Cable Tenders
Cable Tenders
Province Of Davao De Oro Tender
Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Office Of The Governor Bids And Awards Committee Itb No. 24-092 Invitation To Bid For Supply And Delivery Of Access Switch With 10g Transceivers With Optical Transceiver Sfp 10g Single Mode 1. The Provincial Government Of Davao De Oro, Through The Ab Cy 2024/sb2 Capital Outlay Intends To Apply The Sum Of Four Hundred Sixty-eight Thousand Six Hundred Fifteen Pesos (php 468,615.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Access Switch With 10g Transceivers With Optical Transceiver Sfp 10g Single Mode For The Use Of Structured Cabling- Picto With Purchase Request No. 24-5664 Under Bid No. B-24-0326 Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From Bids And Awards Committee (bac) Secretariat Office, 3rd Floor, Right Wing, Provincial Capitol Building, Cabidianan, Nabunturan, Davao De Oro Province And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays (8:00 A.m. To 5:00 P.m.). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 31, 2024 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents To The Provincial Government Of Davao De Oro, Thru Provincial Treasurer’s Office, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 7, 2025 Until 8:30 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On January 7, 2025, 9:30 A.m. Onwards At 3rd Floor, Bids And Awards Conference Room, Provincial Capitol, Cabidianan, Nabunturan, Davao De Oro Province. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Provincial Government Of Davao De Oro 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. 10. For Further Information, Please Refer To: Jenes B. Miñoza Head – Bac Secretariat Bids And Awards Committee (bac) Secretariat Office 3rd Floor, Right Wing, Provincial Capitol, Cabidianan, Nabunturan, Davao De Oro Province – 8800 Cel #: 0946-470-6261 Email Address: Bac@davaodeoro.gov.ph 11. You May Visit The Websites: For Downloading Of Bidding Documents: Philgeps.gov.ph / Davadeoro.gov.ph Date Of Issue: December 31, 2024 Sgd: Lara Zaphire Kristy N. Bermejo, Mpa Chairperson, Bids And Awards Committee
Closing Date7 Jan 2025
Tender AmountPHP 468.6 K (USD 8 K)
Province Of Davao De Oro Tender
Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Office Of The Governor Bids And Awards Committee Itb No. 24-091 Invitation To Bid For Supply And Delivery Of Fire Suppression System 1. The Provincial Government Of Davao De Oro, Through The Ab Cy 2024/sb2 Capital Outlay Intends To Apply The Sum Of Three Million Pesos (3,000,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Fire Suppression System For The Use Of Structured Cabling- Picto With Purchase Request No. 24-5687 Under Bid No. B-24-0333. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From Bids And Awards Committee (bac) Secretariat Office, 3rd Floor, Right Wing, Provincial Capitol Building, Cabidianan, Nabunturan, Davao De Oro Province And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays (8:00 A.m. To 5:00 P.m.). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 31, 2024 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents To The Provincial Government Of Davao De Oro, Thru Provincial Treasurer’s Office, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Provincial Government Of Davao De Oro Will Hold A Pre-bid Conference On January 7, 2025, 1:00 P.m. Onwards At 3rd Floor, Bids And Awards Conference Room, Provincial Capitol, Cabidianan, Nabunturan, Davao De Oro Province, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 21, 2025 Until 8:30 A.m. 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 21, 2025, 9:30 A.m. Onwards At 3rd Floor, Bids And Awards Conference Room, Provincial Capitol, Cabidianan, Nabunturan, Davao De Oro Province. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Davao De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Jenes B. Miñoza Head – Bac Secretariat Bids And Awards Committee (bac) Secretariat Office 3rd Floor, Right Wing, Provincial Capitol, Cabidianan, Nabunturan, Davao De Oro Province – 8800 Cel #: 0946-470-6261 Email Address: Bac@davaodeoro.gov.ph 12. You May Visit The Websites: For Downloading Of Bidding Documents: Philgeps.gov.ph / Davaodeoro.gov.ph Date Of Issue: December 31, 2024 Sgd: Lara Zaphire Kristy N. Bermejo, Mpa Chairperson, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 3 Million (USD 51.2 K)
Caraga Regional Hospital Tender
Others
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Bids And Awards Committee Ooooooo --------------------------------------------------------------------------------------------------------------- @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Invitation To Bid Ib No. 2024-01-21 (115) Supply And Delivery Of Various Equipment For Calibration Services - Rebid Abc: ₱ 4,800,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2024 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Four Million Eight Hundred Thousand Pesos Only ( Php 4,800,000.00 ) Under The Contract For The Supply And Delivery Of Various Equipment For Calibration Services - Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding, To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Defibrilator Measurement Analyzer 1 Unit 1,600,000.00 1,600,000.00 2 Electrosurgical Devices Analyzer 1 Unit 1,700,000.00 1,700,000.00 3 6 In 1 Patient Vital Signs Simulation/nibp, Spo2, Ecg, Temp, Ibp & Respiration Functionality Test 1 Unit 1,000,000.00 1,000,000.00 4 Gas Flow Equipment Analyzer 1 Unit 500,000.00 500,000.00 Grand Total ₱ 4,800,000.00 1. Defibrilator Measurement Analyzer Description Patient Category Defibrillators Analyzer Automates The Inspection And Preventive Maintenance Testing Of Defibrillators. They Need To Be Able To Test At Least Four Basic Defibrillator Performance Characteristics: Discharge Energy, Synchronized-mode Operation, Automated External Defibrillation, And Ecg Monitoring. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. Clinical Department /ward Biomedical Department Technical Specifications Defib Measurement; Load Resistance; 45 -50ω +/- 1% No-inductive Range: 0-200 Joules Accuracy: ±1% Of Reading ±1 Joule Range (high): 200-600 Joules Accuracy: ±1% Of Reading ± 1 Joule Resolution: 0 - 0.1 Joule Voltage: 0 – 1000 To 5000 Volts Current: 0 – 50 To 100 Amps Sampling Rate: 200-250 Khz Sampling Frequency Maximum Pulse Width (capture Time): 5us – 100 To 120 Ms Clock Accuracy; 0.10s To 100+/_ 0.05s Aed Pulse Mode Waveforms; Normal Sinus Rhythm (nsr): 20 -300 Bpm, Amplitude 1.00mv (± 2%) Asystole (asys) Ventricular Fibrillation - Coarse (vfbc) 230-240 Bpm Amplitude) 1.00mv (± 2%) Ventricular Fibrillation – Fine (vfbf) 230-240 Bpm Amplitude) 1.00mv (± 2%) Monomorphic Ventricular Tachycardia(mvt0: 210 Bpm, 1.00mv (±2%) 200-210 Bpm, 1.00mv (±2% Atrial Fibrillation (afb): 20-300 Bpm, Amplitude 1.00mv (± 2%) Ecg Simulator: Ecg Simulation With High Level Output. Ecg Waveforms – Sinus: Normal Sinus Rhythm (nsr): 20 – 300 Bpm, Amplitude 0.50 – 5.00mv (± 2%) St Elevation (ste): 20 -300 Bpm, Amplitude 0.50 – 5.00mv (± 2%) St Depression (std): 20 -300 Bpm, Amplitude 0.50 – 5.00 Mv (±2%) Myocardial Infarction (mi): 20 – 300 Bpm, Amplitude 0.50 – 5.00mv (±2%) Tall T (tt): 20 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Ecg Waveforms – Ventricular Arrhythmias: Premature Ventricular Contraction: 75-80 Bpm Intermittent (pvci): Amplitude 0.50 -5.00 – 5.00 Mv (±2%) Bigeminy (big): 75-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Trigeminy (trig): 75-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Ventricular Flutter (vflt): 230-240 Bpm, Amplitude 0.50 -5.00mv (± 2%)) Ventricular Fibrillation – Coarse (vfbc); 23-=240 Bpm, Amplitude 0.50 -5.00mv) Ventricular Fibrillation – Fine (vfbf): 230-240 Bpm, Amplitude 0.50 – 5.00mv (± 2%)) Monomorphic Ventricular Tachycardia (mvt): 200-210 Amplitude 0.50 – 5.00mv (±2% Right-focal Premature Ventricular Contraction (rfpvc) : 70-80 Bpm, Amplitude 0.50 -5.00mv (±2%)) Ecg Waveforms – Atrial Conduction Arrhymias: First Degree Av Block (favb): 70-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Second Degree Av Block : 70-80 Bpm - Mobitz I (sav_ Mi): Amplitude 0.50 -5.00 Mv (± 2%) Second Degree Av Block: 70-80 Bpm) - Mobitz Ii (savb_mii): Amplitude 0.50 -5.00mv (±2%) Third Degree Av Block (tavb): 45-50 Bpm, Amplitude 0.50 -5.00mv (±2%)) Ecg Waveforms – Atrial Arrhythmias: Sinus Arrhythmias (sar): 20 -300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Missing Beat (mb): 20 - 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Atrial Flutter (aflt): 250-300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Atrial Fibrillation (afb); 20 - 300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Paroxysmal Atrial Tachycardia (pat): 170-180 Bpm, Amplitude 0.50 -5.00mv (±2%) Premature Junctional Contraction (pjc): 20 - 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Ecg Pacer Waveforms: Synchronous Atrial (aai): 20 - 300 Bpm, Pulse Amplitude 0.50 5.00mv Pulse Width 0.1 – 2.0ms Asynchronous Astrial (aoo): 20 - 300bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 - 2.0ms Pacer (pcr); 20 – 300 Bpm Pulse Amplitude 0.50 – 5.00mv. Pulse Width 0.1 – 2.0ms Ventricular Pacer (vvi); 20 300 Bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 – 2.0ms Atrial & Ventricular Pacer (ddd): 20 - 300 Bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 – 2.0ms R-wave Detection (rwd): 20 -300 Bpm Pulse Amplitude 0.50 -5.00mv Ecg Performance Wave Forms: Sine (sine): 0.1 – 300hz 1.00 – 10.00 Mv Square (sq): 0.1 – 300hz 1.00 – 10.00 Mv Triangle (tri): 0.1 – 300hz 1.00 – 10.00 Mv Sawtooth (saw): 0.1 – 300hz 1.00 – 10.00 Mv Inverse Sawtooth (invsaw): 0.1 – 300hz 1.00 – 10.00 Mv Pulse (pulse): 0.1 – 300hz 0.50 – 5.00 Mv Ecg Noise Selection: Amplitude 0 – 10.00mv Frequency 50 - 60 Hz Ecg Accuracy: Rate: ± 1% Bpm Amplitude: ± 2% (la-ll). ± 10% (paddles) Lead Ii: 1 – 10 Mv (in Steps Of 0.5 Mv). Other Leads Are Proportional To Lead Ii By The Following Percentages; Lead I: 60% Lead Ii 100% Lead Iii: 40% Pacer Input: Fix Load: 40-50ω Accuracy: 1 % , Non-inductive Over Voltage Protection: 5000 Va (4500-5000) Variable Load: 50 -1600ω In 50ω Steps Accuracy: 1 % Non Inductive Pulse Rate: 5.0 – 800ppm Accuracy: +/- (0.5% Rdg + 0.1ppm) Heart Rate Selection: 20 - 300 Bpm Under And Overdrive: 85% (20 Bpm Min) And 115% (300bpm Max) Wave Form Selection: Nsr, Vfibc, Vfibf, Mvt, Afib, Missing Beat, R-wave Detection Pulse Current Amplitude: 5.00 – 200ma Accuracy: +/- (1% Rdg + 0.02ma) Current Measurement: Average (rms) Leading Edge, Trailing Edge, Peak ( The Highest During The Pulse ) Pulse Width: 1.00 – 100ms Accuracy: +/- (0.5% Rdg + 0.01ms) Pulse Energy: 1µj – 2.00j Accuracy: +/- 4% + 10µj Pacer Manufacturer Algorithms: Cu Medical, Ge, Hp,laerdal, Mindray, Philips, Physiocontrol, Schiller, Welchallyn, Zoll Pacer Refractory Periods: Refractory Period Test: 15 – 500ms (paced And Sensed) Accuracy; +/- 1ms Pacer Sensitivity Test: Wave Form, R Wave: Polarity Normal And Reversed Selectable Dynamic Sensitivity: 0.05mv -5.00mv In 50µv Steps Pacer Interference Test (immunity): Heart Rate: 20 -300 Bpm Frequency: 50 Or 60 Hz Noise Level In Mv: 0-15.0mv Operation: 9.2-9.6v/2300-2400mah Nickel Metal Hydride Battery Pack Battery Charge Time: 2-2.5 Hours Battery Capacity (fully Charged): 10-12 Hours Mains Supply: 110/230v Ac.: 50 To 60hz 35va Power Supply Storage Environment: - 15°c To 60°c Operating Condition: 0°c To 40°c Environment Protection: Ip 40 Communication: Usb Display: Lcd Colour Graphic Display ¼ Vga Memory: 80-100 Test Results Including Graphs) Impact Rating: 5j Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Aed Lead • Ecg Snap Adapter 10 Pack • Usb Cable • Test N Tag 2 Bluetooth Printer • Thermal Labels Rolls 5 Pack • Paddle Adaptor Box • Paddle Adaptor Box Lead (red) • Paddle Adaptor Box Lead (black) • Applied Part Adaptor 10 Pack • Carrying Bag • Manual Guide Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1.local Clinical Staff To Affirm Completion Of Installation, 2. Calibration Certificate And Warranty Certificate 3. The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 4. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 5. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 6. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training And Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 2. Electrosurgical Devices Analyzer Description Patient Category Electrosurgical Unit (esu) Analyzers Automate The Testing And Inspection Of The Output Circuits And Safety Feature Of Esus. They Perform Testing That Would Otherwise Require Several Other Pieces Of Equipment, As Well As Considerably More Time And Greater Technician Expertise. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. Clinical Department /ward Biomedical Department Technical Specifications Power Measurement: True Rms Value Of Applied Waveform Power Rating: 0 – 800w (rms) Accuracy: ± ( 1w + 5% Of Reading) Duty Cycle: 80 – 100% Up To 60 Seconds Load Bank: 0 - 5115ω Resolution: 5 -7ω Voltage (peak): 5– 10kv (peak) - Closed Load Only Accuracy: ± (10% Of Reading + 15v) Voltage: 5 – 700v Rms Accuracy: ± (10% Of Reading + 5v) Current (rms): 0 – 6000 Ma With Load Banks 0 -8000ma External Load Test Accuracy: ± (2% Of Reading + 10ma) Crest Factor: 1.4 – 20 (vpeak / V Rms) Rms Bandwidth; Instrumentation Only: 30 Hz To 10mhz (-3 Db) With Loads: 30 Hz To 2.5 Mhz (-3 Db) Variable Loads: 5 - 5115ω Steps @ 5ω (1023 Steps) Accuracy: ± (1% + 0.5, 0.0ω Of Set Of Load) Load Array: Ceramic Resistors (non-inductive) Measurement Delay: Foot Switch Delay Selectable Between 300-5000ms (8-10m Seconds Resolution) Rf Leakage (high Frequency Leakage): Active: From Active Part To Earth Passive: From Plate – Receptacle – Earth Load: Variable See Power Measurement Fixed 2 X 200ω Accuracy: ± 1%, + 0.5, - 0.0 Ω Contact Quality Monitoring (cqm): Range: 0 -475ω Steps @ 1 Ω Steps Motor Driven Potentiometer Accuracy: ± 5-7% ± 1-2ω Alarm Register: High And Low Manual Confirmation Ranging: Manual Or Automatic Output Connectors: Remote Foot Switch Control (cut): Yellow, Single Relay Contact Remote Foot Switch Control (coag): Blue, Single Relay Contact High Frequency Leakage: Through 4mm Sockets And Power Measurements Usb: Pc Download Oscilloscope Output: 0.5v/a, 100ma, Rf Current Minimum Input, Un-calibrated, Indication Only Isolation: 10kv Isolation Between Measurement Device And Enclosure Low Frequency Filter: 100hz Filter To Avoid Low-frequency Disturbance Or Interference General: Memory: 4000- 5000 Records (4mb) Output: Csv And Sss Format Dimensions: Not More Than 373mm X310mm X210mm Weight: 10-12kg / 22 Lbs Operating Temperature: 10°c - 40°c / 50°c / 32°f -122°f Main’s Power: 115/230v Ac + 10%; 48 To 66 Hz, 35 Va Fuses: 2x 1.6 A (t) Ceramic Standard Accessories: Mains Lead, Usb Lead, Calibration Certification Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Test Lead, Usb Lead • Cut/coag Control Interface Cables • Power Cord • Colored Sheathed Banana Set • Operator Cd • Manual • Carrying Bag Training, Installation And Utilisation Pre-installation Requirements • Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning • Local Clinical Staff To Affirm Completion Of Installation, Calibration Certificate And Warranty Certificate • The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. • The Supplier Must Have A Certificate Of Being An Authorized Service Partner. • The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. • The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 3. 6 In 1 Patient Vital Signs Simulation / Nibp, Spo2, Ecg, Temperature, Ibp, And Respiration Functionality Test. Description Patient Category A Medical Device Tester Is Responsible For Ensuring That Medical Devices Meet Quality And Safety Standards. They May Work With A Variety Of Devices, From Blood Pressure Monitors To Pacemakers Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. 6 In 1 Patient Vital Signs Simulation: • Nibp, Spo2, Ecg, Temperature, Ibp, And Respiration Functionality Test. Clinical Department /ward Biomedical Department Technical Specifications Detailed Requirements Displayed Parameters User Adjustable Settings Non-invasive Blood Pressure Simulation: Waveform: Oscillometric Pulse Volume: High, Medeum,low, Pediatric Heart Rate; 20-300bpm Integrated Pump; 0 To 350mmhg User Configuration Leak Test: User Configurable Between 0-350mmhg Chronometer; Configurable Up To 999 – 1100 Secs) Digital Manometer: 0-410mmhg Pressure Accuracy: +/- 0.5% Fs Pressure Unit: Mmhg, Inhg, Kg/cm2. Cmh20, Mbar, Psi, In H20 And Kpa Oxygen Saturation Simulation(puls-r): Range: 30 To 100% Repeatability; Positive/negative 5% Of Reading Between 30-59% Spo2 Positive/negative 3% Of Reading Between 60-89% Spo2 Positive/negative 1% Of Reading Between 90-100% Spo2 ( Accuracy Of Simulation When Used With The Corresponding R-curves Based In Using The Same Probe And Monitor Set Up . Note That Some Montor Type Might Not Be Able To Display Low Range Sats) Heart Rate: 30-300bpm Accuracy: Positive/negative 1bpm Compatibility: Beijing Choice, Criticare, Ge Tuffsat, Masimo, Mindray, Nellcor, Nellcor Oximas, Nihon Kohden, Nonin, Novametrix, Philips,/hp Ecg Arrhythmia Simulator: Simulation: 5 Lead Simulation Including High Level Output On Normal Sinus Rhythm (nsr), St Elevation, St Depression, Myocardial, Infarction, Tall T Heart Rate: 20-300bpm Accuracy: Positive/negative 1 Bpm Amplitudes; Lead Ii: 0.5 -5 Mv (in Steps Of 0.5 Mv). Other Leads Are Proportional To Lead Ii By The Following Percentage: Lead I : 60% Lead Ii : 100% Lead Iii : 40% Accuracy: Positive/negative 2% Connection High Level Ecg 3.5mm Jack Plug St Elevation /depression: Heart Rate: 20-300bpm Elevation %: 7%, 13%, 20% Elevation Slope: Positive, Negative, Flat Myocardial Infarction: Type: Ischemia, Injury, Infarction, Inferior Infarction Heart Rate: 20-300bpm Tall T: Heart Rate: 80 Bpm (ranges 75-80) T Wave Amplitude: 0-1.2mv (steps Of 0.1mv) Arrhythmia Waveforms (atrial); Simulation: 5 Lead Simulation Amplitudes: 0.5 / 1 / 1.5 / 2 / 2.5 / 3 / 3.5 / 4 / 4.5 / 5 Mv. Heart Rate ( When Applicable ) 20 – 300bpm Atrial: Sinus Arrhythmia (sa), Missing Beat, Atrial Flutter (aflt), Atrial Fibrillation (afb), Paroxysmal Atrial Tachycardia (pat), Junctional Premature Contraction. Atrial Conduction: First Degree Av Block, Second Degree Av Block – Mobitz I, Second Degree Av Block – Mobitz Ii, Third Degree Av Block, Right Bundle Branch Block (rbb), Left Bundle Branch Block (lbb), Left Anterior Hemiblock. Ventricular: Premature Ventricular Contraction – Intermittent Premature Ventricular Contraction – Continuous Bigeminy, Trigeminy, Ventricular Flutter (vflt), Ventricular Fibrillation Fine (vfbf), Ventricular Fibrillation Coarse ( Vfbc), Monomorphic Ventricular Tachycardia (mvt), Polymorphic Ventricular Tachycardia (pvt) Right Focal (pvc). Performance Waveforms: Shape: Sine, Square, Triangle Rate: 0.1 To 0.9hz (in Steps Of O.1hz) 1 To 100hz (in Steps Of 1hz) Amplitude: Lead Ii : 0.5-5 Mv (in Steps Of 0.5 Mv) Other Leads As Above Accuracy: 2% Shape: Pulse Rate: 20 Ms Pulse Duration, 4 Second Delay Amplitude: Lead Ii : 1 Mv. Other Leads As Above Accuracy: 2% Pacer Waveforms: Available: Synchronous Atrial, Asynchronous Atrial, Paver Only, Ventricular Pacer, Atrial & Ventricular Pacer. Qrs: 1mv Pacer Pulse Amplitude: 0.1-2mv Pacer Pulse Polarity: Positive/negative Pacer Pulse Width: 0.1-2ms R Wave Detection: Heart Rate: 70 Bpm R Wave Width; 10-120ms (steps Of 10ms) Temperature Simulation: Simulation; Ysi 400 / 700 Static Range; Preset At 25, 23, 37, And 41c Accuracy: ± 0.1c Default Setting: Ysi 400 37c Respiration Simulation: Rates; 5, 10, 15, 30, 60, 120, 180 Breaths Per Minute Base Resistance: 250, 500, 750, 1000 Ohms Accuracy: ± 10% Resistance Variation: 0.1, 0.5, 1.0, 1.5 Ohms Accuracy: ± 10% Default Setting: 15bpm / 250ω / 0.1ω Apnoea Simulation: 0-60 Seconds Duration 0-300seconds Interval Invasive Blood Pressure Simulation; Channels: 2 Channels Static: 0 To 300mmhg Dynamic: 0-300mmhg For Systolic 6 Diastolic Accuracy: ±1mmhg Excitation Voltage: 2 – 16v Impedance: 350ω Nominal Simulated Sensitivity: 5µv / V /mmhg Basic Specification: Operation; Battery Cell, In-site Charge Battery Charger: 100-240vac, 50/60hz Supply; 12 Vdc Centre Positive Battery Life: 8 Hours Standby Or A Maximum Of 200 Nibp Simulations Memory Capacity; Approx. 5, 000 Records Communication: Bluetooth Display: Monochrome, ¼ Vga Full Graphics Keypad: Alpha Numeric Weight: < 1.5 Kg, <3.5lbs Size (lxwxd): 250-270 X 100 To 110 Mm / 10.5 X 4 X3 Operating Environment: - 15° - + 60°c Environmental Protection: Ip 40 Puls-r: Compatibility Beijing Choice, Ge Tuffsat, Mindray, Nellcor Oximax, Nonin, Philips / Hp, Criticare, Masimo, Nellcor, Nihon Kohden, Novametrix Supported Default R-curves Heart Rating: 30 – 300bpm Accuracy Of Simulation When Used With The Corresponding R Curves: Resolution 1% Steps - Range 30-59% - Repeatability ± 5% 1% Steps -range 60 – 89% - Repeatability ±3 % 1% Steps -range 90 – 100% - Repeatability ±1% Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Ibp Connection Cable • Nibp Accessories • Temperature Connect Cables • Ecg Cables And Leads • Puls-r Universal Spo2 Simulation Finger Standard Accessories: • Carry Case • Nibp Tubing Kit • Ecg Adaptor Module And Snap-on Adaptors • Quick Start Guide • Power Supply Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1. Local Clinical Staff To Affirm Completion Of Installation, 2. Calibration Certificate And Warranty Certificate 3. The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 4. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 5. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 6. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 4. Gas Flow Equipment Analyzer Description Patient Category Test Gas Flow And Respiratory Medical Equipment Accurately, Including Ventilators, Flow Meters, Edoscopic Insufflators, Suction Devices, Pressure Gauge And Anaesthesia Machine, Especially When Accuracy Of Low Volume And Pressure Is Crucial. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. 