economy Due To The On-going Pandemic Makes It More Imperative For Boi To Continuously Aim For Work Excellence, As It Is An Agency, Which Is At The Forefront Of Enticing Investments Into The Country. 2. Project Overview/objectives In Order To Effectively Fulfill The Mandate And Facilitate The Delivery Of Boi’s Core And Support Functions, A 24/7 Maintenance Operations Of The Boi Server Room At The 5th Floor That Hosts Various Application Servers And Other Communication And Network Equipment Is Needed. The Boi Server Room Caters To The Boi Local Area Network (lan). To Upgrade And Have An Existing Boi Server Room With A Fully Functional Data Center, The Boi Is Requesting To Transfer Or Create A Data Center At The Fourth Floor (4/f) Of Industry And Investments Building, 385 Sen. Gil J. Puyat Ave, Makati City. This Is To Ensure Compliance With Industry Standards For It Infrastructure And Data Protection. It Will Also Serve As The Host Of Voice, Video, And Data Requirements Of Boi. Generally, The Data Center Will Include The Following Infrastructure Components: Electrical And Civil Works Component • Site Preparation (civil, Mechanical, And Electrical Works) • Supply And Installation Of New Data Center Build-ups Such As New Static Flooring, Drywall, It Monitoring Room, Electrical Power And Lighting, Temperature, Humidity Monitoring Solution, Acoustic Ceiling, And Drip Pan For Potential Water Leak. • Provisioning Of A Monitoring Room Inside The Proposed Data Center • Installation Of New Server Rack Cabinets Complete With Their Accessories. • Transferring Of Existing Servers, Ups, And Other Data Center Components From The 5th Floor To The New Data Center, Including Mounting, Harnessing, Terminating, And End-to-end Tagging. • Transfer And Installation Of Electrical Works Of Existing 2x 20kva Ups Including Panel Boards And Electrical Wires For Its Distribution • Supply And Installation Of Electrical Works For Precision Air Conditioning Unit (pacu) • Supply And Installation Of A Stand-alone Door Access System Including Biometric Device, And Door Lock Accessories For Physical Security Of A New Data Center. • Supply And Installation Of A New 50kva Powered Diesel Generator Set Including An Isolated Dry Type Of Step-up Transformer • Supply And Installation Of New Automatic Transfer Switch (ats) And Other Components • Supply And Installation Of Temperature, Humidity Control System, And Water Leak Detection System • Supply And Installation Of Communication Grounding And Bonding System. • Supply And Installation Of Roughing-in Materials • Submission Of Test Results, As-built Plan, And Documentation • Cleaning And Retouching Of All Affected Areas Including Necessary Rectifications Network Component • Supply, Installation, And Configuration Of Core Switches • Supply, Installation, And Configuration Of Server Farm Switches • Supply, Installation, And Configuration Of Access Switches • Supply, Installation, And Configuration Of Wireless Access Points • Structured Cabling (horizontal And Vertical) • Provisioning Of Intermediate Distribution Frames (idfs) Cabinets And Other Network Components (2nd, 3rd, 4th Floors) • Supply, Installation, And Configuration Of Servers And Server Rack And Accessories • Transfer Of Network Backbone Connection From 5th Floor To 4th Floor • End-to-end Tagging And Labeling Of All Utp Copper And Fiber Cables • Documentation O Cabling Plan For Structured Cabling And Data Center O Final Cabling Plan As-built Plan With Line Diagram O Final Network/structured Cabling Diagram O Network Vlan Configuration O Softcopy And Hardcopy Of Core, Server Farm, Access Switch, Wlc Running Configuration • Certification Training On Installed Network Switches, Aps, And Other Components. Objectives Of The Project: • To Protect And Secure The Agency's Existing Ict Investments (firewalls, Routers Switches, Servers, Etc.); • To Ensure A Dependable, Secured, And Efficient Ict Support Services (internet, Intranet, Database And Printer Sharing, Etc.); And • To Create An Industry-standard Datacenter For Effective Management Of Network Resources. 3. Deliverables No Particulars Qty Unit 1 Datacenter Civil And Architectural Works 1 Lot 2 Electrical Works, Segregated Power Source Dedicated To Data Center Equipment’s, And Idf Deployed At 1st Floor, 3rd Floor, And 5th Floor 1 Lot 3 Transfer 2x 20kva Ups And Other It Components From The Old Data Center To The New Data Center (servers, Isp, Etc.) 1 Lot 4 Generator Set, 50kva 1 Unit 5 Automatic Transfer System (ats) 1 Unit 6 Precision Air-conditioning Units 2 Units 7 Data Rack 42u (mdf) 2 Units 8 Data Rack 24u (idf) 3 Units 9 Temperature And Humidity Monitoring System 1 Lot 10 Water Leak Detection System 1 Lot 11 Datacenter Access Control System (biometrics, Magnetic Door Lock, Etc.) 1 Lot 12 Structured Cabling 1 Lot 13 Fiber Optic Backbone 1 Lot 14 Core Switch 2 Units 15 Server Farm Switch 2 Units 16 Access Switch 4 Units 17 Access Points 63 Units 18 Transceivers (for Inter-network Link Of Devices) 32 Units 19 End-to-end Tagging And Labeling Of All Utp Copper And Fiber Cables 1 Lot 20 Softcopy And Hardcopy (hardbound) Documentation (as-built, Test Plan, Ip Address Assignment, Vlan Assignment, User’s Manual, Administrators Manual, Etc.) 1 Lot 4. Technical Requirements 4.1 The Bidder Shall Comply With The Following Minimum Specifications For The Physical Data Center And Network Components Of The Project: Item Description Bidder’s Statement Of Compliance Item No 1 Site Preparation (civil, Mechanical, And Electrical Works) • Electrical Wirings With Grounding • Service Entrances For Utilities • Ceiling Installation • Installation Of Industry-grade Data Center Main Door • Installation Of Datacenter Cooling System Item No 2 Laying Of New Electrical Power Lines Distributions/ups Transfer • Provision Of Main Distribution Panel Board (mdp) Main 125a/3p/400vac • Provisioning, Installation, And Configuration Of Dedicated Ats • Provisioning, Installation, And Configuration Of Dedicated Generator Set (at Least 50kva, 129 Amp, Three Phase Dual Voltage, 220-240v Output, At Least 60hz Frequency) • Excavation/backfilling From The Building To The Powerhouse For The Encasement Of The Feeder Line For Power, Ats, And Genset • Transfer And Re-termination Of Electrical Requirements For 2 Units 20kva Ups • Transfer Of Other It Assets From The Old Data Center To The New Data Center • Provisioning Of Electrical Distribution From Data Center Power To Mdfs Located Per Floor • Lighting Fixtures For Datacenter • Testing Of Electrical Equipment Item No 3 Tracing, Tagging, Relocation, And Transfer Of Boi Fas-itd It Equipment (servers, Switches, Routers, Etc.) From 5th Floor To 4th Floor • Tracing Of Backbone To Core Switch Connection • Tracing Of Connection Between Devices Inside The Datacenter • Tagging Of Copper And Fiber Optics Wire Inside The Datacenter • Cable Management • Vertical And Horizontal Cabling From Datacenter To Mdfs And Mdfs To End-nodes Item No 4 Provisioning Of Two (2) 42u Regular Server Racks • 42u With Roof, Side Panel, Castors, Feet, And Brackets • Adjustable Shelf • Vertical Cable Manager • At Least 1 Rack Mountable Kvm (keyboard, Video, Monitor) • Power Rail/strip Options Item No 5 Provisioning Of Three (3) 24u Server Racks To Be Deployed At Mdfs • 24u With Roof, Side Panel, Castors, Feet, And Brackets • Heavy-duty Steel Construction • Door Locks • Anti-tamper Sensors • Network Management Card, Remote Monitoring Capabilities, Snmp Support • With Power Distribution Units (pdu), And Ups Compatibility • Cable Manager Item No 6 Physical Security (door Access, Biometrics, Temperature Monitoring) • Provisioning Of A Solid Door And Tempered Glass Around The Proposed Data Center (1/2, Frameless Door) • Door Access Control Should Conform To Iso-27001 Standards • Magnetic Lock • Biometrics Based Access Control • Access Logs Should Be Maintained For A Minimum Of One Year Or Longer As Specified By The Site Security Policy. • Secured Doors Must Fail Open In A Fire Emergency. Item No 7 Transfer Of Network Backbone Connection From 5th Floor To 4th Floor • Tracing And Tagging Of Backbone Connection From Mdf To Idf • Looping Of Excess Fiber Cable • Re-termination Of Fiber Cable If Necessary Item No 8 Monitoring Room Inside The Proposed Data Center • Provisioning Of Additional Room Inside The Data Center To Serve As A Monitoring Room Item No 9 Anti-static Flooring • Not Generate Static • Groundable After Installation • Have Permanent Static-resistant Properties That Can Provide Protection Amidst Changing Temperatures, Humidity Levels, And Foot Traffic Item No 10 Precision Air Conditioning Unit (pacu) - 2 Units • Shall Have A Nominal Capacity Of Up To Ten (10) Kw • Shall Be Free Blow Type With Plenum And Directional Air Flow Louver Grille • Panels Shall Have A Solid And Rigid Double Skin Insulated • Shall Have A Minimum Net Sensible Capacity Of Ten (10) Kw • Shall Have A Minimum Net Total Capacity Of Eleven (11) Kw • Shall Have A Built-in Touch Screen Display That Provides Informative And User-friendly Interface For Easy Navigation • Shall Have A Built-in Auto Sequencing (1unit Operational And 1unit Back-up, Every 3 Days Sequence Of Operation) • Shall Be Single Circuit Dx Type, Freon R410a • Shall Have Electronic Expansion Valve • Shall Be 380vac,3ph, 6ohz • Shall Recommend Placement Of Air Conditioner Units And Limitations To Be Observed Item No 11 Temperature And Humidity Sensor, And Water Leak Detection System • Base Unit: Sensor Gateway For Up To 4 External Probes • Poe Switch 8 Ports • Sensor Hub • Temperature And Humidity Sensor • Water Leak Sensor Probe • Extension Cable For Water & Flooding Sensor Item No 12 General Requirements Mobilization And Demobilization Labor, Installation, Engineering, And Project Supervision Testing And Commissioning As-built Plans And Documentation (inclusive Of Signed And Sealed) 4.2 Supply, Delivery, Installation, Configuration, And Commissioning Of Network Equipment. Qty Specifications Bidder’s Statement Of Compliance 2 Layer 3 Data Switch To Act As Enterprise Core Layer Switch Features 1. High Performance And Throughput • High Port Density (24-48 Ports) • At Least 960 Gbps Switching Capacity • High Forwarding Rate • Line-rate Packet Processing With Minimal Latency • Non-blocking Architecture With Wire-speed Performance Across All Ports 2. Advanced Switching Capabilities • Layer 2 And Layer 3 Switching Capabilities • Support For Multiple Switching Fabrics • Advanced Qos (quality Of Service) Mechanisms • Support For Vlan Segmentation And Routing 5 High Redundancy And Reliability • Dual Power Supplies • Hot-swappable Components • Redundant Supervisor Engines • Support For Virtual Chassis Technologies • Comprehensive Fault Tolerance Mechanisms 6 Security Characteristics • Advanced Access Control Lists (acls) • Port Security Features • Dhcp Snooping • Dynamic Arp Inspection • Ieee 802.1x Authentication • Integrated Threat Management 7 Routing Protocol Support • Bgp • Ospf • Is-is • Mpls • Multi-protocol Routing Capabilities 8 Management And Monitoring • Snmp Support • Comprehensive Network Monitoring Tools • Remote Management Interfaces • Detailed Logging And Diagnostic Capabilities • Advanced Technological Support 9 Hardware-based Packet Forwarding • Support For Software-defined Networking (sdn) • Ipv6 Compatibility • Mpls And Vpn Support 10 Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 2 Layer 3 Data Switch To Act As Server Farm Switch Features: 1. High-performance Specifications • High Port Density (24-48 Ports) • Wire-speed Performance • Low Latency Switching • Gigabit Ethernet Support • At Least 960 Gbps Switching Capacity 2. Advanced Connectivity Features • Support For Multiple Interface Types • Layer 2/layer 3 Capabilities • Fabric Connection Technologies • Vm-aware Networking 3. Redundancy And Reliability • Hot-swappable Components • Dual Power Supplies • Redundant Supervisor Engines • Non-stop Forwarding (nsf) • Stateful Failover Capabilities 4. Performance Security Features • Hardware-based Acls • Port Security • Advanced Threat Protection • Ieee 802.1x Authentication • Micro-segmentation Support 5. Management Capabilities • Advanced Monitoring Tools • Snmp Support • Comprehensive Logging • Remote Management Interfaces • Network Telemetry 6. Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 4 Layer 3 Data Switch To Act As Access Layer Switch 1. Port Density And Connectivity • Minimum Of 48 Ports • Support For 1g/10g Interfaces • Rj45 And Sfp/sfp+ Port Options • High-density Connectivity • Poe/poe+ Support (up To 30/60 Watts) 2. Performance Characteristics • Low Latency Switching • Wire-speed Performance • Minimum 80-160 Gbps Switching Capacity • Packet Forwarding Rate: 100-240 Mpps 3. Advanced Switching Capabilities • Layer 2/layer 3 Functionality • Vlan Segmentation • Spanning Tree Protocol (stp/rstp) • Link Aggregation (lacp) • Quality Of Service (qos) Support 4. Security Features • Port Security • 802.1x Authentication • Dynamic Arp Inspection • Dhcp Snooping • Mac Address Filtering • Private Vlans • Storm Control 5. Management Capabilities • Snmp Support • Cli Access • Web-based Management • Remote Monitoring • Syslog Integration • Fast Convergence Protocols • Redundant Power Supplies 6. Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 63 Wireless Access Points 1. Performance Characteristics • Dual-band (2.4 Ghz And 5 Ghz) • Wi-fi 6 (802.11ax) Support • Maximum Theoretical Throughput: 5.4 Gbps • Concurrent Dual-band Operation 2. Coverage And Capacity • Recommended Coverage: 150-200 Users Per Ap • Indoor Enterprise-grade Performance • Suitable For Open Offices, Conference Rooms, And Collaborative Spaces 3. Technical Specifications • 4x4:4 Mu-mimo Technology • Beamforming Support • Maximum Concurrent Clients: 512 • Transmit Power: Up To 25 Dbm 4. Advanced Features • Ai-driven Wireless Optimization • Automated Channel And Power Management • Location Services • Cloud-managed Platform 5. Security Capabilities • Wpa3 Support • 802.1x Authentication • Rogue Ap Detection • Integrated Security Fabric • Advanced Threat Protection 6. Artificial Intelligence • The Wireless Solution Must Include Virtual Network Assistant That Supports Natural Language Processing (nlp) Capabilities For Daily Operation. • Api Integration With Generic Ai Such As Google, Alexa And Siri Is Not Considered As Virtual Network Assistant Feature. • The Virtual Network Assistant Must Provide A Conversational Interactive Interface. • The Virtual Network Assistant Must Provide A Single-page Event And Data Correlation View To Eliminate The Need To Pull Up Multiple Dashboards Or Memorize Cli Commands. The Virtual Network Assistant Must Support Multi-vendor Switch Insights: • Switch-ap Affinity To Show How Many Aps Are Connected To A Switch, Reducing Impact Outages • Poe Compliance To Help Manage And Balance The Power Draw Of Connected Devices • Inactive Or Missing Wired Vlans That Are Misconfigured On Switch Ports Where Aps Are Connected But Clients Are Getting Blocked • Version Compliance For Switches Running Dissimilar Hardware • Switch Uptime To Monitor When Switches Are Online Or Offline • The Virtual Network Assistant Must Be Able To Provide Corrective Action Suggestions To Resolve Failures. • The Virtual Network Assistant Must Support Proactive Rma For Unhealthy Access Points. • The Virtual Network Assistant Must Support External Event Triggers Such As Automatic Creation Of A Ticket To External Support Systems With Email Alerts And Webhooks 1 Web-based Controller And Cloud Platform Management 1. Management Capabilities • Identity And Access Management • Centralized Cloud-based Management • Single-pane-of-glass Dashboard • Automatic Firmware Updates • Zero-touch Provisioning • Global Configuration Management 2. Ai-powered Analytics • Proactive Client Experience Monitoring • Automated Troubleshooting • Machine Learning-based Insights • Performance Prediction • Anomaly Detection 3. Security Features • Integrated Security Management • Automatic Threat Detection • Rogue Ap Identification • Compliance Reporting • Role-based Access Control 4. Key Functionalities • Network Configuration • Client Location Services • Performance Analytics • Detailed Reporting And Visualization 5. Access Methods • Web Browser Interface • Mobile Application • Continuous Monitoring And Optimization 1 Lot Structured Cabling • Cat6 Utp Cable • Information Outlet • Faceplate • Patch Panel 5. Scope Of Work Bidders Shall Comply With The Following: • Bidders Shall Be Allowed To Visit The Actual Site For The Preparation Of The Plans Prior To The Submission Of Their Proposal. Bidder Shall Submit An Architectural And Electrical Layout/design Based On User Requirements Together With Their Technical Bid Proposal. • Supply, Delivery, And Installation Of Complete Site Preparation Labor And Materials Including Other Peripherals Needed To Complete The Site Without Additional Cost To Procuring Entity. Bidder Shall Submit A Complete Bill Of Materials For The Site Preparation Component. • Transfer Of Existing Network Components, Servers, And Other It Peripherals From Current Location To New Data Centers • Supply And Installation Of Data Centers Power Distribution And Pacu Power Supply. • Supply, Delivery, And Installation Of Complete Fire Suppression System Including Hangers, Support, And Other Peripherals That May Be Needed To Complete System Without Additional Cost To Procuring Entity. • Supply, Delivery, And Installation Of Complete Security Door Access Input And Output Cables Including Rough-ins, Hangers, Supports, And Other Peripherals That May Be Needed To Complete The System Without Additional Cost To Procuring Entity. Registration Of Personnel To The Door Access System Shall Be Scheduled To Avoid Disruption Of Work. • Provisioning Of Vertical And Horizontal Cabling • Testing Of Each System Shall Be Done Accordingly And Will Be Certified As Completed After Performing And Passing The Functionality Test And The User Acceptance Test. 6. Product Support Requirement 6.1 24x7 Remote Support Through Phone And Email; And Services Assistance Thru Email, Phone, And Web-chat With A Response Time Of Not More Than An Hour Upon Receipt Of The Request From Boi. 6.2 Provision Of 24x7 On-site And On-call Services. 6.3 Provide Comprehensive Service Level Agreement 7. Bidders Eligibility And Project Team Requirements 7.1 A Philippine Contractor Accreditation Board License. At Least With Category A Level; With Classifications In Communication Facilities, Mechanical Works, Electrical Works, And Air-conditioning Works 7.2 The Contractor Must Have At Least One (1) Employed Electronics/electrical Engineer Fully Certified. A Copy Of The Certification Shall Be Provided. A Certified Engineer Must Be Employed By The Bidder For At Least Three (3) Years. 7.3 An Employed Certified Data Center Specialist Personnel; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years 7.4 An Employed Safety Officer With A Construction Occupational Safety And Health Certificate; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years. 7.5 An Employed Certified Associate In Project Management; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years 7.6 The Bidder Must Have Completed At Least One (1) Similar Project In The Supply, Delivery, Installation, Testing, And Commissioning Of A Datacenter Within The Last 10 Years. This Should Be Supported By A Certificate Of Completion And Acceptance By The Client. 7.7 Bidder Should Provide A Certificate That Has 24x7 Technical Support Capabilities. Bidder Should Identify The Person Responsible For Restoring Service Due To Outages And Provide His Contact Details I.e. Contact Person, Position, Contact Numbers, And Email Address. 7.8 Contractors Must Have Philippine Contractors Accreditation Board (pcab) Licenses Required By Republic Act 4566 To Perform Telecommunications /communications Installations. 7.9 A Member Of The Safety Organization Of The Philippines 7.10 A Certificate To Show The Company Is Registered With The National Privacy Commission 7.11 All Prospective Bidders Must Be Authorized Resellers Of All Equipment To Be Supported By A Certificate Issued By The Manufacturer/distributor Of Equipment/materials. 