Camera Tenders
Camera Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Drainage Work
United States
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All
information Needed To Submit Sf330 Documents Are Contained
herein. No Additional Solicitation Package Or Technical
information Will Be Issued.
project: 557-24-102 Correct Critical Fca Sanitary And Storm Water Deficiencies
work Location: Carl Vinson Va Medical Center, Dublin, Ga 31021
estimated/target Completion Period: 240 Calendar Days After Award.
construction Magnitude: Between $5,000,000 And $10,000,000.
naics: 541330 - Engineering Services
small Business Standard: $25.5 Million
set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb)
site Visits Will Not Be Arranged During This Phase.
the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September
30, 2025.
sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (if Any) No Later Than
(nlt) 12:00 Pm (est) January 13, 2025.
***attention*** Acknowledgement E-mails Will Be Sent From The Co Upon Receipt Of A Submission. If An Acknowledgement Is Not Returned, The Firm Should Contact The Co At Christopher.jenkins@va.gov And 478-595-2794.
project Overview:
the Purpose Of This Design Project Is To Provide For The Design To Repair The Campus Storm Sewage System From Roof Gutters, Downspouts, And Ground Connections Through Terracotta Pipe To Original Brick Manholes. Initial Smoke Study Shall Inform A Phased Construction Approach.storm System From Ground Connection To First Manhole Is Original Terracotta Pipe In Most Areas And Manholes Are Original Brick. This Original System Is In Need Of Replacement To Include Mainlines, Laterals, And Manholes. Newer Concrete Piping Through To Outfalls At Lake Leisure Should Be Tested/analyzed, But May Remain In System If Deemed Acceptable Condition.
sanitary Lift Station On Site Consistently Reads A Higher Utilization Number Than Incoming Water Usage, Likely Indicating An Interconnection With The Storm System. An Inflow And Infiltration Study Shall Be Conducted To Determine Where The Storm System Is Interconnected With Sanitary System. Smoke Test Shall Include Camera Routing Through Mains Where Required To Identify Leaks, Defects, And Improper Connections. Utilize Nassco Specifications For Testing Procedures. An Analysis To Determine Anticipated Load And Outflow Sizing Shall Be Completed Prior To Design To Review Pipe Sizes. Updated Storm Water System Shall Rely Upon Main Pond, Lake Leisure, To The Greatest Extent Possible, Minimizing The Need For Additional Retention/detention Ponds, Swales, Etc.
After Smoke Study Is Completed, The Results Shall Be Used To Inform And Recommend System Repairs And Replacements. A Phased Construction Will Be Designed, With The First Phase Correcting Any Infiltration Of Storm Water Into The Sanitary System, As Described In Below Fca Deficiencies. Additional Critical Repairs And Replacements Shall Be Designed To Fit Within Approved Construction Budget. Work Not Completed In This Project Will Be Moderately Scoped Out Into Phases For Further Future Design And Construction Efforts.
sdvosb Set-aside:
this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Sba Vetcert: Https://veterans.certify.sba.gov/ Prior To Submission Of Proposal And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligibility Determination Is Performed By The Center For Veterans Enterprise (cve). Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites:
system For Award Management (sam): Https://www.sam.gov
vets-4212 Federal Contractor Reporting Https://www.dol.gov/agencies/vets/programs/vets4212
important Notice: Prior To Submitting A Proposal Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Department Of Veteran Affairs Center For Veterans Enterprise (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Cve And Submit The Aforementioned Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So.
for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Department Of Veteran Affairs (va) Office Of Small & Disadvantaged Business Utilization (osdbu) Sba Vetcert: Https://veterans.certify.sba.gov/ And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To
contract Award.
in Order To Assure Compliance With Far Clauses, 52.219-14 Limitations On
subcontracting (deviation 2019-01) And Vaar 852.219-10, Va Notice Of Total
service-disabled Veteran-owned Small Business Set-aside (jul 2019)
(deviation), All Firms Submitting A Sf 330 For This Pre-solicitation Notice Are
required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended On The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Consultant/subcontractor Or Otherwise Used Small Or Large Business Entity(s). Any Consultant/subcontractor Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, 8(a), Small, Large, Etc.). Failure To Provide This Information Will Deem The Firm S Sf 330 Submittal As Nonresponsive And Preclude Further Evaluation.
far Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Far 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of Georgia.
sf 330 Selection Criteria: The Va Will Utilize The Following Selection Criteria In
relative Order Of Importance.
specialized Experience And Technical Competence In The Type Of Work Required.
submission Requirements:
sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications.
complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length, And No More Than Ten (10) Pages Total.
submit A Minimum Of Three (3) But No More Than Four (4) Projects Similar To Work In The Solicitation.
projects Submitted Must Be Recent. Recent Is Defined As Services Provided Within The Last Five (5) Years.
at Minimum, Two (2) Projects Must Have Construction Completed Or Construction Substantially (75%+) Complete.
projects/data Submitted Shall Be Projects With Total Construction Costs Of $2,500,000 Dollars And Greater.
projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements.
basis Of Evaluation:
specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation, Such As Large Campus Sanitary And Storm Water Repairs And Replacement.
specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company.
technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials.
similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation.
offerors Unable To Demonstrate Proven Specialized Experience And Technical Competence May Be Considered Non-responsive Or Scored Negatively.
higher Ratings May Be Given For Projects Completed On Va Campuses.
failure To Provide Requested Data May Negatively Impact An Offeror's Rating.
past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules.
submission Requirements:
complete Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length.
provide A Contractor Performance Assessment Reporting System (cpars) Report For Each Submitted Project Under Specialized Experience Criteria, Above. Cpars Must Be Incorporated Into The Submission; Cpars Will Not Count Towards Page Limitations. If The Project Does Not Have Cpars, Then A Past Performance Questionnaire (ppq) May Be Used.
basis Of Evaluation:
past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To:
the Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction;
timely Delivery Of Quality Work;
the Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws And Regulations;
successful Implementation Of A Quality Control Plan And Quality Control Procedures;
addressing Design Errors/omissions Timely;
adherence To Approved Schedules; And,
history Of Timely And Professional Communication And Cooperative Behavior.
include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.).
provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance.
offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact.
include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services.
higher Ratings May Be Given For Work Performed On Va Medical Center Campuses.
failure To Provide Requested Data Or To Provide An Accessible Point Of Contact (poc) May Negatively Impact An Offeror's Rating.
failure To Demonstrate Proven Competence To Perform Projects Like The Requirements Of The Solicitation May Be Considered Ineligible For Award.
professional Qualifications Necessary For Satisfactory Performance Of Required Services.
submission Requirements:
complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual, And Not More Than Fifteen (15) Total Pages.
basis Of Evaluation:
evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes.
the Offeror Shall Have A Professional Engineer, Currently Registered In Any State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions.
the Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Stormwater, Etc.).
key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, And Other Individuals That Are Responsible Or Accountable For Design Submissions.
the Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together.
higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc.
offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Non-responsive .
failure To Provide Sufficient Data Supporting Professional Qualifications May Negatively Impact An Offeror's Rating.
location In The General Geographical Area Of Dublin, Ga And Knowledge Of The Locality Of The Carl Vinson Va Medical Center Facility:
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Dublin, Ga Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length.
basis Of Evaluation:
offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Dublin, Ga And The Middle Georgia Area.
if Prior Experience In Dublin, Ga Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design.
data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Dublin, Ga Geographical Area Or Areas Of Similar Nature.
offerors That Submit Relevant Projects Outside Of The Dublin, Ga Geographical Area May Be Given A Lower Rating Than Projects Within The Dublin, Ga Geographical Area.
capacity To Accomplish The Work In The Required Time.
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity.
basis Of Evaluation:
identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months.
describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects.
evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements.
data Is Acceptable In Tables Or Charts.
higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements.
the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors:
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length.
offeror S Shall Complete And Submit The Following Statement In Block H. :
I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 .
basis Of Evaluation:
offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses.
.