5 In 1 Gas Flow Equipment Analyzer • Ventilators, Flow Meters, Pressure Gauge, Suction Machine And Anesthesia Machine Clinical Department /ward Biomedical Department Technical Specifications Flow And Pressure Measurements: Flow: Range: Accuracy: Measuring Direction * Bidirectional Temperature Compensated * Automatic Or Manual Pressure Compensated *automatic Humidity Compensated *- Manually High Flow * ±300 L/min , * ±1.9% Or 0.1 L/min (for 10..40°c) Pressure: High Pressure (p High) * -1 – 9 Bar * ±0.5-1% °or ±6-7 Mbar Differential Pressure (p High): * ±180-200mbar * ±.05-0.75% Or ±0.5-0.1mbar Pressure In High Flow Channel: * - 55-150mbar * ±0.75% Or 0.1mbar Atmospheric Pressure: * 550-1150mbar * ±1% Or ± 5mbar Units: Flow: * L/min, L/s, Cfm, Ml/min, Ml/s Pressure: * Bar, Mbar, Cmh20, Inh20, Torr, Inhg, Hpa, Kpa, Mmhg, Psi Other Measurement: Oxygen; Concentration; * 0-50% * ±15 O2 Pressure Compensated; * ≤100-150mbar Temperature: In High Flow Channel: * 0-55°c * ±1.75% Or ±0.5% °c Co2: Concentration * 0-16 Vol% * ±(0.2vol% + 2% Of Reading) N2o: Concentration * 0-90 Vol% * ±(2% Vol% + 2% Of Reading) Hal, Iso,enf: Concentration * 0-8% Vol% * ±(0.15% + 5% Of Reading) Sev Concentration *1-10% Vol% * ±(0.15% Vol% +5% Of Reading) Des Concentration * 0-20 Vol% * ±(0.15 Vol% +55 Of Reading) Gas Type: * Air,o2, Air/o2, N2o, N2o/o2, He/o2, N2,c02, Gas Standards: * Atp, Atpd, Atps, Ap21, Stp, Stph, Btps, Btps-a, Btpd, Btpd-a, 0/1013, 20/981, 15/1013, 25/991, 20/1013, Ntpd, Ntps Ventilation Parameters: Breath Rate: Rate: * 1-980 Bpm * ±0.5 Bpm Or ±0.5-5% Or 2.0 Time Ti Te * 0.04 – 60 S * ±0.01-0.02 S Ratio I:e * 1:300-300:1 * ±2.5% * 0-90% * ±3-5% Breath Volumes V: * * ±2% Or 0.20ml (> 6 Sl/min) Vti,vte: * ±10l * ±2% Or ±2.20ml (>6 Sl/min) Minute Volume Vi, Ve: * 0-299sl/min * ±2.5% Pressure P Peak, P Mean, Peep, P Plateau, Ipap: * 2-150 Mbar * ±0.75% Or ±0.1mbar Peakflow Pf Insp1, Pf Xp : * ±300 Sl/min * ±1.9% Or ±0.1% Sl/min Compliance C Stat * 1-1000 Ml/mbar * ±3% Or ±1ml/mbar Trigger Adult, Pediatric, Hfo Ext. Trigger * Adult, Pediatric Hfo, Adjustable On Flow Or Pressure Curves With User Defined Limits General Information; Power: * 100-240vac, 50/60hz Battery * 3-5 Hours Power Consumption * 3-6 W Weight * 0.52-1kg Dimension ( W X D Xh) * 11.4x 7x 7.3cm Depends Of The Manufacturer) Data Storage * Internal And Micro Sd Display * Multi Touch (color) , Realtime Curves Interfaces * Rs-232, Usb , Ethernet, Can, Analog Out, Ttl, Wlan, Tsi4000 And Prima Protocool Calibration * Annually Condition Ambient Temperature * 20-40°c (*59-104°f) Condition Humidity * 20-90% R,h Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Stand • Smartlung Adult (1l) • Webserver Configurator And Monitoring • Flow Lab Software • Oxygen Sensor • Adapter Set • Laminar Flow Tube • Car Adapter • Micro Sd Memory Card • Protection Filter • Usb Cable • Ethernet Cable • Power Supply • Battery Pack • Usb Adapter • Manual • Protector • Carrying Bag Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1. Local Clinical Staff To Affirm Completion Of Installation, Calibration Certificate And Warranty Certificate 2. The Supplier Must Have A Track Record/history/experienced For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 3. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 4. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 5. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) This Procurement Is A Partial Bid Or Line Item Bid. Validity Of The Contract Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specifications And Terms Of Reference Is Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3. (ra 9184) The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). Slcc Shall Be The Same Or Similar In Nature, Which Shall Be Determined By The Bids And Awards Committee. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, At Procurement Section, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 – January 21, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 18, 2024 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83066464127?pwd=umvcd4lcmrkaz6ldz2qhqbhw76cdzk.1 Meeting Id: 830 6646 4127 Passcode: 528376 Deadline Of Submission Of Bids January 21, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com . Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 21, 2025 At 2:00 P.m. Via Zoom Platform. Join Zoom Meeting Https://us06web.zoom.us/j/85126317644?pwd=pqhrftd91zoxlr4ufcctyy7gtdz5qj.1 Meeting Id: 851 2631 7644 Passcode: 872092 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1enb1ofcvp2zs4qembcxjjpeilwkths5c?usp=sharing Payment Of Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 21, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 21, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 4.8 Million (USD 81.9 K)
DEPT OF THE NAVY USA Tender
Others
United States
Details: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available.
the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements.
this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation. information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government. no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.
navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Analog Voltage Output Stimulus Instruments That Meet Or Exceed The Requirements Below.
the Rack Mounted Analog Voltage Output Stimulus Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown:
instrumentation Performance Requirements
analog Voltage Output Stimulus Performance Requirements
** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Draft Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Justin Panecki, Justin.p.panecki2.civ@us.navy.mil .
acquisition Instrumentation Environmental Requirements
the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800.
the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800.
the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration.
the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent.
cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable.
navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above:
vendor Capability.
vendor Capacity.
documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Analog Voltage Output Stimulus Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product.
any Information On Past Performance Of Similar Efforts.
a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments.
the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements.
navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument:
how Long Will The Product Be Supported For Procurement And Repair?
does The Product Require Calibration?
if So, Does The Product Require Additional Equipment/tools To Calibrate?
all Interested Parties Should Have The Following:
a Quality Assurance Program Compliant With Iso9001 Or Equivalent.
test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Analog Voltage Output Stimulus Instruments.
acquisition Instrumentation Software Requirements
instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following:
vxi Plug & Play
standard Commands For Programmable Instrumentation (scpi)
virtual Instrument Software Architecture (visa)
interchangeable Virtual Instrument (ivi)
all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools.
in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response.
to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination.
far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).
interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements.
responses Must Be Received No Later Than December 16th 2024 By 4pm Est.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Land Bank Of The Philippines Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Project/services Requirement: With At Least Five (5) Years Minimum Experience As A General Contractor Related To Construction/renovation Of Commercial Buildings, Hospitals, Multi-storey School Buildings, Bpo’s And Banks With At Least Two (2) Fit-out Projects. Fit-out Projects Shall Refer To Projects Which Include The Electrical, Data And Communications, Mechanical, Water And Sanitary Systems With Inferior Finishes, Fixtures, Office Furnishings And Equipment- I.e Workstations, Air-conditioning Units And Generator Sets. Major Scope Of Works Includes The Following: Site Works; Concrete, Rebars And Form Works; Masonry Works; Carpentry Works; Finishing Works; Metal/steel Works; Specialty Works; Glass And Aluminum Works; Doors And Door Jambs; Painting Works; Plumbing And Sanitary Works; Electrical Works; Structured Cabling; And Permanent Power. Likewise, Supply, Delivery, Installation, Testing And Commissioning Of The Following Equipment And Furnishing: (i) Cash Vault Items; (ii) Various Chairs; (iii) Steel Cabinets; (iv) Roller Blinds: (v) Office Furniture; (vi) System Furniture; (vii) Various Signages And Branch Merchandising Materials; (viii) Air-conditioning Units (acus); (ix) Generator Set; And (x) Closed Circuit Television (cctv) Are Also Included In The Contractor’s Scope Of Works. 1. The Land Bank Of The Philippines, Through The 2025 Corporate Operations Budget Intends To Apply The Sum Of Twelve Million Seven Hundred Twenty-eight Thousand Seven Hundred Forty-six Pesos Only (₱12,728,746.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Services Of A General Contractor For The Proposed Landbank Daraga Branch Relocation/ Fit-out Located At General Luna St., Lgu Compound, Daraga, Albay With Project Identification No. Itb-lbp-rbacv-0125-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Land Bank Of The Philippines Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 135 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Land Bank Of The Philippines- Regional Bids And Awards Committee V (rbac V) And Inspect The Bidding Documents At The Address Given Below During Banking Hours 8:30 A.m. To 3:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (p 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Official Receipt Issued By The Landbank Branch From Where The Bidding Documents Were Purchased Upon The Submission Of The Bidding Documents On The Day Of The Scheduled Opening Of Bids. 6. The Land Bank Of The Philippines Will Hold A Pre-bid Conference On January 31, 2025, 10:00 A.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City Through Face-to-face Meeting And Videoconferencing Using Microsoft (ms) Teams Application, Which Shall Be Open To Prospective Bidders. Interested Bidders Shall Send A Request Email To Lbprbacv@yahoo.com For The Meeting Link. 7. Bids Must Be Duly Received By The Rbac V Secretariat Through Manual Submission At The Given Address Below On February 12, 2025 Not Later Than 9:00 A.m. 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 16. 9. Bid Opening Shall Be On February 12, 2025, 10:00 A.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Land Bank Of The Philippines 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date30 Jan 2025
Tender AmountPHP 12.7 Million (USD 217 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 562-22-700, Construct Ehrm Infrastructure Upgrades At The Erie Va Medical Center (vamc) Located In Erie, Pennsylvania.