7.12 All Prospective Bidders Shall Submit The Original Copy Of The Design Proposal, Brochures, And Other Publications That Support Compliance To The Requirements. 7.13 Proposed Work Plan And Detailed Implementation Schedule For The Project Covering The Whole Period. Prospective Bidders Are Required To Conduct Site Inspections. This Is To Ensure The Reliability, Security, And Efficiency Of The Required Services That The Contractor Shall Perform. The Timeframe Should Be Specified For Each Activity To Be Done And Shall Include Gantt Chart Summary. 7.14 The Contractor Shall Be Held Solely Responsible For Any Property Or Personal Damages Or Claims, Including Damage To Existing Structures, Systems, Equipment, And/or Site Caused By The Contractor Shall Repair Or Replace It To Its Original Condition At No Additional Cost To The Office. 7.15 The Contractor Shall Be Responsible And Accountable For The Removal And Proper Disposal Of Material And Waste Generated By This Project. Debris, Surplus Materials, Equipment, Etc. Shall Be Removed Daily. 7.16 All Prospective Bidders Shall Submit Original Copy Of Design Proposal, Brochures And Other Publications That Supports Compliance To The Requirements. 8. Project Team Requirements/composition Team Composition And Qualifications The Winning Bidder Shall Assemble A Comprehensive Project Team With The Following Mandatory Positions And Qualifications: Project Management Team 8.1 Project Manager O Minimum Of 10 Years Of Experience In Large-scale It Infrastructure Projects O Proven Track Record In Data Center And Network Refresh Initiatives O Relevant Pmp (project Management Professional) Or Equivalent Certification O Demonstrated Experience In Managing Complex Technological Transformations 8.2 Deputy Project Manager O Minimum Of 7 Years Of Experience In It Infrastructure Projects O Strong Technical Background In Data Center And Network Technologies 8.3 Network Infrastructure Lead O Minimum Of 8 Years Of Specialized Experience In Enterprise Network Design O Advanced Certifications (ccie, Ccnp, Or Equivalent) O Expertise In Modern Network Technologies, Including Sdn, Cloud Integration, And Cybersecurity 8.4 Data Center Infrastructure Specialist O Minimum Of 8 Years Of Experience In Data Center Infrastructure Design And Implementation O Expert In Cooling, Power Management, And Physical Infrastructure Design O Certifications In Data Center Design And Management Support And Implementation Team 1. Senior Systems Engineers (minimum 2) O Each With At Least 6 Years Of Experience In Enterprise System Integration O Comprehensive Knowledge Of Server, Storage, And Virtualization Technologies 2. Network Engineers (minimum 2) O Each With At Least 5 Years Of Experience In Enterprise Network Implementation O Expertise In Network Configuration, Optimization, And Security Additional Team Requirements • The Winning Bidder Must Provide Detailed Cvs And Certifications For Each Key Team Member • Any Changes To The Proposed Team Composition Must Be Pre-approved By The Board Of Investments • The Team Must Demonstrate Collective Experience In Similar Large-scale Infrastructure Projects • All Team Members Must Be Available For The Full Duration Of The Project • The Bidder Must Have A Clear Succession And Backup Plan For Critical Roles The Board Of Investments Reserves The Right To Request Changes To The Team Composition If It Does Not Meet The Project's Critical Requirements. 9. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The All Equipment To Ensure Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Bidder To The Authorized Inspectors At No Charge To The Procuring Entity. 10. Warranty 10.1 The Bidder Shall Provide A Preventive Maintenance Program During The Warranty Period For All The Delivered Equipment And System. 10.2 The Bidder Shall Provide Quarterly Preventive Maintenance On The Pacu, Fire Suppression, Power Distribution Units, And Door Access System During The Warranty Period. 10.3 The Bidder Shall Provide Not Less Than 4 Hours Of Response Time After Receiving Calls From The Client During The Warranty Period. 10.3 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 11. License And Subscription Renewal Provision The Board Of Investments Maintains Absolute And Unconditional Rights To Renew Or Extend All Software Subscriptions, Licenses, And Service Entitlements Beyond The Initial Warranty Or Contract Period. Upon The Expiration Of Any Initial Warranty Or Support Period, We Reserve The Comprehensive Right To Renew Existing Software Licenses, Extend Service Subscriptions, Continue Maintenance And Support Contracts, And Maintain Full Access To All Software And Platform Entitlements. The Successful Bidder Must Provide Comprehensive Documentation Of All Existing Licenses And Subscriptions. This Includes Delivering Complete Credentials, Access Keys, And Licensing Information To Facilitate Seamless Transitions And Ensure Our Continued Operational Effectiveness. We Require Full Disclosure Of Licensing Terms, Clear Renewal Pathways, And Complete Transparency In All Licensing Models. 12. Delivery The Delivery And Commissioning Of All Items For The Data Center Shall Not Exceed 120 Calendar Days Upon Issuance Of The Corresponding Notice To Proceed (ntp). The Commissioning And Initial Testing Shall Be Conducted Within 2-3 Calendar Days After Each Component Is Completed And Witnessed By The End User. After Completion Of The Data Centers, The Bac-twg Together With End User Shall Conduct Functionality Tests. These Will Ensure That All Of The Project's Specifications And Requirements Are Met Must Provide In Hard And Soft Copies Detailed Project Documentation Of The Following: A. Project Implementation Plan With Timetable, B. Installation And Configuration Manual, C. Incident And Problem Escalation Procedure With A List Of Designated Technical Support Engineers, D. Sla (service Level Agreement) E. User Acceptance Test Plan, 13. Training And Technology Transfer A. The Contractor Must Provide Training For At Least Five (5) It Personnel For The Network Equipment/switches, And Troubleshooting For The Structured Cabling And Management Of The Data Center For At Least Three (3) Days Per Module. B. To Ensure That Proper Maintenance And Sustainment Appropriate Training Shall Be Conducted By The Contractor As Essential Part Of Technology Transfer To Prepare And Equip Boi And Its Personnel In The Overall Operations And Maintenance Of Its Network Infrastructure And It Facility. C. The Contractor Shall Submit A Program Of Instruction (poi) Detailing All The Training Activities To Be Conducted For Review, Evaluation, And Approval Of Boi. Hands-on Training Shall Form Part Of The Training Program. D. Operation And Training Manuals Shall Be Provided To Each Participant. E. The Training Shall Be Conducted And Completed Before The Issuance Of The Certificate Of Project Completion And Acceptance. F. All Expenses Related To Training (e.g. Venue, Meals, Equipment, Certificate.) Shall Be Borne By The Contractor. G. Certificate Of Training/s Shall Be Given By The Contractor To All Participants. 14. Liability Of The Bidder The Bidder’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 15. Incidental Services 1. Spare Parts The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. In The Event Of Termination Of Production Of The Spare Parts/expiration Of Software Licenses O Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; O Following Such Termination Of Production, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested; O The Bidder Shall Carry Provide The List Of Vendor Of Consumable Spare Parts Or Components For The Equipment. 16. Institutional Requirements Equipment And Asset Ownership All Equipment, Hardware, Software, Infrastructure Components, And Other Tangible And Intangible Assets Procured, Installed, Or Developed During The Data Center Rehabilitation And Network Refresh Project Shall Become The Sole And Exclusive Property Of The Board Of Investments (boi). The Contractor Is Prohibited From Removing Any Delivered Items From The Project Site After Installation Or Project Completion. Specific Provisions Include: • Full Ownership To All Project-related Assets Shall Immediately Transfer To Boi Upon Delivery Or Installation • The Contractor Shall Provide All Necessary Documentation To Formally Transfer Ownership, Including But Not Limited To Equipment Lists, Serial Numbers, Warranty Information, And Certificates Of Ownership • Any Attempt To Remove Or Retain Project-related Items Without Authorization Will Be Considered A Material Breach Of Contract The Contractor Shall Submit Project Implementation And Management Plan (pimp) Within Ten (10) Calendar Days Upon Receipt Of Notice To Proceed For The Implementation Of The Proposed Solution, Which Is Subject To Review And Approval By The Boi. The Pimp Shall Include But Not Be Limited To The Following: • Scope Of Work • Project Organization • Implementation Methodology • Project Timeline • Communication And Deployment Strategy The Contractor Shall Provide Complete Documentation, One (1) Soft Copy And Three (3) Printed Copies, For Every Deliverable And At Every End Of Each Development Stage And Milestone Which Must Be Submitted To The Boi For Approval. Boi Shall Own Any And All Documents And Shall Reserve The Right To Reproduce At No Additional Cost. The Documentation Must Be Written In English With Concise And High-quality Presentation To Include But Not Limited To The Following: 1. Technical Manuals: • As Built Document • Infrastructure Diagrams And Topology • Troubleshooting And Installation Guides • Single Line Diagram • System/operation Manual 2. Operations And Maintenance Manuals 17. Intellectual Property Rights The Bidder 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. 18. Approved Budget Cost The Board Of Investments Intends To Apply The Sum Of Thirty-one Million Pesos (31,000,000.00) Being The Approved Budget For The Contract (abc) For The Completion Of The Relocation And Transfer Of The Board Of Investments’ Datacenter And It Related Infrastructure From 5th Floor To 4th Floor To Be A High-performing And Scalable It Infrastructure. Bids Received In Excess Of The Abc Shall Be Automatically Disqualified At The Opening Of The Financial Proposals. Prices Are In Php And Are Vat-inclusive. 