Closing Date13 Jan 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Invitation To Rebid For The Procurement Of Supply And Delivery Of Ict Supplies And Accessories 1. The Department Of Agriculture-western Visayas, Through The National Expenditure Program 2025 (early Procurement Short Of Award) Intends To Apply The Sum Three Million Seven Hundred Forty Two Thousand Three Hundred Eighty Nine Pesos (php3,742,389.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Ict Supplies And Accessories/ib No. 2025-030 (gas). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Ict Supplies And Accessories With The Following Specifications: Adapter, Hdmi To Hdmi Hdmi Male To Hdmi Female Cable Adapter, 4k@60hz, Maximum Uhd 3840×2160,backwa Rds Compatible 2560x1600, 2560x1440, 1920x1200, 1080p Resolutions, 22 Cm Long 1 Piece Adapter, Usb To Hdmi Usb-c + Usb-a To Hdmi Adapter, 2 Ports, Resolution: 1080p@60hz, Advanced Chip, Mirror And Extended Modes 1 Piece Digital Caliper Measuring Tool, Plastic Vernier Caliper Digitalmicrometer With Lcd Screen (0-150mm) 1 Unit Extension Cord With Voltage Surge Protector, 1 Switch Breaker, 6 Outlets With Ground, 5 Meters Long 106 Pieces Flash Drive 16gb, Usb 2.0, Backwards Compatible With Usb 1.1, Read Speed: 100mbps, Write Speed: 100 Mbps 60 Pieces Flash Drive 64gb, Usb 3.0, Backwards Compatible With Usb 2.0, Read Speed: 150mbps 126 Pieces Flash Drive 64gb, Usb 3.2, Gen 1 Compliant, Transfer Speed: 100mb/s2 5 Pieces Flash Drive 256gb, Usb 3.0, Read Speed: 150mbps 103 Pieces Hdmi Cable 2.1 4k 120hz, 48gbps, 7.3mm, Dynamic Hdr & Earc, Including Vrr, Qms, Qft And Allm, 3 Meters Long, Black 2 Pieces Hdmi Cable High Speed Hdmi 2.0, 4k 3d Cable Metal Case, 60hz, 18gbps, Transfer Rates: 10.2 Gbps / 340 Mhz, Hdcp Compliant, 5 Meters Long, Black, 23 Pieces Headlamp Rechargeable, Waterproof, 80 W, 6500 Mah, 4 Hours Bright Light, 9 Hours Weak Light, 50w Aluminum Reflect Cup With Light Led Source 3 Pieces Ink Bottle, Brother Btd60bk, Black, Genuine 29 Bottles Ink Bottle, Brother Bt5000c, Cyan, Genuine 46 Bottles Ink Bottle, Brother Bt5000m, Magenta, Genuine 46 Bottles Ink Bottle, Brother Bt5000y, Yellow, Genuine 46 Bottles Ink Bottle, Hp Deskjet/smart Tank Gt53 Xl Black 51 Bottles Ink Bottle, Hp Deskjet/smart Tank, Gt52 Cyan 53 Bottles Ink Bottle, Hp Deskjet/smart Tank, Gt52 Magenta 53 Bottles Ink Bottle, Hp Deskjet/smart Tank, Gt52 Yellow 53 Bottles Ink Cartridge, Brother Lc539xl, Black 20 Cartridges Ink Cartridge, Brother Lc535xl, Cyan 20 Cartridges Ink Cartridge, Brother Lc535xl, Magenta 20 Cartridges Ink Cartridge, Brother Lc535xl, Yellow 20 Cartridges Ink Cartridge, Brother Toner Cartridge, Tn 2260 10 Cartridges Ink Cartridge, Canon Cl-741, Colored 3 Cartridges Ink Cartridge, Canon Cl-811, Colored 3 Cartridges Ink Cartridge, Canon Pg-740, Black 3 Cartridges Ink Cartridge, Canon Pg-810, Black 3 Cartridges Ink Cartridge, Canon Pixma Pgi-35 Black 45 Cartridges Ink Cartridge Canon Pixma Cli-36 Color 35 Cartridges Ink Cartridge, Canon Pixma Printhead Cartridge, G4010 (black) (bh-7) 10 Cartridges Ink Cartridge, Canon Pixma Printhead Cartridge, G4010 (tri Color) (ch-7) 9 Cartridges Ink Cartridge, Epson C13t664100 (t6641), Black 253 Bottles Ink Cartridge, Hp 682, Black 102 Cartridges Ink