project Description:
the Erie Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades Erie, Pa At The Erie Va Medical Center, In Accordance With The Drawings And Specifications. Work Includes General Construction, Alterations, Grading, And The Following Infrastructure Improvements: Electrical Power (normal And Emergency); Bonding; Ups; Building Management System (bms) Interfaces; New And Upgrades Of Existing Hvac; Reconfiguration, Expansion, And Renovation Of Existing Spaces; Communication Infrastructure; Physical Security Upgrades; Upgrade Of Fiber Infrastructure Backbone Campus-wide, Within Buildings And Between Buildings; Construct New Data Center; Hazardous Material Abatement And All Necessary Removal Of Existing Structures And Construction Of Certain Other Items.
the Upgrade To The Infrastructure Will Include Campus Wide New Campus Wide Fiber Backbone Underground Routing And Will Require Excavation, Trenching, Reinforced Concrete Duct Bank With Associated Access Points. Campus Buildings Impacted By The Upgrades Include Buildings 1, 6, 7, 8, 11, 14, And 18. Upgrades In These Buildings Will Include Existing Rooms And Telecommunications Closets And Include Relocation, Reconfiguration, Expansion, And Renovation Involving New Walls, Doors And Finishes, Etc. Throughout Each Space.
construction Shall Comply With Va Infrastructure Standard For Telecommunications Spaces (ists) V4.0, June 1, 2023. New Data Center To Include Electrical Distribution, Cable Management, Data Cabinets, Finishes And Hvac. The Data Center Is Designed For And Meeting The Requirements Of A Small/medium Campus Support Center. The Data Center Shall Be Constructed To Withstand Blast Protection Requirements Per The Va Psrdm.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In March, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 540 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15).
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 15, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
leslie Prather
contract Specialist
leslie.prather@va.gov
secondary Point Of Contact:
samantha Mihaila
contracting Officer
samantha.mihaila@va.gov
Closing Date15 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: This Is A Request For Information (rfi) Only. There Is No Solicitation Package Available.
the Naval Air Warfare Center, Aircraft Division (nawcad) Lakehurst, Nj Is Issuing This Request For Information Notice To Conduct Market Research To Identify Potential Sources And Request Information For A Potential Procurement Of Rack Mounted Analog Discrete Input Measurement Instruments For The Engine Test Instrumentation Replacement System (etirs). The Instrumentation Must Meet Various Functions, And Each Instrument Can Fulfill One Or Multiple Functional Requirements.
this Is A Request For Information Only – Not A Request For Proposal. This Rfi Is Issued For The Purpose Of Determining Market Interest, Feasibility, And Capability Of Sources And Does Not Constitute A Request For Proposal Or Commitment By The Government. this Rfi Is Issued Sole For The Market Research Information And Planning Purposes And Does Not Constitute A Solicitation. information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government. no Reimbursement Will Be Made Of Any Costs To Provide Information In Response To This Rfi Or Any Follow-up Information Requests. this Rfi Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Meeting The Requirements Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.
navair Is Requesting Information On The Industry’s Capability Of Manufacturing Commercial Off The Shelf (cots) Or Modified Cots (mcots) Rack Mounted Mil-std-1553 Communication Performance Instruments That Meet Or Exceed The Requirements Below.
the Rack Mounted Mil-std-1553 Communication Performance Instruments Shall Meet Or Exceed The Performance/environmental Requirements Shown In The Following Functional Breakdown:
instrumentation Performance Requirements
mil-std-1553 Communication Performance Requirements
** Refer To The Tables In The Attached Instrumentation Characteristics Excel File For All Performance Requirements. The Performance Specification Is Export-controlled. In Order To Receive A Copy Of The Performance Specification Interested Respondents Must Be U. S. Dod Contractors. Interested Respondents Must Provide The Contracting Office Point Of Contact Identified Below With A Copy Of Their Current, Approved Form Dd2345, 'militarily Critical Technical Data Agreement'. Once Received And Current Jcp Certification Verified By Navair, The Draft Performance Specification Will Be Transmitted To You From Navair Via The Dod Safe System, To The Data Custodian You Have Identified On The Dd Form 2345. Contractors Must Request The Draft Performance Specification In Writing From Mr. Terrence Shearer, Terrence.d.shearer.civ@us.navy.mil.
acquisition Instrumentation Environmental Requirements
the System’s Equipment Design, Located Outside The Instrument And Control Room (i&c Cab), Shall Meet Class 1 Environmental Requirements As Defined In Table 2 Of Mil-prf-28800.
the System’s Equipment, Within The Instrument And Control Room (i&c Cab) Boundary, Design Shall Meet The Temperature And Humidity Requirements Of Class 4 Equipment In Section 3.9.2 Of Mil-prf-28800.
the System Shall Be Fully Operational During The Expected Shipboard Deck Environmental Vibration Levels As Described Per Mil-std-167-1a, Type 1 - Environmental Vibration.
the System’s Equipment Design Shall Comply With The Requirement Matrix For Navy Surface Ships And Navy Ground In Table 5 Of Mil-std-461 Or Equivalent.
cs115 (conducted Susceptibility, Bulk Cable Injection, Impulse Excitation) And Cs118 (personnel Borne Electrostatic Discharge) Are Specified As Applicable.
navair Is Requesting The Following Information From Industry Vendors To Demonstrate How They Can Meet The Requirements Listed Above:
vendor Capability.
vendor Capacity.
documentation Demonstrating That The Vendor Is Capable Of Manufacturing Cots And/or Modified Cots Rack Mounted Mil-std-1553 Communication Performance Instruments. Documentation Demonstrating That The Vendor Is Capable To Sustain The Product.
any Information On Past Performance Of Similar Efforts.
a Technical Data Sheet Describing The Electrical And Performance Characteristics Of The Instruments.
the Vendors May Also Respond With A Presentation Of 5 Slides Or Less With A Specific Focus On Explanation Of Data Sheets And Instrument Performance In Relation To Gfi Requirements.
navair Is Requesting The Following Information From Industry Vendors To Comprehend The Logistics Impacts Associated To Each Instrument:
how Long Will The Product Be Supported For Procurement And Repair?
does The Product Require Calibration?
if So, Does The Product Require Additional Equipment/tools To Calibrate?
all Interested Parties Should Have The Following:
a Quality Assurance Program Compliant With Iso9001 Or Equivalent.
test Data Demonstrating That The Above Performance And Environmental Requirements Have Been Met With The Proposed Rack Mounted Mil-std-1553 Communication Performance Instruments.
acquisition Instrumentation Software Requirements
instrumentation Shall Be Able To Be Controlled Through An Application Programming Interface (api) By Software Code Running On The Test Bench. Navair’s Preferred Apis Are Those Standardized Interfaces Defined And Managed By The Interchangeable Virtual Instrument (ivi) Foundation (https://www.ivifoundation.org) Including The Following:
vxi Plug & Play
standard Commands For Programmable Instrumentation (scpi)
virtual Instrument Software Architecture (visa)
interchangeable Virtual Instrument (ivi)
all Interested Parties Should Respond With Their Compliance With The Above Apis For Each Potential Offering. If A Vendor’s Instrument Is Not Compliant With The Above Apis, They Should State So And, Instead, Provide An Overview Of How To Programmatically Control Their Instrument, Including Any Required Drivers, Applications, Programming Languages, Operating Systems, Or Third-party Tools.
in Addition To Expressing Interest And Providing The Requested Information, Include Estimated Price Details. The Government Is Seeking Unit Price And Lead Time For Each Type Of Rack Mounted Data Acquisition Instrument Type. Brochures, Manufacturing Capability And Capacity, And Past Performance Information May Be Included In The Rfi Response.
to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics Code Assigned To This Notice. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In This Rfi In Order To Assist The Government’s Capability Determination.
far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).
interested Sources Should Provide Rfi Responses And Related Data To The Pocs Identified Below, No Later Than 30 Days After The Post Date Of This Rfi. All Information Sent Should Reference This Rfi Number On The Subject Response Line Of The Emailed Response As Well As On All Enclosed Documents. Responses Must Include The Company Name, Address, Point Of Contact Name And Email/phone, And Company Size. Proprietary Data Must Be Marked On A Page-by-page Basis And Will Be Kept Confidential And Protected Where So Designated. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Rfp That May Be Issued. Any Comments Provided May Or May Not Be Included In A Formal Solicitation. Respondents May Provide Information And Rough Orders Of Magnitude (rom) On Any Currently Available Product Or A Company's' Capabilities That Will Meet The Navy's Requirements.
responses Must Be Received No Later Than December 16th 2024 By 4pm Est.