19. Source Of Funds The Budget Authorized For Procurement Of Service For The Relocation And Transfer Of Boi Datacenter From 5th Floor To 4th Floor Shall Be Sourced From The 2025 Capital Outlay (co) And Maintenance And Other Operating. Expenses (mooe), Pursuant To The Philippine General Appropriation Act Of 2025. 20. Payment 10% Project Mobilization: Covers Initial Costs, Including Project Planning And Resource Allocation, And To Submit The Project Implementation Plan 25% Network And Datacenter Infrastructure Facility Civil Works All Materials, Equipment, And Labor Necessary For The Construction Of The It Infrastructure Facility Including All Civil Works, Walls, Doors, Partitions, Flooring, Security Access Pass, Air-conditioning Unit And Other Accessories/appurtenances As Specified And As Shown In The Drawings. 25% Delivery Of Equipment And Materials, Structured Cabling, Fixing, Installation Of Cables, Conduit, Outlets Racks Ladders, And Other Components (active Components) All Materials Are To Be Used In The Installation And Cabling. Installed Cables, Conduit, And Components And Tested And Working Cable Lines. 30% Upon Submission Of Certification Of 100% Completion Of Project And Passing Of The Functionality Test To Be Administered By The Bac-twg And Witnessed By The Bac 5% Training Of Personnel For The Completed Network And It Infrastructure Facility. 5% Retention Fee 100% 21. Penalty In Case There Is A Delay In The Delivery And Installation Of The Software Where Boi Is Not At Fault, The Contracted Service Provider Shall Be Subject To Sanctions As Specified In The Contract To Be Signed By Both Parties Based On The Applicable Provisions Of The Procurement Law.
Closing Date15 Jan 2025
Tender AmountPHP 31 Million (USD 530.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Federal Acquisition Circular 2023-01.
this Solicitation Is Set-aside For Small Businesses (sb).
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 339112, With A Small Business Size Standard Of 1000 Employees.
the Fsc/psc Is 6515.
network Contracting Office (nco) 9 On Behalf Of Va Tennessee Valley Healthcare System (tvhs) Is Seeking To Purchase Brand Name Or Equal Unit Dose Packaging Machine .
all Interested Companies Shall Provide Quotations For The Following:
delivery And Shall Be Completed No Later Than July 1, 2025.
fob: Destination
place Of Performance/place Of Delivery
address:
alvin C. York Veterans Administration Medical Center
3400 Lebanon Pike
murfreesboro, Tn
37129
nashville Va Medical Center
1310 24th Avenue South
nashville, Tn
37212
country:
united States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Items
far 52.212-3, Offerors Representations And Certifications Commercial Items
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Items Oct 2018.
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Jan 2021.
all Quoters Shall Submit The Below Items. Non-compliance To The Below Items With This Requirement May Result In Disqualification Of The Quote.
only One Quote. Quote Shall Be On Offeror S Company Letterhead, In Pdf Format And Emailed To Daymeion.brantley@va.gov Nlt 04/28/2025 At 10:00 Am Cst. The Solicitation Number, 36c24925q0232 Unit Dose Packaging Machine Must Be Referenced In The Subject Line.
product Information Brochure With Specifications And User Manual Shall Accompany Quote.
offeror Must Submit Certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above.
quote Must Reflect Anticipated Delivery Date.
letters Of Authorization (loa) Shall Be Included With Offer.
proof Of Sb Status Must Be Included With Offer.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Following Are The Decision Factors:
technical Or Quality
price
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Shall Contain Your Best Terms And Conditions.
52.211-6 Brand Name Or Equal (aug 1999)
if An Item In This Solicitation Is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government's Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal" Products Must Meet Are Specified In The Solicitation.
to Be Considered For Award, Offers Of "equal" Products, Including "equal" Products Of The Brand Name Manufacturer, Must
(1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation;
(2) Clearly Identify The Item By
(i) Brand Name, If Any; And
(ii) Make Or Model Number;
(3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And
(4) Clearly Describe Any Modifications The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modifications.
the Contracting Officer Will Evaluate "equal" Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer.
(d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An "equal" Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation.
(end Of Provision)
52.212-1 Instructions To Offerors Commercial Items (jun 2020)
(a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Solicitation. However, The Small Business Size Standard For A Concern Which Submits An Offer In Its Own Name, But Which Proposes To Furnish An Item Which It Did Not Itself Manufacture, Is 500 Employees.
(b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show
(1) The Solicitation Number;
(2) The Time Specified In The Solicitation For Receipt Of Offers;
(3) The Name, Address, And Telephone Number Of The Offeror;
(4) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary;
(5) Terms Of Any Express Warranty;
(6) Price And Any Discount Terms;
(7) "remit To" Address, If Different Than Mailing Address;
(8) A Completed Copy Of The Representations And Certifications At Far 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically);
(9) Acknowledgment Of Solicitation Amendments;
(10) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And
(11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
(c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation.
(d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Offers. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender's Request And Expense, Unless They Are Destroyed During Pre-award Testing.
(e) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Subpart 4.10 Of The Federal Acquisition Regulation), Or Alternative Commercial Items For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately.
(f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers.
(1) Offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Offers Or Revisions Are Due.
(2)(i) Any Offer, Modification, Revision, Or Withdrawal Of An Offer Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And
(a) If It Was Transmitted Through An Electronic Commerce Method Authorized By The Solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Working Day Prior To The Date Specified For Receipt Of Offers; Or
(b) There Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Offers And Was Under The Government's Control Prior To The Time Set For Receipt Of Offers; Or
(c) If This Solicitation Is A Request For Proposals, It Was The Only Proposal Received.
(ii) However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted.
(3) Acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Offer Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel.
(4) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Offers Cannot Be Received At The Government Office Designated For Receipt Of Offers By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Offers Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume.
(5) Offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. Oral Offers In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Offers, Offers May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Offers, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Offers. An Offer May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Offer.
(g) Contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror's Initial Offer Shall Contain The Offeror's Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received.
(h) Multiple Awards. The Government May Accept Any Item Or Group Of Items Of An Offer, Unless The Offeror Qualifies The Offer By Specific Limitations. Unless Otherwise Provided In The Schedule, Offers May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless The Offeror Specifies Otherwise In The Offer.
(i) Availability Of Requirements Documents Cited In The Solicitation.
(1)(i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained For A Fee By Submitting A Request To
gsa Federal Supply Service Specifications Section
suite 8100 470 East L'enfant Plaza, Sw
washington, Dc 20407
telephone (202) 619-8925
facsimile (202) 619-8978.
(ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee.
(2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Following Assist Websites:
(i) Assist (https://assist.dla.mil/online/start/);
(ii) Quick Search (http://quicksearch.dla.mil/);
(iii) Assistdocs.com (http://assistdocs.com).
(3) Documents Not Available From Assist May Be Ordered From The Department Of Defense Single Stock Point (dodssp) By?
(i) Using The Assist Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or
(iii) Ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j) Unique Entity Identifier. (applies To All Offers That Exceed The Micro-purchase Threshold And Offers At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Offeror Shall Enter, In The Block With Its Name And Address On The Cover Page Of Its Offer, The Annotation Unique Entity Identifier Followed By The Unique Entity Identifier That Identifies The Offeror S Name And Address. The Offeror Also Shall Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Unique Entity Identifier. The Suffix Is Assigned At The Discretion Of The Offeror To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Offeror Does Not Have A Unique Entity Identifier, It Shall Contact The Entity Designated At Www.sam.gov For Unique Entity Identifier Establishment Directly To Obtain One. The Offeror Shall Indicate That It Is An Offeror For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Unique Entity Identifier.