Cartridge, Hp 682, Tri-color 181 Cartridges Ink Cartridge, Hp Cn692aa (hp704), Black 15 Cartridges Ink Cartridge, Hp Cn693aa (hp704), Tri-color 9 Cartridges Ink Cartridge, Hp Cz107aa (hp678), Black 31 Cartridges Ink Cartridge, Hp Cz108aa (hp678), Tri-color 31 Cartridges Ink Cartridge, Hp F6v26aa (hp680), Tri-color 350 Cartridges Ink Cartridge, Hp F6v27aa (hp680), Black 354 Cartridges Ink Cartridge, Hp L0s60aa (hp955), Black Original 6 Cartridges Ink Cartridge, Hp L0s63aa (hp955xl), Cyan Original 20 Cartridges Ink Cartridge, Hp L0s66aa (hp955xl), Magenta 20 Cartridges Ink Cartridge, Hp L0s69aa (hp955xl), Yellow 20 Cartridges Ink Cartridge, Hp L0s72aa (hp955xl), Black Original 29 Cartridges Ink Refill, Canon Gi-790bk 67 Bottles Ink Refill, Canon Gi-790c 65 Bottles Ink Refill, Canon Gi-790m 65 Bottles Ink Refill, Canon Gi-790y 65 Bottles Ink Refill, Canon Gi-71bk 4 Bottles Ink Refill, Canon Gi-71c 3 Bottles Ink Refill, Canon Gi-71m 3 Bottles Ink Refill, Canon Gi-71y 3 Bottles Ink Refill, Epson (001) Black 307 Bottles Ink Refill, Epson (001) Magenta 224 Bottles Ink Refill Epson (001) Cyan 219 Bottles Ink Refill, Epson (001) Yellow 215 Bottles Ink Refill, Epson (003) Eco Tank, Black 270 Bottles Ink Refill, Epson (003) Eco Tank, Cyan 194 Bottles Ink Refill, Epson (003) Eco Tank, Magenta 194 Bottles Ink Refill, Epson (003) Eco Tank, Yellow 194 Bottles Ink Refill, Epson (008) Eco Tank, Black 2 Bottles Ink Refill, Epson (008) Eco Tank, Cyan 2 Bottles Ink Refill, Epson (008) Eco Tank, Magenta 2 Bottles Ink Refill, Epson (008) Eco Tank, Yellow 2 Bottles Ink Refill, Epson C13t664200 (t6642), Cyan 186 Bottles Ink Refill, Epson C13t664300 (t6643), Magenta 188 Bottles Ink Refill, Epson C13t664400 (t6644), Yellow 188 Bottles Laser Pointer Laser Class 2, 2 Aaa Battery, 2.4 Ghz Wireless Technology 29 Pieces Maintenance Box, For Epson L6160/l6170, C13t04d100 24 Pieces Male Hdmi To Male Hdmi Cable Hdmi 2.0 Male To Male High Speed 18gbps 4k, 30hz, 1080p, 3d Hdmi Ethernet , 2 Meters Long 2 Pieces Male Usb To Male Hdmi Cable Usb 3.0 Male To Hdmi Male Cable, Support Usb2.0, Usb3.0, Output: 1920x1080p@ 60hz, 2 Meters Long 2 Pieces Memory Card, For Camera Use Extreme Pro Sd Card, 1 Tb, Shot Speed: 140mb/s, Read Performance: 200mb/s, Write Performance: 90mb/s 3 Pieces Micro Sd Card, 128gb, Sequential Read Performance: 140mbps, Transfer Speed: 150 Mb/s 64 Pieces Mouse Pad Non-slip Rubber Base, Fine Knit Edges, 25 X 20 X 0.2 Cm 23 Pieces Otg/dual Usb Drive 128gb, Read Speed: 150mb/s , Write Speed: 100 Mbps 104 Pieces Portable Hard Drive 1 Tb, Usb 3.2, Type C Connector, Read Performance: 1050 Mbps; Write Speed 1000 Mbps 22 Pieces Powerbank, 10000mah 20w, Lithium Polymer Battery, Usb-c Input/output: 20w Max, Usb-a Output: 22.5w Max, Battery Capacity: 37wh (10000mah 3.7v), Rated Capacity: 6250mah (5v 3a) 121 Pieces Powerbank, 20000mah 20w, Lithium Polymer Battery, Usb-c Input/output: 20w Max, Usb-a (out 1/out 2) Output: 22.5w, Battery Capacity: 20000mah 3.7v (74wh), Rated Capacity: 12500mah (typ 5v 3a) 7 Pieces Rechargeable Battery Aa, 1.2v, 2450 Mah, Ni-mh Battery, 2 Pieces/pack 4 Packs Rechargeable Battery Aaa, 1.2 V, 900 Mah, Ni-mh Battery, 2 Pieces/pack 4 Packs Ribbon Cartridge For Epson , For Use With Fx-2175/2190 (so15327, 32.0 Meters/ 