Closing Date30 Jan 2025
Tender AmountRefer Documents
National Farming Promotion Tender
Furnitures and Fixtures
Corrigendum : Closing Date Modified
Poland
Details: Ag.b.0162.1.2024.150.pt Kraków 02/08/2024 Price Inquiry Mon. Delivery and installation of air conditioners in the buildings of the Municipal Police Headquarters in Krakow at ul. Mogilska 109” The proceedings are in accordance with Decision No. 58/2021 of November 4, 2021 of the Provincial Police Commander in Krakow General information: 1. The offer should be sent by: August 12, 2024. Until 10.00. Please submit Offers and All Inquiries via the Purchasing Platform to the following address: https://malopolska-policja.eb2b.com.pl, "proceedings" tab - "list of open procedures". In case of problems with submitting an offer, please contact the Eb2b Helpdesk - Contact in the footer of the website. 2. The Offer should be prepared in accordance with this Request. II. Description of the Subject of the Order: Task No. 1 (Computer room, Building G) · Delivery of 2 pcs. of Lg Standard 2 S24et air conditioners or Kaisai Pro Heat Krp-24megi/krp-24mego or Gree Pular Pro Gwh24age-k6dna1a - To be selected by the Contractor and installation in the room On the first floor of the building (indoor units at a height of approx. 3 m, outdoor units on the façade of the building (height 8 meters from the ground). · Delivery and installation: O Air conditioner 1 - Refrigerant pipes 2 x approx. 7 Mb long, - Condensate pipe And a signal cable with a length of approx. 7 Mb, - trays for power cables with a length of approx. 2 x 11 m, - a power cable with a length of approx Mb, - Condensate and signal cable with a length of approx. 11 Mb, - Power cable trays with a length of approx. 10 M, dimensions allowing for the installation of two air conditioners, - Power cable with a length of approx. Performing a Leak Test, Creating a Vacuum, Starting the Air Conditioning, Replenishing the Refrigerant (if Indicated in accordance with the Air Conditioner's Documentation) · Powering the Air Conditioners from the Switchboard in the Building Corridor, Necessary to Connect the Power Cable to the Air Conditioner 2 in the Section Approx. 10 Meters Under the Suspended Ceiling, the Power Cable for Air Conditioner 1 Was Lead to the Room), Connection to the Switchboard on the Contractor's Side, Gravity Condensate Discharge to the Outside of the Building. Task No. 2 (room 102, Building G) · Delivery of a M-Lg, Gree or Vivax cassette air conditioner with a nominal cooling capacity of min. 7 KW and installation in the ceiling of the room at a height of approx. 3 M (requires disassembly of the suspended ceiling structure in place of the installed air conditioner and additional attachment of the structure to the ceiling (if necessary) · The external unit of the air conditioner should be mounted on the roof of the building covered with roofing felt, drilling through the roof is necessary (the first board is 24 cm thick, the second one is approx. 10 cm, distance between slabs approx. 1 meter, access to the roof via a roof hatch, - delivery and installation of: - refrigerant pipes approx. Power Cable Approx. 12 M long, - Roof culvert, - Outdoor unit bracket. · The place of drilling through the roof should be protected against moisture (an additional piece of insulation should be installed around the culvert) · Installation in the roof space should be protected · Performing a Leak Test, Creating a Vacuum, Starting the Air Conditioning, Replenishing the Refrigerant (if Indicated in accordance with the Air Conditioner Documentation), · Powering the Air Conditioners from the Switchboard in the Building Corridor, Connecting to the Switchboard on the Contractor's Side, Draining Condensate to the Roof of the Building Task No. 3 (Room No. 1 Building No. 9) · Delivery and installation of a ceiling-floor (ceiling) air conditioner with a nominal cooling capacity of min. 7.0 KW M-ki Lg, Gree or Vivax - To be selected by the Contractor (indoor unit at the ceiling at a height of approx. 3.30 M, Outdoor Unit on the Ground Next to the Building, • Delivery and Installation of: - Refrigeration Pipes 2 X Approx. 9 M, - Condensate and signal cable with a length of approx. 9 M, - Power Cord Length Approx. 25 M, - trays for refrigeration pipes with a length of approx. 7 M, - Trays for a power cable with a length of approx. 15 M, - Outdoor Unit Stand of the Outdoor Unit Enables Installation of the Unit at a Height of Approx. 40 Cm, · Power supply for air conditioners from the switchboard in the building corridor, connection to the switchboard on the Contractor's side, gravity drainage of condensate outside the building. Warranty Cards should be handed over to the Ordering Party's Representative. III. Conditions regarding the Offer and Order Fulfillment: 1. Payment for the Service within 30 Days from the date of receipt of a correctly issued invoice - by transfer to the account indicated by the Contractor. 2. Required Warranty Conditions for the air conditioner - in accordance with the Warranty of the Manufacturer of the installed device. 3. The offer must include all necessary materials for the installation and proper functioning of the devices. 4. The basis for issuing a VAT invoice will be the Work Acceptance Protocol, confirmed by the User. 5. The Contractor is responsible for any damage resulting from the work performed during the installation of air conditioning. 6. The Employer provides a basket lift or crane for the duration of the work. 7. The Ordering Party reserves the right to award an order for all or individual tasks or to refuse to award an order in the event of failure to obtain appropriate financial resources or when the price of the most advantageous offer exceeds the amount that the Ordering Party can allocate to finance the order. 8. The condition for the implementation of the service is to send the data of the persons performing the service at least 3 business days before the completion date (name and surname, PESEL number) and the Registration No. Vehicle Used for the Order In the event of no recommendation of the person(s), the Contractor will provide a replacement for other persons. 9. The Ordering Party recommends carrying out a visit to the place of execution of works in order to determine the conditions of execution of the order. The date of the visit should be set at Tel. No. 47 83 58 678. 10. The Ordering Party allows the possibility of submitting partial offers, i.e. For Individual Tasks. Order Completion Deadline: Up to 21 Calendar Days from receipt of the order, within the time agreed with the Ordering Party. Place of Order Fulfillment: Kwp in Krakow at ul. Mogilska 109. Contact numbers in the case: - Paweł Trela - 47 83 58 678, Iv. Criteria for Research, Evaluation and Selection of Offers: Lowest Price for the Implementation of Individual Tasks. V. Attachments: Offer Presentation Template Attachment No. 1
Closing Date23 Jan 2025
Tender AmountRefer Documents
City Of Canlaon Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Improvement Of Plaza The Local Government Of Canlaon City, Through The Aip 2023, Ord. No. 116, Series Of 2024 Intends To Apply The Sum Four Hundred Twenty-four Thousand, Twenty & 42/100 (p424,020.42) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Plaza, Purok Rose A, Brgy. Malaiba, Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Canlaon City, Now Invites Bids For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Plaza, Purok Rose A, Brgy. Malaiba, Canlaon City. Delivery Of The Goods Is Required 7 Calendar Days After Issuance And Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Ten Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184 Interested Bidders May Obtain Information For The City Government Of Canlaon City Thru The Office Of The Bids And Awards Committee And Inspect Bidding Documents During Office Hours (8:00am To 5:00pm), Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On December 11, 2024 To January 2, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred (p500.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Facsimile. Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before January 2, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 2, 2025, 10:00 Am At The At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. For The Purpose Of Constituting A Quorum, Either The Physical And Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 0917-561-7931 Email Address: Bacofficelgucanlaon@yahoo.com Date Of Posting: December 10, 2024 Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: #1 Bid Form Name Of Project: Improvement Of Plaza Brief Description: Supply And Delivery Of Various Construction Materials Location: Purok Rose A, Brgy. Malaiba, Canlaon City Bill Of Quantities Stock No. Quantity Unit Of Issue Item Description Unit Cost Unit Cost Total Cost 1. 3 Shts. ¼'' X 4' X 8' , Plywood, Marine 547.00 2. 10 Pcs. 1.0mm Thick 2"x4" Gi C-purlins 875.00 3. 2 Pcs. 10mm Thick X 150mm X 150mm Steel Plate 300.00 4. 1 Pc. 10mm X 100mm X 100mm Angular Bar 9,200.00 5. 12 Lngths 10mmɸ X 6m Deformed Bars 238.33 6. 8 Pcs. 12mm Thick X 100mm X 200mm Steel Plate 270.00 7. 12 Lngths 12mmɸ X 6m Deformed Bars 333.33 8. 2 Pcs. 14"φ Cutting Disc For Cut-off 578.00 9. 2 Pcs. 16mmɸ Def. Bar 591.00 10. 16 Pcs. 16mmφ X 400mm Long Anchor Bolts With Nuts And Washers, Ks 300.00 11. 4 Pcs. 20mm Thick X 300mm X 300mm Baseplate With 4-18mmφ Drill Hole Near At 4 Corner 3,500.00 12. 4 Pcs. 3"φ Gi Pipe Sch. 40 3,805.00 13. 120 Bd. Ft. 36 - 2'' X 2'' X 10 ' , Lumber, Rough 55.00 14. 1 Pc. 4"φ Grinding Stone 317.00 15. 12 Pcs. 4"φ Cutting Disc 200.00 16. 1 Gal. Aluminum Paint, Enamel 1,251.00 17. 41 Cu.m Crushed Gravel ¾'' 2,378.00 18. 1 Kg. Cw Nails, #1½ 100.50 19. 2 Kgs. Cw Nails, #3 91.50 20. 3 Kgs. Cw Nails, #4 126.00 21. 2 Gals. Latex Paint, Gloss White 1,067.00 22. 11 Kgs. E6013 Welding Rod 2.40mmφ Wipweld, Ordinary 176.00 23. 21 Cu.m Fine Sand 1,348.00 24. 2 Kg. Ga.16 Gi Tie Wire 103.00 25. 4 Pcs. Lamp Bracket For Steel Pole Mounting, 50 Mm ɸ X 1.6 M, 3 Mm Thick, Galvanized Coated 4,000.00 26. 1 Gal. Mayon Laquer Thinner 782.00 27. 4 Pcs. Paint Brush 2" 52.00 28. 375 Bags Portland Cement 310.00 29. 2 Ltrs. Red Lead Paint 300.00 30. 1 Gal. Reflectorized Traffic Paint, White 1,650.00 31. 1 Gal. Reflectorized Traffic Paint, Yellow 1,650.00 32. 4 Sets Solar Panel, 12v, 80 - 100 W, 665 Mm Length X 500 Mm Width X 13 Mm Thick Complete With Bracket Frame And Safety Clip, Mppt Charger With Driver & Dc Cable 5,000.00 33. 4 Sets Solar Street Lamp, 60w, 12 - 18 V Dc, Warm White, Smd 150 - 175 Lm / Watt, Complete W/ Lithium Ferro Phosphate (lifepo₄) Battery, 170 Wh Minimum, Mppt Charger W/ Driver, Pir Sensor ( Built-in ), Aluminum Die-cast And Polycarbonate Cover 15,000.00 Total Brand Model:_____________ Delivery Period:______________________ Warranty: After Having Carefully Read & Accepted Your General Conditions. I/we Quote On The Item/s Price/s Noted Above. Total Bid Price (in Words) Bid Security: Amount: Submitted By: Bidder/supplier Date:_________________________
Closing Date2 Jan 2025
Tender AmountPHP 424 K (USD 7.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine...+1Machinery and Tools
United States
Details: Page 8 Of 13
page 1 Of 18
subject*
stryker Drills & Surgical Equipment
Page 1 Of 19
general Information
contracting Office S Zip Code*
29029
solicitation Number*
36c24725q209
response Date/time/zone
01-27-2025 10:00 Eastern Time, New York, Usa
archive
60 Days After The Response Date
recovery Act Funds
n
set-aside
sdvosbc
product Service Code*
6515
naics Code*
339113
contracting Office Address
department Of Veterans Affairs
columbia Va Healthcare System
6439 Garners Ferry Road
columbia, Sc 29029
point Of Contact*
contracting Officer
joseph Locke
joseph.locke@va.gov
(03) 979-0338
place Of Performance
address
department Of Veterans Affairs
atlanta Va Healthcare System
1670 Clairmont Road
atlanta, Ga
postal Code
30033
country
usa
additional Information
agency S Url Https://www.va.gov/atlanta-health-care/
url Description
atlanta, Georgia Va Healthcare System
agency Contact S Email Address
joseph.locke@va.gov
email Description
Contracting Officer S E-mail Address
description
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. The Department Of Veterans
affairs, Atlanta Va Healthcare System Located At 1670 Clairmont Road, Decatur, Ga 30033 Has A Brand Name Only Requirement. The Brand Name Is Stryker, The Brand Name Description Is Stryker System 9, Stryker Tpx. The Brand Name Rationale Is The Stryker System 9 And Core Tps Systems Are The Only Drills That Can Satisfy The Minimum Technical Requirements Identified By The Atlanta Vamc.