(k) [reserved]
(l) Debriefing. If A Post-award Debriefing Is Given To Requesting Offerors, The Government Shall Disclose The Following Information, If Applicable:
(1) The Agency's Evaluation Of The Significant Weak Or Deficient Factors In The Debriefed Offeror's Offer.
(2) The Overall Evaluated Cost Or Price And Technical Rating Of The Successful And The Debriefed Offeror And Past Performance Information On The Debriefed Offeror.
(3) The Overall Ranking Of All Offerors, When Any Ranking Was Developed By The Agency During Source Selection.
(4) A Summary Of The Rationale For Award;
(5) For Acquisitions Of Commercial Items, The Make And Model Of The Item To Be Delivered By The Successful Offeror.
(6) Reasonable Responses To Relevant Questions Posed By The Debriefed Offeror As To Whether Source-selection Procedures Set Forth In The Solicitation, Applicable Regulations, And Other Applicable Authorities Were Followed By The Agency.
52.212-2 Evaluation Simplified Acquisition Procedures
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 Or Quality
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.
price: The Government Will Evaluate The Price By Adding The Total Of All Line-item Prices. The Total Evaluated Price Will Be That Sum.>
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:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 10:00 Am Cst On 04/28/2025 At Daymeion.brantley@va.gov.
solicitation Number, 36c24925q0232 Unit Dose Packaging Machine Must Be Referenced In The Subject Line And On The Cover Page Of The Quote. Non-compliance With This Requirement May Result In Disqualification Of The Quote.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Shall Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91).
(3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items:
[] (1) 52.203-6, Restrictions On Subcontractor Sales To The Government (sept 2006), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402).
[] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (oct 2018) (pub. L. 109 282) (31 U.s.c. 6101 Note).
[] (8) 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (oct 2015) (31 U.s.c. 6101 Note).
[x] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)).
[] (ii) Alternate I (mar 2020) Of 52.219-28.
[] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755).
[] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015).
[x] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246).
[] (ii) Alternate I (july 2014) Of 52.222-35.
[] (32)(i) 52.222-36, Equal Opportunity For Workers With Disabilities (jul 2014) (29 U.s.c. 793).
[] (33) 52.222-37, Employment Reports On Veterans (feb 2016) (38 U.s.c. 4212).
[] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496).
[] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627).
[x] (44) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011)
[x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
[x] (57) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332).
[] (2) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67).
[] (3) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (4) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67).
[] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015).
[] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706).
vaar 852.212-70 Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020)
(a) The Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Following Provisions And Clauses That Have Been Checked By The Contracting Officer Are Incorporated By Reference.
[x] 852.203 70, Commercial Advertising.
[] 852.209 70, Organizational Conflicts Of Interest.
[x] 852.211 70, Equipment Operation And Maintenance Manuals.
[] 852.214 71, Restrictions On Alternate Item(s).
[] 852.214 72, Alternate Item(s). [note: This Is A Fillable Clause.]
[] 852.214 73, Alternate Packaging And Packing.
[] 852.214 74, Marking Of Bid Samples.
[x] 852.215 70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors.
[] 852.215 71, Evaluation Factor Commitments.
[] 852.216 71, Economic Price Adjustment Of Contract Price(s) Based On A Price Index.
[] 852.216 72, Proportional Economic Price Adjustment Of Contract Price(s) Based On A Price Index.
[] 852.216 73, Economic Price Adjustment State Nursing Home Care For Veterans.
[] 852.216 74, Economic Price Adjustment Medicaid Labor Rates.
[] 852.216 75, Economic Price Adjustment Fuel Surcharge.
[] 852.219 9, Va Small Business Subcontracting Plan Minimum Requirements.
[x] 852.219 10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.
[] 852.219 11, Va Notice Of Total Veteran-owned Small Business Set-aside.
[] 852.222 70, Contract Work Hours And Safety Standards Nursing Home Care For Veterans.
[] 852.228 70, Bond Premium Adjustment.
[] 852.228 71, Indemnification And Insurance.
[] 852.228 72, Assisting Service-disabled Veteran-owned And Veteran-owned Small Businesses In Obtaining Bonds.
[x] 852.232 72, Electronic Submission Of Payment Requests.
[x] 852.233 70, Protest Content/alternative Dispute Resolution.
[x] 852.233 71, Alternate Protest Procedure.
[] 852.237 70, Indemnification And Medical Liability Insurance.
[x] 852.246 71, Rejected Goods.
[] 852.246 72, Frozen Processed Foods.
[] 852.246 73, Noncompliance With Packaging, Packing, And/or Marking Requirements.
[] 852.270 1, Representatives Of Contracting Officers.
[] 852.271 72, Time Spent By Counselee In Counseling Process.
[] 852.271 73, Use And Publication Of Counseling Results.
[] 852.271 74, Inspection.
[] 852.271 75, Extension Of Contract Period.
[x] 852.273 70, Late Offers.
[] 852.273 71, Alternative Negotiation Techniques.
[] 852.273 72, Alternative Evaluation.
[] 852.273 73, Evaluation Health-care Resources.
[] 852.273 74, Award Without Exchanges.
(b) All Requests For Quotations, Solicitations, And Contracts For Commercial Item Services To Be Provided To Beneficiaries Must Include The Following Clause:
[] 852.237 74, Nondiscrimination In Service Delivery.
(end Of Clause)
vaar 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018)
(a) This Solicitation Includes Vaar 852.219-10 Va Notice Of Total Service- Disabled Veteran-owned Small Business Set-aside.
(b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records, Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement.
(c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs.
(d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement.
(end Of Clause)
the Following Clauses Are Hereby Incorporated By Reference (by Citation Number, Title, And Date) In Accordance With The Clause At Far "52.252-2 Clauses Incorporated By Reference" Contained In This Document. See Far 52.252-2 For An Internet Address (if Specified) For Electronic Access To The Full Text Of A Clause.
(federal Acquisition Regulation (48 Cfr Chapter 1)
far Number
title
date
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.232-40
providing Accelerated Payments To Small Business Subcontractors
dec 2013
852.212-71
gray Market Items
apr 2020
852.242-71
administrative Contracting Officer
oct 2020
point Of Contact
any Questions Or Concerns Regarding This Solicitation Shall Be Sent In Writing Only Via Email Addressed To Daymeion.brantley@va.gov Subject Line: 36c24925q0232 Unit Dose Packaging Machine. Questions Shall Be Submitted No Later Than 04/21/2025 @ 10:00 Am Cst.
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
1.00
ea
__________________
__________________
vamc - Nashville Atp2 480 Canisters With Unit Dose Packaging (includes Replenishment Kit, Value $3,500 And 1 Case Of Paper & Ribbon)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp2-480 Narrow
local Stock Number: Atp2-480 Narrow
0002
1.00
ea
__________________
__________________
atp2 Narrow Lower Packaging Unit For Atp 2 (includes 1 Rolling Tray And Cover)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp2-320-npu
local Stock Number: Atp2-320-npu
0003
1.00
ea
__________________
__________________
one Ult Smarttrayrx System: Includes : Ult Smarttrayrx Docking Station, Ult Smarttrayrx Client, Scanner, Touch Screen, Biometric, Ups, Adjustable Leg Kit, & 3 Ult Smarttrayrx-64 Trays
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Ult-100
local Stock Number: Ult-100
0004
1.00
ea
__________________
__________________
canister Calibration Kit Including The Avf-1
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Cck
local Stock Number: Cck
0005
20.00
ea
__________________
__________________
atp2 - Adjustable Canister (pinned)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Acp
local Stock Number: Acp
0006
1.00
ea
__________________
__________________
atp Autosense Smart Drawer Assembly With 16 Autosense Smart Canisters With Mircochips For New Atp 2 Only
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp2
local Stock Number: Atp2
0007
1.00
ea
__________________
__________________
parata Perl 1 (2 License) - 2 Users, 2 Bag/sec Transport, 1.5 Bags/sec C&r, 19" Spools
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Parata Perl
local Stock Number: Parata Perl
0008
1.00
ea
__________________
__________________
on Site Implementation And Installation Training Package For Atp Series
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp Series
local Stock Number: Atp Series
0009
1.00
ea
__________________
__________________
perl - Installation And Training
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Implementation - Perl
local Stock Number: Implementation - Perl
0010
1.00
ea
__________________
__________________
atp 2 Equipment Interface To Pharmacy Information System, Includes Interface To Pyxis Dispensing Cabinets
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp 2
local Stock Number: Atp 2
0011
1.00
ea
__________________
__________________
removal Of Equipment - Pharmopack
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Removal
local Stock Number: Removal
0012
1.00
ea
__________________
__________________
6 Month Service Agreement For Parata Perl 1 (2 License) - Goes Into Effect After Initial 6 Month Warranty Period
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Sma Perl
local Stock Number: Sma Perl
0013
1.00
ea
__________________
__________________
3-day Training At Tcgrx Training Center Includes Lunch And Refreshments. Travel And Accommodation Not Included
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Biomed Training
local Stock Number: Biomed Training
0014
1.00
ea
__________________
__________________
shipping
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Shipping - Fss
local Stock Number: Shipping - Fss
0015
1.00
ea
__________________
__________________
vamc - Murfreesboro Atp2 480 Canisters With Unit Dose Packaging (includes Replenishment Kit, Value $3,500 And 1 Case Of Paper & Ribbon)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp2-480 Narrow
local Stock Number: Atp2-480 Narrow
0016
1.00
ea
__________________
__________________
atp2 Narrow Lower Packaging Unit For Atp 2 (includes 1 Rolling Tray And Cover)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp2-320-npu
local Stock Number: Atp2-320-npu
0017
1.00
ea
__________________
__________________
one Ult Smarttrayrx System: Includes : Ult Smarttrayrx Docking Station, Ult Smarttrayrx Client, Scanner, Touch Screen, Biometric, Ups, Adjustable Leg Kit, & 3 Ult Smarttrayrx-64 Trays
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Ult-100
local Stock Number: Ult-100
0018
1.00
ea
__________________
__________________
canister Calibration Kit Including The Avf-1
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Cck
local Stock Number: Cck
0019
20.00
ea
__________________
__________________
atp2 - Adjustable Canister (pinned)
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Acp
local Stock Number: Acp
0020
1.00
ea
__________________
__________________
atp Autosense Smart Drawer Assembly With 16 Autosense Smart Canisters With Microchips For New Atp 2 Only
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Atp 2
local Stock Number: Atp 2
0021
1.00
ea
__________________
__________________
parata Perl 1 (2 License) - 2 Users, 2 Bag/sec Transport, 1.5 Bags/sec C&r, 19" Spools
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Parata Perl 1
local Stock Number: Parata Perl 1
0022
1.00
ea
__________________
__________________
on Site Implementation And Installation Training Package For Atp Series
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Implementation
local Stock Number: Implementation
0023
1.00
ea
__________________
__________________
perl - Installation And Training
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Implementation - Perl
local Stock Number: Implementation - Perl
0024
1.00
ea
__________________
__________________
atp 2 Equipment Interface To Pharmacy Information System, Includes Interface To Pyxis Dispensing Cabinets
