Cable Tenders

Cable Tenders

BARANGAY SIBAHAY LANUZA SURIGAO DEL SUR Tender

Electronics Equipment...+2Security and Emergency Services, Electrical and Electronics
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 89.5 K (USD 1.5 K)
Details: Description Province Of Surigao Del Sur Municipality Of Lanuza Barangay Sibahay Invitation To Bid For Installation Of Barangay Cctv Barangay Sibahay, Lanuza, Surigao Del Sur 1.the Barangay Local Government Unit Of Sibahay (blgu Of Sibahay), Through Provincial Governor’s Office Intends To Apply The Sum Of Eighty- Nine Thousand, Five Hundred Seventy Pesos And Twenty Cents (php 89,570.20) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Barangay Cctv Barangay Sibahay, Lanuza, Surigao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Barangay Council Of Sibahay Now Invites Bids For: Item No. Qty. Unit Item Description Cctv Materials: 1 1 Pc. Dvr/ Nvr- 8 Channels 2 1 Pc. Storage-11tb Hdd For Video 3 2 Pcs Indoor Cams-h-4 Indoor (dome) 4 6 Pcs Outdoor Cams-ip Cam Turret (outdoor) 5 - - Ip Camps- 6 1 Pc Network Switch- Dahua-pfs3010 8port Poe Switch 7 5 Pcs Adapters 8 1 Pc Power Supply 9 1 Pc Cables-outdoor Utp-cat6e + Fiber Optr. Roll 10 2 Pcs Materials-installation Materials 11 2 Pcs Essential Components-media Converter Pair 12 9 Pcs Per Camera Installation 13 1 Pc Monitor 32” Smart Led Tv 3.the Blgu Of Sibahay Now Invites Bids For Installation Of Barangay Cctv Barangay Sibahay,lanuza,surigao Del Sur. Delivery Of The Goods Is Required Within Forty (40) Calendar Days Upon Receipt Of The Purchase Order. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 4.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. (i)bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5.interested Bidders May Obtain Further Information From Blgu Of Sibahay And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 10, 2025 To January 22, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (php 1,000.00). 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 Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6.the Blgu Of Sibahay Will Hold A Pre-bid Conference. 7.bids Must Be Delivered To The Address Below On Or Before 10:00 A.m. Of January 22, 2025. 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 10:00 A.m. Of January 22, 2025 At Barangay Office Of Barangay Sibahay, Lanuza, Surigao Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8.the Blgu Of Sibahay Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9.for Further Information, Please Refer To: (sgd.) Hon. Juvielyn O. Sarabosing Bac Secretariat Barangay Sibahay, Lanuza, Surigao Del Sur (sgd.) Hon. Joan E. Dagdag Bac Chairperson

Court Of Appeals Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 84 K (USD 1.4 K)
Details: Description Request For Quotation Rental Service Of Professional Lights And Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) Amp-006-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment And Manpower For The 89th Founding Anniversary Of The Court Of Appeals ₱84,000.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than January 27, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-006-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “rental Service Of Professional Lights & Sounds Equipment, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Total Price Professional Lights And Sounds Equipment 1 Lot Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Total Price In Figures: Total Price In Words: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Rental Service Of Professional Lights & Sounds, Led Video Wall Equipment, And Manpower For The 89th Founding Anniversary Of The Court Of Appeals (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is Eighty-four Thousand Pesos (php84,000.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirement: Lot Item Description Qty 1 Lot Professional Lights And Sounds Equipment Dj Controller 1 Unit 17” Laptop With Minimum Cpu Specifications Of At Least 3.00ghz And At Least 6 Core Count 1 Unit 22 Chanel Professional Studio Mixer 1 Unit 2000w Power Amplifiers Sound Processor 1 Set Powered Speaker 6 Units Sub Woofers 2 Units Wireless Microphones With Case 4 Units Par Lights 16 Units Light Stand 2 Units 90w Moving Heads 6 Units Smoke Machine 1 Unit Dj Boxes, Cables And Connectors 1 Set Speakers And Microphone Stand 2 Sets Dmx Controller 1 Unit Led Video Wall Equipment P3 Led Wall 9ft X 24ft 1 Set Led Riser 1 Set Video Processor And Controller 1 Set Video Switcher 1 Set Cables And Connectors 1 Set Computer Workstation 1 Set Stage And Accessories – 16x24x2 Ft. (lxwxh) Stage 1 Set Manpower Disk Jockey At Least 1 Personnel Sound Technician At Least 2 Personnel Light Technician At Least 4 Personnel Video Technician At Least 1 Personnel Stagehand At Least 3 Personnel Handyman At Least 3 Personnel Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: Delivery Shall Be Made On Or Before 6:00 Am Of 03 February 2025, At Court Of Appeals – Manila, Maria Orosa St. Ermita, Manila. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.

Province Of Davao De Oro Tender

Telecommunication Services
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 468.6 K (USD 8 K)
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

Province Of Davao De Oro Tender

Security and Emergency Services
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 3 Million (USD 51.2 K)
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

Chhattisgarh Housing Board - CGHB Tender

Goods
Civil And Construction...+2Machinery and Tools, Pipe Line Project
India
Closing Date21 Jan 2025
Tender AmountINR 997 K (USD 11.5 K)
Details: Under Chhattisgarh Housing Board, Circle-Durg, Manual tender of Rs. 9.97 lakh in Form-B is invited from competent category contractors registered in Integrated Registration System for supply and testing of submersible pump, mono block pump, open well pump, panel board, control cable, GI pipe etc. for water supply in buildings in Mursunda Kumhari, District-Durg under Atal Vihar Yojna. Details are available in Board website www.cghb.gov.in. For other information, contact Executive Engineer, Division-Durg on Mobile No. 94242-09025.