this Request Is For A New, Firm Fixed Price Request For A Brand Name-only Procurement To Upgrade The Atlanta Vamc S Current Stryker Drill Systems. The Atlanta Vamc Operating Room Currently Owns/utilizes Stryker System 7;8 And Core Tps Systems. These Systems Have Exceeded End Of Useful Life. There Are No Spare Parts; No Repair Options For These Systems Because Stryker Has Determined These Systems To Be Obsolete And Has Pulled Them Out Of Production. The Instruments Will Be Used In Neuro, Spine, Ent, Otology, Neurotology, Otorhinolaryngology, Craniofacial And Maxillofacial, Orthopedics, Podiatry, Joint Work, Cochlear Implants, Amputations, And Open-heart Surgeries.
this Requirement Is For The Purchase Forty-two (42) Individual Line Items To Including Drills, Saws, Blades, And Other Surgical Equipment Which Make Up The Stryker Drill System 9 And Core Tps System.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And
clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective 11/12/2024.
the Combined Synopsis Solicitation Is 100% Set-aside For Service-disabled Veteran Owned
small Business (sdvosb). Note: Interested Sdvosb Offerors Must Be Registered In Sam.gov
and Be Listed In Sba S Vetcert To Be Considered For Award.
the Associated North American Industrial Classification System (naics) Code For This
procurement Is 339114, With A Small Business Size Standard Of 750 Employees.
the Fsc/psc Is 6520.
the Network Contracting Office (nco 7) Is Seeking To Purchase Stryker System 9, Stryker Tpx Items.
line Item #
part Number And Item Description
use And Why Item Is Unique To Stryker
1
7400-099-000 Tpx Universal Driver
surgical Instrument That Is Specifc To Stryker, Which Is Used With A Variety Of Different Stryker Cutting Accessories That Enables The Cutting And Shaping Of Bone For Small Bone Procedures.
2
4605-000-000 System 9 Cordless Driver Handpiece
surgical Instrument That Is Unique To Stryker That Is Used To Drill, Cut And Ream In Ortho Trauma Procedures.
3
7400-037-000 Tpx Recip Saw
hand-held Electrically Powered Saw That Is Unique To Stryker That Is Used To Perform A Variety Of Non-dental Surgical Procedures Such As Drilling Or Sawing Bones And Tough Tissues.
4
7400-034-000 Tpx Sagittal Saw
surgical Accessory That Is Specific To Stryker System 9 That Is Used In Orthopedic, Podiatry And Spinal Surgeries.
5
7400-031-000 Tpx Oscillating Saw
stryker Surgical Instrument Used In Orthopedic Surgery For Precise Bone Cutting During Procedures Like Joint Replacements, Ankle, Shoulder, Hip And Knee Arthoplasty.
6
7400-015-000 Tpx Micro Drill
surgical Accessory That Is Specific To Stryker Which Is Used For Drilling, Cutting, And Reaming In Orthopedic Trauma Surgeries.
7
4100-062-000 Wire Collect
device Which Is Unique To Stryker And Is Intended To Connect To A Stryker Surgical Power Tool System Motor (it Is Locked And Held In A Collet Or Quick Coupling And Not Gripped In A Drill Chuck (jacobs Chuck)] To Convert The Non-dedicated Mechanical Energy Provided By The Motor To A Dedicated Mechanical Motion To Perform A Wire Driving/insertion Function When An
appropriate Orthopedic Pin Is Inserted (e.g., K-wire)
8
4100-125-000 Pin Collect (2.0-3.2mm)
a Feature Unique To Stryker's System 9 Power Tools, Which Is A Collection Mechanism Designed To Capture And Retain Small Bone Fragments Or Debris Generated During Orthopedic Surgeries, Particularly During Procedures Like Bone Reaming Or Drilling, Preventing Them From Scattering Within The Surgical Site And Potentially Causing Complications.
9
4100-231-000 Reamer
surgical Accessory That Is Specific To Stryker System 9 That Is Used For Drilling, Cutting And Reaming In A Variety Of Orthopedic Procedures Including Spine, Foot And Ankle, Joint Replacement, General Trauma And Ortho Trauma Surgerical Procedures.
10
4100-110-000 Ao Small Drill
surgical Accessory Specific To Stryker System 9 Used For Medium Bone Applications In Orthopedic Procedures.
11
4100-131-000 1/4" Drill With Key
surgical Accessory That Is Specific To Stryker System 9 Used For Drilling And Sawing Into Large Bones And Tissues In Orthopedic Procedures.
12
7400-009-000 Tpx Handswitch
a Stryker System 9 Tpx Hand Switch Is Usedâ to Control A Stryker Tpx Power Tool, Specifically Designed For Small Bone Orthopedic Procedures Like Hand, Wrist, Foot, And Ankle Surgeries, Allowing The Surgeon To Precisely Drill, Cut, And Shape Bone With A Variety Of Specialized Cutting Accessories, All While Providing Customizable Power And Feedback Through The Core 2 Console's I.d.â touch Software Which Is Proprietary To Stryker.
13
9212-000-000 System 9 Small Battery
a Stryker System 9 Small Battery Is Specific To Stryker Surgical Instruments And Is Usedâ to Power Cordless Devices Or During Transport, Such As In A Neonatal Incubator.â the Battery Can Be Used For Devices Like Rechargeable Surgical Drilling Systems And Endoscopic Devices.
14
7400-004-000 Tpx Cable
a Stryker Accessory Unique To Stryker System 9 That Enables Cutting And Shaping Of Bone For Small Bone Procedures.
15
9205-000-000 System 9 Dual Trigger Rotary Handpiece.
a Stryker Unique Instrument A Hand-held, Electrically-powered Component Of A Surgical Power Tool Assembly Designed To Convert Electrical Energy Into A Non-dedicated Mechanical Energy To Perform A Variety Of Surgical Procedures Such As Drilling Or Sawing Of Bones And Tough Tissues.
16
9206-000-000 System 9 Reciprocating Saw
a Stryker Surgical Instrument Unqiue To Stryker That Is Used For Cutting, Drilling And Reaming In Orthopedic Procedures.
17
9208-000-000 System 9 Sagittal Saw
a Stryker Surgical Instrument Specific To Stryker System 9 That Is Used For A Variety Of Orthopedic Procedures Such As Ankle, Hip, Spione, Foot, Ankle And Joint Replacement.
18
8203-026-000 Dual Trigger Wire Collet
device Which Is Unique To Stryker And Is Intended To Connect To A Stryker Surgical Power Tool System Motor (it Is Locked And Held In A Collet Or Quick Coupling And Not Gripped In A Drill Chuck (jacobs Chuck)] To Convert The Non-dedicated Mechanical Energy Provided By The Motor To A Dedicated Mechanical Motion To Perform A Wire Driving/insertion Function When An
appropriate Orthopedic Pin Is Inserted (e.g., K-wire)
line Item #
part Number And Item Description
use And Why Item Is Unique To Stryker
19
8203-126-000 Dual Trigger Pin Collet
a Feature Unique To Stryker's System 9 Power Tools, Which Is A Collection Mechanism Designed To Capture And Retain Small Bone Fragments Or Debris Generated During Orthopedic Surgeries, Particularly During Procedures Like Bone Reaming Or Drilling, Preventing Them From Scattering Within The Surgical Site And Potentially Causing Complications.
20
6203-110-000 Ao Small Attachment
a Stryker Attachment, Specific To Stryker System 9 Primarily Used For Precise Bone Drilling And Cutting In Orthopedic Trauma Surgeries, Particularly In Smaller Bone Areas Or When Delicate Bone Manipulation Is Required; It Is Designed To Provide Fine Control And Accuracy During Procedures Like Fracture Fixation With Small Screws Or Plates, Often Associated With The Ao (arbeitsgemeinschaft Fã¼r Osteosynthese) Surgical Technique.
21
6203-113-000 Hudson Attachment
a Specialized Tool Attachment Specific To Stryker System 9 That Is Used In Orthopedic Surgery That Allows For The Connection Of Various Surgical Instruments, Like Drill Bits Or Screwdrivers, With A Specific "hudson" Fitting, Enabling Precise Bone Manipulation And Fixation During Procedures On The Stryker System 9 Surgical Power Drill;â essentially, It Acts As A Compatible Connector For Different Surgical Tools To Be Used With The Stryker System.â
22
6203-131-000 1/4" Keyed Chuck
â a Mechanism Used Specifically With Stryker System 9 Surgical Instruments To Securely Hold Various Surgical Instruments Like Wires, Pins, Or Drill Bits Within The Rotating Handpiece By Tightening The Jaws Of The Chuck With A Special "chuck Key", Allowing For Quick And Easy Tool Changes During Surgery;â essentially, It Acts Like A Clamp To Firmly Grip The Chosen Surgical Tool In Place While The System Operates.
23
6203-135-000 Hudson/modified Trinkle Attachment
a "hudson Modified Trinkle Attachment" In A Stryker System 9 Is A Specialized Tool Usedâ to Hold And Secure Various Surgical Drill Bits And Other Attachments Within The Power Drill Unit, Allowing For Efficient Bone Drilling And Manipulation During Orthopedic Procedures, Particularly When High Torque And Low Speed Are Required;â essentially, It Acts As A Connecting Piece Between The Drill Motor And The Chosen Surgical Tool With A Secure, "trinkle" Style Locking Mechanism, Modified To Fit The Specific Design Of Hudson Style Drill Bits, All Of Which Are Specific To Stryker Surgical Instruments.
24
9215-000-000 System 9 Large Battery
a Stryker System 9 Large Battery Is Usedâ to Power Sttryker Surgical Power Tools, Like Drills, Saws, And Reamers, During Orthopedic And Podiatric Surgical Procedures, Providing Extended Run Time For Longer Or More Demanding Operations Compared To A Standard Battery Size;â it's Often Used In Situations Where Continuous Power Is Needed Without Interruption Due To Its Larger Capacity.â
25
9110-120-000us System 9 Sterile Battery Charger W/(b) Nema Power Cord
a Battery Charger, Specific To Stryker And Unique That It Is Used To Charge Up To Six (6) Batteries At Once That Enables Wireless Charging, Battery Indicators Which Are Unique To Stryker And Include An Intuitive Interface Which Is A Feature Unique To Stryker System 9.
26
7102-650-000 4 Handpiece Solid Container Bundle
a Container Specific To Stryker System 9 Surgical Instruments And Accessories That Is Molded To Specifically Fit Stryker Surgical Instruments And Attachments.