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Ic - Atp 2
local Stock Number: Ic - Atp 2
0025
1.00
ea
__________________
__________________
6 Month Service Agreement For Parata Perl 1 (2 License) - Goes Into Effect After Initial 6 Month Warranty Period.
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Sma Perl
local Stock Number: Sma Perl
0026
1.00
ea
__________________
__________________
removal Of Equipment - Pharmopack
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Removal
local Stock Number: Removal
0027
1.00
ea
__________________
__________________
3-day Training At Tcgrx Training Center Includes Lunch And Refreshments. Travel And Accommodation Not Included
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Biomed Training
local Stock Number: Biomed Training
0028
1.00
ea
__________________
__________________
shipping
principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing
product/service Code: 6530 - Hospital Furniture, Equipment, Utensils, And Supplies
manufacturer Part Number (mpn): Shipping - Fss
local Stock Number: Shipping - Fss
grand Total
__________________
salient Characteristics
the System Will Need To Have The Ability To Communicate With Vista Use Hl7 Messaging.
packager Will Have A Touch Screen For Navigation As An All-in-one, With Biometric Scanning For User Login
packager Cannot Exceed The Following Dimensions Due To Space Limitations: 48 Width, 90 Height, 48 Deep. This Space Has The Necessary Data And Power Requirements In Pharmacy. There Is Not Space Sufficient In Any Other Location In Current Pharmacy Design.
packager Must Fit Through Pharmacy Door (46 Width And 83 Height)
must Have At Least 400-canister Capacity.
must Include A Special Tablet System Or Sts.
packager Shall Have A Dual Tray System Allowing Users To Pre-fill Or Stage Two Trays At A Time, Providing Continuous Dispensing Of Non-canister Medications.
the Packaging System Shall Have Software Features Allowing Users To Use A Different Ndc If The Primary Ndc For An Order Has Ran Out Of Inventory; To Pause A Batch During A Production Run To Work On Another Batch Allowing Users To Come Back To The Paused Batch And Pick Up Where It Left Off; Group Or Daisy Chain Canisters Together To Reduce Refill Rates For High Volume Or Large Pill; Skip A Med If Un Available Then Removing It From The Order Staging It As Separate Order When Inventory Is Available; And Allow Users To Separate An Order With Multiple Patients Into Separate Orders At The Packager Level
packager Shall Have A Swappable Lower Packaging Unit For Onsite Redundancy To Eliminate Downtime.
packaging System Will Use A Clamp And Seal System To Efficiently Seal Pre-folded Paper With A Serrated Edge To Ensure Pouches Are Produced With Less Errors And Make It Easy To Access Medications.
packager Shall Have Auto-correcting Motor Bases Preventing Jams While Dispensing From Canisters.
system Shall Have Reporting Capabilities Giving Users The Ability To Check User Metrics And Run Audit Reports.
system Shall Have Self-calibration Canister Kits For Canisters (ability To Modify Canisters To Fit Different Shape And Size Medications Without Replacing Canister)
system Shall Have A Set Of Universal, Manually Adjustable Canisters Allowing The Pharmacy Staff To Calibrate Canister For New Ndc S Without The Need To Swap Out Canister Parts.
system Shall Have Automatic Canister Recognition Chip System Available, Which Will Enable Any Canister To Be Seated In Any Location In The Packager.
system Shall Have The Ability To Change Pouch Sizes To Fit Different Sized Medications.
system Shall Be Able To Print Custom Labels (color Included)
packages Produced From System Shall Be Individually Packaged And At A Minimum Contain: Drug Name, Dose, Dosage Form, Lot Number, Expiration Date, And Bcma Compatible Barcode/ 2-d Printing Options.
system Must Be Compatible With Windows 10
package Must Be Most Current Version Of Software And/or System.
system Must Have Hl7 Interface With Pharmacy System Cerner / Vista/ Automated Dispensing Cabinets.
systems First Year S Software Licensing Is Included In Initial Purchase
system Shall Have A Pouch Verification System That Can Verify Label And Contents Of Each Packet To Improve Accuracy And Efficiency.
pouch Verification System Shall Be Able To Produce A Cut And Rolled Group Of Medications By Patient, Facility, Or Hour Of Administration.
company Will Provide At Minimum 3 Days Of Training On Both Campuses For Staff To Be Adequately Trained.
statement Of Work
general Information
introduction
this Document Is Intended To Replace The Current Contract Packager Carefusion Pyxisâ® Pharmopack . The Carefusion Pyxisâ® Pharmopack Has Reached End Of Life (eol) For Parts And Support Of The Technology.
scope Of Work
replace Current Packager Which Will No Longer Have Parts Or Support Available For Repair Work From The Manufacturer. Enhance Patient Safety By Also Providing A Pouch Verification System.
it Attaches To And Communicates Across Local Area Networks Both Locally And At Remote, Community Based Outpatient Clinics (cboc). The System Will Seamlessly Communicate With Existing Automated Dispensing Cabinet Equipment In All Patient Care Areas To Support Adequate Drug Storage Within Tvhs.
period Of Performance
delivery Is Required By July 1, 2025, For Installation And Connection To Vista. The Devices Must Be Ready For Use By August 1, 2025, For Testing And Evaluation That The Devices Are Ready For Use.
place Of Performance
pharmacy Automated Medication Packager And Pouch Verification System Is Needed At Multiple Locations At Tvhs. Current Site Locations Are Listed Below:
nashville Va Medical Center Alvin C. York Va Medical Center
1310 24th Avenue South 3400 Lebanon Pike
nashville, Tn 37212-2637 Murfreesboro, Tn 37129-1237
specific Requirements/tasks
the Automated Pill Packaging Device Will Be Updated To A Windows 10 Operating System Meet Oit Requirement And Be Able To Communicate With Vista And Pharmacy Automated Dispensing Cabinets. This Will Allow Pharmacy To Resume The Automated 24-hour Filling Of Inpatient Patient S Medications And Increase Patient Safety. The Packager Shall Also Include A Pouch Verification System.
two Devices Will Be Necessary For Both Nashville And Murfreesboro Campuses
the Medication Packager Will Interface With Vista To Receive Patient Orders For Solid Dosage Forms For Patient Use.
each Medication Will Be Dispensed In An Individual Unit Dose Package
each Package Must Have (at A Minimum: Drug Name, Dose, Dosage Form, Lot Number, Expiration Date, Bcma Compatible Barcode.)
the Medication Packager Will Have The Ability To Print Current Inventory Reports, Expiring Drug Reports, Drug Usage Reports.
the Medication Packager Will Have A Special Tablet System (sts) Tray And Half-tablet Support For Non-canistered Medications.
the Medication Packager Will Have The Capacity For At Least 400 Canisters.
the Medication Packager Will Have Infrared Light Detection Of Tablet To Ensure Unit Dose Packages Have Been Filled.
the System Will Have The Ability To Print Custom Labels (color Included).
packages Are Available In More Than One Size.
the Medication Packager Will Have A Touchscreen Display And Input.
the Medication Packager Will Have Automatic Canister Recognition Chip Available Which Will Enable That Any Canister May Be Seated In Any Location In The Packager.