Caraga Regional Hospital Tender

Others
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 4.8 Million (USD 81.9 K)
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

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Machinery and Tools
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
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

Land Bank Of The Philippines Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 12.7 Million (USD 217 K)
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.

BUREAU OF RECLAMATION USA Tender

Civil And Construction...+1Others
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: Notice: This Is Not A Solicitation, But Rather A Sources Sought Synopsis To Determine Potential Sources For Information And Planning Purposes Only. No Formal Solicitation For This Work Exists At This Time.the Bureau Of Reclamation, Missouri Basin Region, Is Currently Conducting Market Research In Accordance With Far Part 10 For Preliminary Planning To Determine If This Project Is Appropriate For A Small Business Set-aside Category, As A Request For Proposal (rfp), Firm Fixed Price (ffp). The Naics Code For This Requirement Is 238990 All Other Specialty Trade Contractors.backgroundthe Bureau Of Reclamation Leadville Mine Drainage Tunnel (lmdt) Is Located In Leadville, Colorado (lake County). The Facility Requires The Replacement Of The Existing Main Vehicle Access Gate. The Purpose Of This Sources Sought Is To Research The Replacement Of The Vehicle Access Gate.scope Of Work:the Scope Of This Requirement Includes All Necessary Labor, Equipment, And Materials To Install One (1) New Remotely Actuated Vertical Pivot Gate Operators And Associated Vehicle Sensors To The Front Entrance Of The Facility Driveway In The Same Location As Existing Entrance Gate. This Gate Will Need To Be A Dual Tilt Gate With Each Side Extending No More Than 4 Inches Above The Existing Fence To Prevent Any Issues With The Overhead Powerlines In Front Of The Facility. The Requirement Would Include Removal Of Existing Gate, And Installation Of The New Gate, Stanchions, And Operator Footings, And Keypads. Running The Wiring And Communications Cables To The Facility. Due To Seasonal Requirements, On-site Performance Would Occur During The Period Of June Through September. Disclaimer: This Sources Sought Notice Is For Market Research And Planning Purposes Only In Accordance With Far Part 10 And Shall Not Be Considered As A Request For Proposals (rfp), Request For Quote (rfq), Invitation For Bid (ifb) Or As An Obligation On The Part Of The Government To Acquire Any Services. Responses To This Sources Sought Notice Shall Not Serve As Proposals, Bids, Or Offers, Which Could Be Accepted By The Government To Form A Binding Contract. The Bureau Of Reclamation Will Not Accept Unsolicited Proposals Related To The Subject Of This Sources Sought Notice. The Responder Must Clearly Identify Any Information It Considers Sensitive Or Proprietary. All Information Received In Response To This Sources Sought Notice That Is Marked "proprietary" Will Be Handled Accordingly. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information. Responses To This Sources Sought Notice Will Not Be Returned.respondents Are Solely Responsible For All Expenses Associated And Incurred By Responding To This Sources Sought Notice. The Government Does Not Require Any Cost For Participating In This Market Research And Sources Sought. The Government Reserves The Right To Determine How It Should Proceed As A Result Of This Notice.an Important Outcome Of This Research Will Be The Determination To Consider If This Can Be Acquisitioned As A Small Business Set Aside, And The Competitive Set Aside Category In Accordance With (iaw) Far 19.201(a). The Government Is Interested In All Socioeconomic Contracting Programs (i.e. Native American/indian-owned Businesses, 8(a), Service-disabled Veteran-owned, Hubzone, And Women-owned Small Business Concerns). The Government Requests That Interested Parties Respond To This Notice With Capabilities And Identify Your Small Business Status With Respect To The Identified Naics Code.the Bureau Of Reclamation Is Seeking Industry Information And Comments From Sources With The Capability To Perform The Requirements Of This Project And With Relevant Experience In All Of The Functional Areas Required. Offerors Are Advised That Providing A Capabilities Statement Will Not Automatically Include The Offeror In Any Future Portion Of The Acquisition Process Or Be Considered A Response To Forthcoming Solicitation.not Responding To This Sources Sought/request For Information Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Posted On The System For Award Management (sam.gov). It Is The Responsibility Of The Interested Parties To Monitor These Sites For The Possibility Of Additional Information Pertaining To This Requirement.requested Informationinterested Parties Are Requested To Respond With The Following Data:administrative Data: - Company Name, Unique Entity Id (uei), Mailing Address, Phone Number, And E-mail Of Designated Point Of Contact. - Information Regarding Business Size And/or Socioeconomic Designation (hubzone, 8(a), Sdb, Wosb, Sdvosb, Isbee, Iee). - A Statement Of Interest And Capabilities Information. Capability Information Should Include Licensing, Bonding, Insurance, And Past Experience. Submission:responses Shall Be Submitted No Later Than 5 February 2025, 2:00 Pm (14:00)(mst). All Responses Shall Identify The Subject Of The Communication As Lmdt Access Gate Replacement Ss/rfi Response (insert Company Name)responses Shall Be Submitted Via Electronic Mail To The Contracting Specialists: Feyna Li At Fli@usbr.gov And Monte Baird At Mbaird@usbr.gov. Any Responses After The Due Date And Time Will Not Be Accepted.questionsquestions Regarding This Sources Sought/request For Information Shall Be Submitted In Writing, Through E-mail, To The Contracting Specialists, No Later Than 30 January 2025, 2:00 Pm (14:00) (mst). Verbal Questions Will Not Be Accepted.
9801-9810 of 9920 archived Tenders