27
9207-000-000 System 9 Sternum Saw
a Stryker Specific Surgical Power Tool That Is Used To Cut Through Sternum Tissue Quickly And Effeciently For Median Sternotomy, Which Opens The Chest By Splitting The Breastbone During Open Heart Procedures.
28
7207-003-000 Sternum Blade Guard
a Surgical Accessory Specific To Stryker System 9 That Is Usedâ to Protect Soft Tissues From Accidental Contact With The Cutting Blade Of A Stryker System 9 Reciprocating Saw, Particularly During Procedures That Involve Cutting The Sternum (breastbone), Preventing Potential Damage To Surrounding Tissues During Surgery;â essentially Acting As A Safety Feature To Shield Soft Tissues From The Blade While Cutting Bone.â
29
7102-653-000 Cont W/ Solid Btm Kit
a Container, Specific To Stryker In That The Dimensions Are Specific To House Stryker Surgical Accessories That Are Unique To Stryker System 9.
30
9215-000-000 System 9 Large Battery
a Stryker System 9 Large Battery Is Usedâ to Power Sttryker Surgical Power Tools, Like Drills, Saws, And Reamers, During Orthopedic And Podiatric Surgical Procedures, Providing Extended Run Time For Longer Or More Demanding Operations Compared To A Standard Battery Size;â it's Often Used In Situations Where Continuous Power Is Needed Without Interruption Due To Its Larger Capacity.â
31
5407-350-000 Pi Drive 2 Plus Motor
surgical Instrument Specific To Stryker System 9 Which Isâ primarily Used In Surgery As A High-speed, Electrically Powered Drill Motor For Bone Cutting, Drilling, And Shaping During Procedures Like Spine Surgery, Neurosurgery, Ent (ear, Nose, Throat) Surgery, And Other Minimally Invasive Procedures, Allowing Surgeons To Precisely Cut And Remove Bone Tissue With A Variety Of Attachments And Cutting Accessories Depending On The Specific Surgical Need;â it Is Often Used In Conjunction With A Stryker Core Console To Control Power And Settings.â
line Item #
part Number And Item Description
use And Why Item Is Unique To Stryker
32
5407-120-072 Hd 14cm Angled Attachme
stryker Surgical Attachment Specific To Stryker System 9
33
5407-120-482 Elite 14cm Angled Attachment
stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures.
34
5407-120-480 Elite 14cm Stright Attachment
stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures.
35
5407-120-472 Elite 12cm Angled Attachment
stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures.
36
5407-120-470 Elite 12cm Stright Attachment
stryker System 9 Specific Attachment Used To Drill, Cut And Ream In A Variety Of Surgical Procedures.
37
5400-276-000 Core Sterilization Case, Small
case With Dimensions That Are Specific To Stryker System 9 Surgical Tools That Is Compatible With A Variety Of Sterilization Methods And Is Used Specifically With Stryker System 9 Surgical Instruments.
38
5400-121-000 Electric Handswitch-right Handed
a Stryker System 9 Handswitch Is Usedâ to Control A Variety Of Powered Surgical Instruments Which Are Specific To The Stryker System 9 Platform, Allowing Surgeons To Perform Cutting, Drilling, Reaming, And Other Bone Manipulation Procedures During Orthopedic Surgeries, With Features Like Variable Speed Control And Precise Power Delivery For Different Surgical Tasks Depending On The Attached Instrument;â essentially Acting As The Primary Control Unit For The System 9 Power Tools During An Operation.â
39
5420-100-000 Bone Mill + Base
a Stryker System 9 Bone Mill Is A Surgical Device Usedâ secifically With Stryker System 9 To Efficiently Grind Harvested Bone From A Patient Into Small, Consistent Particles, Primarily Used In Orthopedic Procedures Like Spinal Fusion Surgery, Where The Bone Graft Is Needed To Promote Bone Growth And Fusion At The Surgical Site;â it Essentially Automates The Process Of Preparing Autologous Bone, Saving Time And Reducing Manual Effort During Surgery By Providing A Consistent Bone Particle Size With A Single-pass Cutting Action.â
40
5420-101-000 Bone Mill Plus Tray
an Accessory Specific To Stryker System 9 Used For A Ariety Of Orthopedic Procedures.â the Stryker Bone Mill Is A Product That Can Be Used With The System 9 And Is Designedâ to Help Streamline The Preparation Of Harvested Bone
41
5400-704-000 The Mill Cable
cable Specific To Stryker System 9 Bone Mill Uses To Pwer The Stryker System 9 Bone Mill Attachment.
42
1900-654-000 Hybrid Solid Container Bundle
container Specific To Stryker System 9 Which Purpose Is To Store Surgical Attachments Which Are Specific To Stryker System 9.
specific Need/ Salient Characteristics
product: Surgical Drills
brand Name, Stryker.
brand Name Description: Stryker System 9, Stryker Tpx.
brand Name Rationale: Stryker System 9 And Core Tps Systems Are The Only Drills That Can Satisfy The Minimum Technical Requirements Identified By The Atlanta Vamc.
salient Characteristics:
must Be Exact Match To Stryker System 9 And Stryker Tpx
the New Corded System Must Be Compatible And Able To Plug Into The Consolidated Operating Room Equipment (cor) Console Without Any Other Power Sources Or Generators. Cor System Is Already Being Used At The Atlanta Vamc.
must Be Compatible With Other Stryker Surgical Tools And Disposables In Use At The Facility.
rotary Drill Must Have Drill And Ream Capability.
rotary Drill Must Be Capable Of 1200 Rpms In Drill Mode, And 270 Rpms In Ream Mode.
reciprocating Saw Must Have A Range From 10,000 Cuts Per Minute In Standard Mode And 13,000 Cuts Per Minute In Fast Mode.
sagittal Saw Must Have A Range From 10,000 Cuts Per Minute In A Standard Mode And 12,000 Cuts Per Minute In Fast Mode.
sternum Saw Must Accommodate Inverted Cutting Techniques And Be Fully Submersible. Must Also Have An Ipx 9 Rating And Have A Safety Bar Pocket Which Eliminates Accidental Actuations On The Handpiece.
precision Saw Must Have A Range From 12,000 Cuts Per Minute In A Standard Mode And 16,000 Cuts Per Minute In Fast Mode.
cordless System Must Have Lithium-ion Batteries. Batteries Must Be Laser-welded To Prevent Fluid Or Liquids From Entering Or Exiting The Battery. Batteries Must Also Have Autoclave Abuse Detection.
device(s) Must Have Ability To Be Submerged Temporarily During Cleaning, Prior To Sterilization Without Loss Of Functionality.
important: Vendors Shall Be An Authorized Dealer, Authorized Distributor, Or Authorized Reseller, And Be Verified By An Authorization Letter Or Other Documents From Stryker, Such That Stryker S Warranty And Service Are Provided And Maintained By Stryker.
b.2 Price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
8.00
ea
__________________
__________________
7400-099-000 Tpx Universal Driver
local Stock Number: 7400-099-000
0002
8.00
ea
__________________
__________________
4605-000-000 System 9 Cordless Driver Handpiece
local Stock Number: 4605-000-000
0003
8.00
ea
__________________
__________________
7400-037-000 Tpx Recip Saw
local Stock Number: 7400-037-000
0004
8.00
ea
__________________
__________________
7400-034-000 Tpx Sagittal Saw
local Stock Number: 7400-034-000
0005
8.00
ea
__________________
__________________
7400-031-000 Tpx Oscillating Saw
local Stock Number: 7400-031-000
0006
8.00
ea
__________________
__________________
7400-015-000 Tpx Micro Drill
local Stock Number: 7400-015-000
0007
8.00
ea
__________________
__________________
4100-062-000 Wire Collect
local Stock Number: 4100-062-000
0008
8.00
ea
__________________
__________________
4100-125-000 Pin Collect (2.0-3.2mm)
local Stock Number: 4100-125-000
0009
8.00
ea
__________________
__________________
4100-231-000 Reamer
local Stock Number: 4100-231-000
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0010
8.00
ea
__________________
__________________
4100-110-000 Ao Small Drill
local Stock Number: 4100-110-000
0011
8.00
ea
__________________
__________________
4100-131-000 1/4" Drill With Key
local Stock Number: 4100-131-000
0012
8.00
ea
__________________
__________________
7400-009-000 Tpx Handswitch
local Stock Number: 7400-009-000
0013
20.00
ea
__________________
__________________
9212-000-000 System 9 Small Battery
local Stock Number: 9212-000-000
0014
16.00
ea
__________________
__________________
7400-004-000 Tpx Cable
local Stock Number: 7400-004-000
0015
11.00
ea
__________________
__________________
9205-000-000 System 9 Dual Trigger Rotary Handpiece.