the Medication Packager Shall Have A Canister Calibration Kit To Manipulate Canisters To Fit The Facilities Evolving Formulary
the System Shall Come With Removable Main Frame (packaging Unit) To Decrease Downtime.
the System Shall Come With A Redundant (back Up) Main Frame
the System Shall Have Easy Access To Allow For Cleaning
system Will Be Most Current Version Available
system Will Be Able To Interface With Automated Dispensing Machines (adms: Pyxis And/or Omnicell)
pouch Verification System Shall Be Able To Verify Label And Contents Of Each Packet To Improve Accuracy And Efficiency
pouch Verification System Shall Be Able To Produce A Cut And Rolled Group Of Medications By Patient, Facility, Or Hour Of Administration
delivery Or Deliverables
the Contractor Shall Deliver An Inventory Of Installed Operation Units Throughout All Tvhs Listing The Unit Location, Unit Configuration And Unit Monthly Cost Prior To Or Concurrent With Invoicing For Those Units. This Shall Be Delivered Monthly Not Later Than Concurrent With Invoicing.
work At The Government Site Shall Not Take Place On Federal Holidays Or Weekends Unless Directed By The Contracting Officer (co). The Exception To This Is In The Case Of Medical Necessity, As Determined By The Chief Of Pharmacy Or Delegated Pharmacy Staff.
the Eleven Federal Holidays Observed By The Federal Government Are: New Year S Day; Martin Luther King, Jr. S Birthday; Washington S Birthday; Memorial Day; Juneteenth; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; Christmas Day, And Any Other Day Specifically Declared By The President Of The United States To Be A Federal Holiday.
special Considerations
the Contractor Shall Not Be Entitled To Monthly Invoice Payment For Work Unless The Equipment Install, Confirmed Working With Limited Connection Issues And Training Has Completed. Upon The Completion Of Installation Of Equipment One Good Faith Payment Shall Be Received.
contractor Responsibility
the Contractor Shall Provide Enough Cat5 Data Line To Support Manipulation And Connection Of Devices To Existing Computer Port Connections, And Uninterruptable Power Supplies (ups) And/or Surge Suppressor Devices For All Equipment Not Already So Buffered.
all Information And Data Related To This Project That The Contractor Gathers Or Obtains Shall Be Both Protected From Unauthorized Release And Considered The Property Of The Government. The Contracting Officer Will Be The Sole Authorized Official To Release Verbally Or In Writing, Any Data, The Draft Deliverables, The Final Deliverables, Or Any Other Written Or Printed Materials Pertaining To This Contract. Press Releases, Marketing Material, Or Any Other Printed Or Electronic Documentation Related To This Project, Must Not Be Publicized Without The Written Approval Of The Contracting Officer.
government Responsibility
the Government Will Provide Contractor Access To An Intact, Operational Data Network And Server Host Site Capable Of Effectively Supporting Day To Day Operation Of The Pyxisâ® System. The Government Will Also Furnish Connectivity Via Computer Ports For Those Patient Care Areas Receiving Deployed Equipment And Not Currently Having An Adequate Connection. Power (emergency Red Plug) And Network Receptacles For Operation Of The Devices Will Also Be Provided By The Government.
the Government Will Obtain The Vista Interface License Required To Allow Non-va Vender Technology Communications With Va Systems.â
all Government Personnel Involved With The Installation, Configuration, And Day-to-day Operation Of The Packager And Verifications System Will Be Properly Trained On The System S Operation And Current On Training Necessary For The Protection Of Sensitive Information While Using The Devices.
security Requirements
medication Packaging And Pouch Verification Devices Will Communicate Over Network Connections Considered Secure As Measured Against Department Of Veterans Affairs National, Regional, And Local Guidelines. The Contracted Maintenance Requirement Of The Automated Medication Packager And Pouch Verification System Will Allow And Require Remote Access To The Various Systems By Each Vendors Technical Personnel. Vendor Will Set Up An Account With The Department Of Veterans Affairs That Permits Communication With The Local System Via Virtual Private Network (vpn). During Specific Critical Situations Or Under Circumstances Considered Catastrophic, Communication Via Modem May Be Permitted By The Facility Iso Only.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Vha Policy.â
the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Vha 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
records
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, Regardless Of The Medium In Which The Record Exists.
a 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 Veterans Health Administration (vha)/ Va Tennessee Valley Healthcare System (va Tvhs) Records.â
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Vha Contract.
may Include Deliverables And Documentation Associated With Deliverables.
contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. 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
va Tvhs 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 Va Tvhs 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 Va Tvhs. 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. 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).
the Vha/va Tvhs 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.
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This Contract, And Require Written Subcontractor Acknowledgment Of Same.â
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/ Va Tvhs Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
Closing Date28 Apr 2025
Tender AmountRefer Documents
NORTHWESTERN CAGAYAN GENERAL HOSPITAL Tender
Healthcare and Medicine
Philippines
Details: Description "republic Of The Philippines Department Of Health Northwestern Cagayan General Hospital Maharlika Highway, Pinili, Abulug, Cagayan" Request For Quotation Number-2025-0009 Location Of The Project – Abulug, Cagayan Request For Quotation Date: April 08, 2025 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 5:00pm April 16, 2025 In A Sealed Envelope Or Thru E-mail: Procurementnwcgh@gmail.com Very Truly Yours, Kennedy Lappay, Md Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Lot 1 ₱1,964,250.00 Supply And Delivery Of Various Ict Equipments Unit 12 ₱564,000.00 Desktop Computer(complete Set) Specifications: Os: Windows 11 With Ms Office For Home & Student Processor: Intel Core I5-13420 (or Higher) Ram: 16gb Ddr5 Ram + 512gb Ssd Storage Graphics: Intel Uhd 710/730 Or Higher Ports: Audio, Usb, Rj45 , Hdmi, Type C, Bluetooth And Wifi Ready Monitor Size: 23"-25" Ips/ 100mhz Fhd With Usb Keyboard And Mouse With Service Warranty (please Include A Certification That All Installed Parts Are Genuine And Brandnew) Unit 6 ₱288,000.00 Laptop Specifications: Os: Windows 11 Genuine "processor: Intel Core I5-1235u (or Higher) Ram: 8gb Ddr4 3200mhz Ram(or Higher) + 512gb Ssd Storage" "built-in Graphics: Intel Uhd 710/730 (or Higher) Videographics: 2gb Videocard(or Higher) Monitor: 15.6"" Fhd Ips " "ports: Audio Port, Usb 3.0,hdmi, Type C, Lan With Webcam , Wifi And Bluetooth Ready With Ms Office Home & Student" With Complete Package(main Unit, Bag, Charger) And Service Warranty Unit 2 ₱80,000.00 Duplex Document Scanner Specifications: Duty Cycle: Up To 3,000-6,000 Pages Per Day Scan Speed: 26ppm - 40 Ppm / 52ipm -80ipm (300dpi-600dpi) One-pass Duplex Scanning Adf Capacity: 50sheets-100sheets With Ocr Component And Isis Driver Support With Text And Color Enhancement Interface: Usb And Ethernet Port With Pdf/a-1b(iso) Compliant For Archiving Digital Documents With Complete Package ( Main Unit, Power Adapter, Manual) And Service Warranty Unit 12 ₱240,000.00 Ink Tank Printer Specifications: Print, Scan, Copy, Fax (with Lcd Display) 4800 X 1200 Dpi (with Variable-sized Droplet Technology) Max Resolution Printing Yield Up To 4,000-5,000 Pages In Black And 7,000-8,000 Pages In Color 100 Sheets Input Tray Capacity And 30-50sheets Output Capacity Duplex Printing And Supports Legal Size Scanning Through Adf Lan, Wifi& Usb Ready With Complete Package (main Unit, Power Adapter, Usb Printer Cable,free Ink Bottles, Manual) And Service Warranty Unit 1 ₱45,000.00 Projector Specifications: Brightness: 4,000 Lumens (or Higher) Up To 6,000 Hours In Normal Mode (up To 12,000 Hours In Eco Mode) Projects Images Ranging From 30 Inches To 300 Inches