local Stock Number: 9205-000-000
0016
11.00
ea
__________________
__________________
9206-000-000 System 9 Reciprocating Saw
local Stock Number: 9206-000-000
0017
11.00
ea
__________________
__________________
9208-000-000 System 9 Sagittal Saw
local Stock Number: 9208-000-000
0018
11.00
ea
__________________
__________________
8203-026-000 Dual Trigger Wire Collet
local Stock Number: 8203-026-000
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0019
11.00
ea
__________________
__________________
8203-126-000 Dual Trigger Pin Collet
local Stock Number: 8203-126-000
0020
11.00
ea
__________________
__________________
6203-110-000 Ao Small Attachment
local Stock Number: 6203-110-000
0021
11.00
ea
__________________
__________________
6203-113-000 Hudson Attachment
local Stock Number: 6203-113-000
0022
11.00
ea
__________________
__________________
6203-131-000 1/4" Keyed Chuck
local Stock Number: 6203-131-000
0023
11.00
ea
__________________
__________________
6203-135-000 Hudson/modified Trinkle Attachment
local Stock Number: 6203-135-000
0024
28.00
ea
__________________
__________________
9215-000-000 System 9 Large Battery
local Stock Number: 9215-000-000
0025
2.00
ea
__________________
__________________
9110-120-000us System 9 Sterile Battery Charger W/(b) Nema Power Cord
local Stock Number: 9110-120-000us
0026
11.00
ea
__________________
__________________
7102-650-000 4 Handpiece Solid Container Bundle
local Stock Number: 7102-650-000
0027
4.00
ea
__________________
__________________
9207-000-000 System 9 Sternum Saw
local Stock Number: 9207-000-000
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0028
4.00
ea
__________________
__________________
7207-003-000 Sternum Blade Guard
local Stock Number: 7207-003-000
0029
4.00
ea
__________________
__________________
7102-653-000 Cont W/ Solid Btm Kit
local Stock Number: 7102-653-000
0030
10.00
ea
__________________
__________________
9215-000-000 System 9 Large Battery
local Stock Number: 9215-000-000
0031
4.00
ea
__________________
__________________
5407-350-000 Pi Drive 2 Plus Motor
local Stock Number: 5407-350-000
0032
4.00
ea
__________________
__________________
5407-120-072 Hd 14cm Angled Attachment
local Stock Number: 5407-120-072
0033
4.00
ea
__________________
__________________
5407-120-482 Elite 14cm Angled Attachment
local Stock Number: 5407-120-482
0034
4.00
ea
__________________
__________________
5407-120-480 Elite 14cm Stright Attachment
local Stock Number: 5407-120-480
0035
4.00
ea
__________________
__________________
5407-120-472 Elite 12cm Angled Attachment
local Stock Number: 5407-120-472
0036
4.00
ea
__________________
__________________
5407-120-470 Elite 12cm Stright Attachment
local Stock Number: 5407-120-470
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0037
4.00
ea
__________________
__________________
5400-276-000 Core Sterilization Case, Small
local Stock Number: 5400-276-000
0038
4.00
ea
__________________
__________________
5400-121-000 Electric Handswitch-right Handed
local Stock Number: 5400-121-000
0039
2.00
ea
__________________
__________________
5420-100-000 Bone Mill + Base
local Stock Number: 5420-100-000
0040
2.00
ea
__________________
__________________
5420-101-000 Bone Mill Plus Tray
local Stock Number: 5420-101-000
0041
2.00
ea
__________________
__________________
5400-704-000 The Mill Cable
local Stock Number: 5400-704-000
0042
8.00
ea
__________________
__________________
1900-654-000 Hybrid Solid Container Bundle
local Stock Number: 1900-654-000
grand Total
__________________
b.3 Delivery Scheduleitem Number
shipping Information
quantity
delivery Date
0001
ship To:
atlanta Va Healthcare System
va Medical Center
1670 Clairmont Road
decatur, Ga 30033
usa
8.00
45 Days After Effective Date Of Contract
fob:
destination
0002
8.00
0003
8.00
0004
8.00
0005
8.00
0006
8.00
0007
8.00
0008
8.00
0009
8.00
0010
8.00
0011
8.00
0012
8.00
0013
20.00
0014
16.00
0015
11.00
0016
11.00
0017
11.00
0018
11.00
0019
11.00
0020
11.00
0021
11.00
0022
11.00
0023
11.00
0024
28.00
0025
2.00
0026
11.00
0027
4.00
0028
4.00
0029
4.00
0030
10.00
0031
4.00
0032
4.00
0033
4.00
0034
4.00
0035
4.00
0036
4.00
0037
4.00
0038
4.00
0039
2.00
0040
2.00
0041
2.00
0042
8.00
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998)
this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Addresses: Http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/
far
title
date
52.204-7
system For Award Management
oct 2018
52.204-16
commercial And Government Entity Code Reporting
aug 2020
52.212-1
instructions To Offerors Commercial Items
nov 2021
52.212-2
evaluation Commercial Products And Commercial Services
nov 2021
52.212-3 Offeror Representations And Certifications Commerical Items (nov 2021)
the Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically In The System For Award Management (sam) Accessed Through Https://www.sam.gov. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (v)) Of This Provision.
(b)(1) Annual Representations And Certifications. Any Changes Provided By The Offeror In Paragraph (b)(2) Of This Provision Do Not Automatically Change The Representations And Certifications In Sam.
(2) The Offeror Has Completed The Annual Representations And Certifications Electronically In Sam Accessed Through Http://www.sam.gov. After Reviewing Sam Information, The Offeror Verifies By Submission Of This Offer That The Representations And Certifications Currently Posted Electronically At Far 52.212-3, Offeror Representations And Certifications--commercial Products And Commercial Services, Have Been Entered Or Updated In The Last 12 Months, Are Current, Accurate, Complete, And Applicable To This Solicitation (including The Business Size Standard Applicable To The Naics Code Referenced For This Solicitation), At The Time This Offer Is Submitted And Are Incorporated In This Offer By Reference (see Far 4.1201), Except For Paragraphs . [offeror To Identify The Applicable Paragraphs At (c) Through (v) Of This Provision That The Offeror Has Completed For The Purposes Of This Solicitation Only, If Any. These Amended Representation(s) And/or Certification(s) Are Also Incorporated In This Offer And Are Current, Accurate, And Complete As Of The Date Of This Offer. Any Changes Provided By The Offeror Are Applicable To This Solicitation Only, And Do Not Result In An Update To The Representations And Certifications Posted Electronically On Sam.]
(end Of Provision)
the Following Commercial Items Clauses Apply To This Acquisition:
52.252-2 Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/far/index.html Http://www.va.gov/oal/library/vaar/
far
title
date
52.204-10
reporting Executive Compensation And First-tier Subcontract Awards
jun 2020
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.209-6
protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For
debarment
nov 2021
52.212-4
contract Terms And Conditions-commercial Items
dec 2022
52.212-5
contract Terms And Conditions Required To Implement Statues Or Executive Orders
mar 2023
52.219-27
notice Of Service-disabled Veteran-owned Small Business Set- Aside
oct 2022
52.222-3
convict Labor
jun 2003
52.222-19
child Labor Cooperation With Authorities And Remidies
dec 2022
52.222-36
equal Opportunity For Workers With Disabilities
jun 2020
52.222-50
combating Trafficking In Persons
nov 2021
52.222-54
employment Eligibility Verification
may 2022
52.223-18
encouraging Contractor Policies To Ban Text Messaging While
driving
jun 2020
52.225-1
buy American-supplies
oct 2022
52.225-13
restrictions On Certain Foreign Purchases
feb 2021
52.232-33
payment By Electronic Funds Transfer-system For Award
management
oct 2018
52.232-40
providing Accelerated Payments To Small Business
subcontractors
mar 2023
852.212-71
gray Market And Counterfeit Items
feb 2023
852.212-72
gray Market And Counterfeit Items (deviation)
feb 2023
852.219-73
va Notice Of Total Set-aside For Certified Service-disabled
veteran-owned Small Business (deviation)
jan 2023
page 10 Of 13
page 1 Of 18
vaar 852.203-70 Commercial Advertising (may 2018)
the Bidder Or Offeror Agrees That If A Contract Is Awarded To Him/her, As A Result Of This Solicitation, He/she Will Not Advertise The Award Of The Contract In His/her Commercial Advertising In Such A Manner As To State Or Imply That The Department Of Veterans Affairs Endorses A Product, Project Or Commercial Line Of Endeavor.
(end Of Clause)
vaar 852.211-70 Equipment Operation And Maintenance Manuals (nov 2018)
the Contractor Shall Follow Standard Commercial Practices To Furnish Manual(s), Handbook(s) Or Brochure(s) Containing Operation, Installation, And Maintenance Instructions, Including Pictures Or Illustrations, Schematics, And Complete Repair/test Guides, As Necessary, For Technical Medical Equipment And Devices, And/or Other Technical And Mechanical Equipment Provided Per All Clin S. The Manuals, Handbooks Or Brochures Shall Be Provided In Hard Copy, Soft Copy Or With Electronic Access Instructions, Consistent With Standard Industry Practices For The Equipment Or Device. Where Applicable, The Manuals, Handbooks Or Brochures Will Include Electrical Data And Connection Diagrams For All Utilities. The Documentation Shall Also Contain A Complete List Of All Replaceable Parts Showing Part Number, Name, And Quantity Required.
(end Of Clause)
vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation)
this Solicitation Includes Vaar 852.219-10 Va Notice Of Total Service-disabled Veteran- Owned Small Business Set-aside (nov 2020);
accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6. 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.
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.
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)
page 12 Of 13
page 1 Of 18
vaar 852.232-72 Electronic Submission Of Payment Requests (nov 2018)
definitions. As Used In This Clause
contract Financing Payment Has The Meaning Given In Far 32.001.
designated Agency Office Has The Meaning Given In 5 Cfr 1315.2(m).
electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods And Formats Identified In Paragraph (c) Of This Clause. Facsimile, Email, And Scanned Documents Are Not Acceptable Electronic Forms For Submission Of Payment Requests.
invoice Payment Has The Meaning Given In Far 32.001.
payment Request Means Any Request For Contract Financing Payment Or Invoice Payment Submitted By The Contractor Under This Contract.
electronic Payment Requests. Except As Provided In Paragraph (e) Of This Clause, The Contractor Shall Submit Payment Requests In Electronic Form. Purchases Paid With A Government-wide Commercial Purchase Card Are Considered To Be An Electronic Transaction For Purposes Of This Rule, And Therefore No Additional Electronic Invoice Submission Is Required.
data Transmission. A Contractor Must Ensure That The Data Transmission Method And Format Are Through One Of The Following:
va S Electronic Invoice Presentment And Payment System. (see Web Site At Http://www.fsc.va.gov/einvoice.asp.)
any System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) And Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org) Includes Additional Information On Edi 810 And 811 Formats.
invoice Requirements. Invoices Shall Comply With Far 32.905.
exceptions. If, Based On One Of The Circumstances Below, The Contracting Officer Directs That Payment Requests Be Made By Mail, The Contractor Shall Submit Payment Requests By Mail Through The United States Postal Service To The Designated Agency Office. Submission Of Payment Requests By Mail May Be Required For:
awards Made To Foreign Vendors For Work Performed Outside The United States;
classified Contracts Or Purchases When Electronic Submission And Processing Of Payment Requests Could Compromise The Safeguarding Of Classified Or Privacy Information;
contracts Awarded By Contracting Officers In The Conduct Of Emergency Operations, Such As Responses To National Emergencies;
solicitations Or Contracts In Which The Designated Agency Office Is A Va Entity Other Than The Va Financial Services Center In Austin, Texas; Or
solicitations Or Contracts In Which The Va Designated Agency Office Does Not Have Electronic Invoicing Capability As Described Above.
(end Of Clause)
vaar 852.246-71 Rejected Goods (oct 2018)
supplies And Equipment. Rejected Goods Will Be Held Subject To Contractor S Order For Not More Than 15 Days, After Which The Rejected Merchandise Will Be Returned To The Contractor's Address At The Contractor S Risk And Expense. Expenses Incident To The Examination And Testing Of Materials Or Supplies That Have Been Rejected Will Be Charged To The Contractor.
perishable Supplies. The Contractor Shall Remove Rejected Perishable Supplies Within 48 Hours After Notice Of Rejection. Supplies Determined To Be Unfit For Human Consumption Will Not Be Removed Without Permission Of The Local Health Authorities. Supplies Not Removed Within The Allowed Time May Be Destroyed. The Department Of Veterans Affairs Will Not Be Responsible For, Nor Pay For, Products Rejected. The Contractor Will Be Liable For Costs Incident To Examination Of Rejected Products. (end Of Clause)
page 13 Of 13
instruction To Offerors
all Quoters Shall Submit Your Quotes No Later Than January 27, 2025, At 10:00am (est), Via Email To Joseph.locke@va.gov. Please Place In Attention: 36c24725q0209 Surgical Drills In The Subject Line Of Your Email. All Offers Must Include The Solicitation Number. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail No Later Than January 23, 2024, At 12:00pm (est), Via The Same Email Address. Questions Received Later Than This Time/date May Not Receive A Response.
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
price
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
joseph Locke
contracting Officer
network Contracting Office 7 Joseph.locke@va.gov
Closing Date27 Jan 2025
Tender AmountRefer Documents
8081-8090 of 8176 archived Tenders