With Hdmi, Vga,usb And Audio Inputs With Complete Package (main Unit, Hdmi Cable, Power Cable, Manual, Presenter If Available )and Service Warranty Unit 1 ₱8,000.00 Projector Screen With Stand 120inches Unit 2 ₱40,000.00 Smart Tv Specifications: 43-45inch Full Hd Smart Tv (1080p) Quad-core Processor, 2gb Ddr4 Ram (or Higher) And 16gb Internal Storage (or Higher) Built-in Isdb Tv Receiver With Hdmi, Usb Port, Audio,wifi,lan ,bluetooth And Screensharing Feature With Free Wall Bracket And Stand, Power Cable, Manual And Service Warranty Unit 20 ₱140,000.00 Ups (uninterruptible Power Supply) Specifications: 1500va/900w With 4 Sockets(or Higher) Line-interactive With Built-in Avr Expected Battery Life (3-5years) Or Higher 6 – 30mins Depending On Computer Load (backup Time) Typical 8– 10hrs (recharge Time) With Indicator For Ac, Battery, Fault , Auto Sensing Frequency And Surge Protector With Complete Package Including Service Warranty Unit 5 ₱10,000.00 Extension Cord Heavy Duty Specifications: Length: 5m-10m Voltage Surge Protector (protects Appliances From Voltage Spikes) 1 Circuit Breaker (protects Appliance From Overload) Socket: 6 Or Higher (with Grounding And Indicator Light) With Service Warranty Unit 2 ₱5,000.00 External Portable Hard Drive Specifications: 2.5inch (usb 3.0 Or Higher Backward Compatible ) Must Be Original(genuine Parts) And Windows/mac Os Compatible With Complete Package And Service Warranty Unit 2 ₱7,000.00 Fingerprint/face Recognition Biometric Attendance Specifications: 2.8-inch Color Lcd Screen, Stereo Speakers Tcp/ip Port For Internet Connection Stores 200-300 Faces, 5000-6000 Fingerprint Templates And 50,000-60,000 Transactions. With Complete Package (unit, Charger, Manual, Cd For Sdk Development)and Service Warranty Unit 2 ₱34,000.00 Portable Speaker Specifications: 2-way Active Speaker With Guitar And Wired Mic And Bluetooth With 2 Wireless Microphone With Complete Package (unit,charger,wireless Mic, Manual) And Service Warranty Unit 10 ₱5,000.00 Usb Flash Drive Specifications: 8gb Storage Capacity Usb 3.1 Gen 1 (backward Compatible) Unit 1 ₱45,000.00 Smart Tv Specifications: 65-inch Led/qled/oled Smart Tv With Resolution: 4k Ultra Hd Quad-core Processor, 2gb-4gb Ddr4 Ram And 16gb-32gb Internal Storage With Hdmi, Usb Port, Audio,wifi,lan ,bluetooth And Screensharing Feature With Complete Package(unit, Power Cable, Manual, Remote,and Bracket(if Available) And Service Warranty Unit 5 ₱12,500.00 Solid State Drive (ssd) Specifications: 240gb 2.5inch Sata Iii With Sata Cable(if Available) Unit 5 ₱7,500.00 Hd Webcam Specifications: Hd 720p/30fps (or Higher) Widescreen Hd Video Calling Built-in Mic With Noise Reduction Supports Usb 3.0(backward Compatible) Unit 6 ₱72,000.00 Android Touchscreen Smartphone Specifications: Android 14 Os(or Higher) Ram: 8g Ram(or Higher ) Storage: 128gb(or Higher) 5000mah Battery Or Higher Expandable Memory, Fingerprint Sensor, Gps,touchscreen, Lte, Wifi(2.4ghz /5ghz), Bluetooth, Usb Type C With Complete Package(main Unit, Charger, Manual, Ntc Seal And Service Warranty Unit 1 ₱2,000.00 Wireless Microphone Specifications: Uhf (ultra High Frequency) Systems With 2pcs Wireless Microphone And Receiver With Complete Package (battery, Manual, Charger, Receiver) And Service Warranty Unit 25 ₱12,500.00 Cat6 Modular Box (dual Port) Specifications: 2 Ethernet Ports Surface Mount Box (mounting Screws, Adhesive Tape At The Back, Keystone) Unit 5 ₱50,000.00 Led Monitor Specifications: Size: 23.8 - 24 Inches Ips Full Hd Resolution With Stand And Wall Mountable Support Vga And Hdmi Support With Complete Package And Service Warranty Unit 3 ₱4,500.00 Ddr4 Desktop Ram Specifications: 8gb Ddr4 3200mhz Unit 3 ₱30,000.00 Access Point Specifications: Dual Band Wi-fi 6 With 300+connected Devices (or Higher) Powered Using Poe With Complete Package(main Unit, Mounting Plate, Screws And Anchors, Manual And Service Warranty Unit 10 ₱10,000.00 Wired Keyboard And Mouse Specifications: Keyboard: Mechanical Port: Usb Port Material:abs Keycaps Length: 150cm Compatible: Win7/win8/win10/win11 Mouse: Optical Sensor + 1200dpi Mouse Resolution Material: Abs Backlight: Yes Length: 150cm Port: Usb Port Compatible: Win7/win8/win10/win11 Spill-resistant Designs With Service Warranty Unit 2 ₱80,000.00 Poe Switch Specifications: 24 X Gigabit Ethernet Ports (with Poe Out, 802.3af/at Support) 4 X 10g Sfp+ Ports For Fiber Uplinks Dual Boot: Can Run Swos (for A Lightweight Switch Interface) Or Routeros (for Extended Layer 3 Functionality) With Vlan Support And Port Isolation Functionality Ram: 98dx3236 (arm 32-bit, 800 Mhz, Dual-core), 512mb Ram And 16mb Flash Active Cooling With Dual Fans Redundant Power Supply With Complete Package And Service Warranty Unit 1 ₱40,000.00 Enterprise-grade Router Specifications: Cpu: Quadcore Arm Cortex Up To 2.0ghz + 4 Gb Ram + 128gb Nand Storage (or Higher) Ethernet Ports: 16 X 10/100/1000 Mbps Gigabit + 2 X 10g Sfp+ Cage, Rj45 Console Port (can Accept 1g Sfp Modules Backward Compatible) Routeros Level 6 – Fully Unlocked Firewall, Nat, Vpn, And Qos Ac Inputs: 2 (dual Redundant Power Supplies) With Active Cooling Two Fans With Complete Package And Service Warranty Unit 1 ₱25,000.00 Monochrome Laser Printer Specifications: Print Technology: Electrophotographic Laser Memory: 256 Mb + Processor Speed: 1.2 Ghz (or Higher) 250-sheet Standard Paper Tray And 100-sheet Multipurpose Tray Automatic Duplex Printing: Yes Network Security: Supports Ssl/tls (ipps, Https, Smtp), Snmp V3, 802.1x (eap-md5, Eap-fast, Peap, Eap-tls, Eap-ttls), Kerberos, Ipsec Super High Yield: Tn-920xxl (approximately 11,000 Pages) "drum Unit: Dr-920 (approximately 45,000 Pages) With Complete Package And Service Warranty" With Complete Package(free Toner) And Service Warranty Unit 1 ₱20,000.00 Dot Matrix Printer Specifications: Print Direction: Bi-direction Number Of Pins In Head: 9pins "cut Sheet (single Sheet): Length: 100 ~ 364mm (3.9 ~ 14.3"") Width: 100 ~ 257mm (3.9 ~ 10.1"") Thickness: 0.065 ~ 0.14mm (0.0025 ~ 0.0055"")" "continuous Paper (single Sheet / Multi-part): Length: 101.6 ~ 558.8mm (4.0 ~ 22.0"") Width: 101.6 ~ 254.0mm 4.0 ~ 10.0"") Thickness: 0.065 ~ 0.39mm (0.0025 ~ 0.015"") (total)" "envelope (no.6): Length: 92mm (3.6"") Width: 165mm (6.5"") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0,0205"") (total)" "envelope (no.10): Length: 105mm (4.1"") Width: 241mm (9.5"") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0.0205"") (total)" "roll Paper: Width: 216mm (8.5"") Thickness: 0.07 ~ 0.09mm (0.0028 ~ 0.0035"")" Print Head Life: 400 Million Strokes Per Wire Ribbon Life: Approx. 4 Million Characters (or Higher) Paper Type: Continuous, Single-sheet, Envelopes Windows Os Support(backward Compatibility) With Complete Package(free Ribbon Cartridge) And Service Warranty Piece 2 ₱2,000.00 Cat6 Rj45 Pass-through Crimping Tool Roll 4 ₱10,000.00 Cat 6 Utp 305m (ethernet Cable) Box 3 ₱1,500.00 Rj45 Connector 100pcs (pass Through Connector Easy To Crimp) Bottle 10 ₱7,000.00 Epson L8050 Ink, 70ml (black 057) Bottle 10 ₱7,000.00 Epson L8050 Ink, 70ml (light Magenta 057) Bottle 10 ₱7,000.00 Epson L8050 Ink, 70ml (magenta 057) Bottle 10 ₱7,000.00 Epson L8050 Ink, 70ml (cyan 057) Bottle 10 ₱7,000.00 Epson L8050 Ink, 70 Ml (light Cyan 057) Bottle 10 ₱7,000.00 Epson L8050 Ink, 70ml (yellow 057) Bottle 10 ₱5,000.00 Epson L3250 Ink, 65ml (black 003) Bottle 10 ₱5,000.00 Epson L3250 Ink, 65ml (magenta 003) Bottle 10 ₱5,000.00 Epson L3250 Ink, 65ml (cyan 003) Bottle 10 ₱5,000.00 Epson L3250 Ink, 65ml (yellow 003) Piece 5 ₱11,750.00 Hp 26a Black Original Laserjet Toner Cartridge (cf226a) Compatible With Hp Laserjet Pro M402, Mfp M426 Total: ₱1,964,250.00 Purpose: Essential For The Office Productivity And Operations Of The Hospital. "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh- Nwcgh, Abulug, Cagayan- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh-nwcgh, Abulug, Cagayan Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. Business Name To Our Valued Suppliers: 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. /cellphone No: Account Name: 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Lbp Account Number: Tin No: Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Date Of Tin Registration: Integrated Development Committee - Tel. No. (02) 304-6523 Please Coordinate With Bac Secretariat: Mr. Mark Kenneth Nicolas Phone No.: 0936-193-3845 Date Served: Pr/jr No. 2025-04-142
Closing Date16 Apr 2025
Tender AmountPHP 1.9 Million (USD 34.2 K)
1551-1560 of 1586 archived Tenders