104.9 Feet) 9 Pieces Solid State Drive, Portable, 500 Gb, Usb 3.2 Gen 2, Read Speed: 1050 Mb; Write Speed: 1000 Mb (max) W/ Usb C To Usb C Cable & Usb A Adaptors 5 Pieces Solid State Drive 256gb, 2.5 Inch Sata Iii, 6 Gb/s, Read Speed: 500mb/s, Write Speed: 320mb/s, Tbw: 80tb 2 Pieces Solid State Drive 1 Tb, Usb 3.2 Gen , 10gb/s, Read Speed: 1050 Mb/s, Write Speed: 1000 Mb/s 3 Pieces Toner Cartridge, Mx-315ft, Black 5 Pieces Toner Cartridge, Tn118 (konica Minolta Bizhub 215) 11 Cartridges Usb 3.0 Hub, 4 Ports Multi- Splitter Otg Adapter 4 Ports, Usb 3.0 Hub, 5 Gbps Transfer Speed, Supports Two 2.5 Inch Capacity 1 Tb Ssd, Backwards Compatible With Usb 2. 0 (480mbps), Usb 1. 1(12mbps), 1 Meter Long 5 Pieces Usb 3.0 Hub, 6 In 1 Sd Tf For Laptop Pc 6-in-1 Usb 3.0 Hub, Tf/sd Double Card Slot 2.0 Protocol, Applicable For 256g Memory Cards, 5 Gbps Transfer Speed, Micro-usb Power Port, 900ma Output Max Current 5 Pieces Wired Keyboard 12 Fn Multimedia Hotkeys, Resolution: 1000 Dpi, 3 Buttons, Usb Port, Cable Length: 150 Cm 7 Pieces Wireless Mouse 1000 Dpi, 3 Buttons, 2d Scroll Wheel, 2.4 Ghz Wireless Connection, 2.4ghz Wireless Connection W/ Usb Nano Receiver, W/ 1 Aa Battery 170 Units 3-pin Power Adaptor Universal Adapter, Compatible With Various Types Of Sockets 12 Pieces Terms And Conditions: • All Items Which Have An Expiration Period Shall Have An Expiry Date Of At Least Two (2) Years After The Date Of The Notice Of Award • The Supplier Must Submit A Copy Of Manufacturer’s Product Brochures, Specification Sheet, Manuals Etc., As Appropriate Of All The Required Items Or Equipment. Any Of These Evidences Should Be Downloadable From Product Or Manufacturer’s Website Or Otherwise Verifiable By Any Means Reasonable And Acceptable To The Bids And Awards Committee. • Certificate That The Supplier Operates A Commercial Physical Store Indicating The Complete Address Where Ict Products Are Displayed And Available For Purchase. • All Items Should Be Genuine And Not Imitation Delivery Of The Goods Is Required Within 90 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At Da-wesviarc, Hamungaya, Buntatala, Jaro, Iloilo City. Bidders Should Have Completed, Within Three (3) Years (2021-present) 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. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 30, 2024 – January 22, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 P.m. On January 8, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo City, 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 9:30 A.m. On January 22, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount Of Php74,847.78 (if The Bid Security Is In The Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit) Or Php187,119.45 (if The Bid Security Is In The Form Of Surety Bond). In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On January 22, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas 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. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps December 30, 2024 Zarlina B. Cuello Bac Chairperson
Closing Date22 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.9 K)
Department Of Education Division Of Surigao Del Sur Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of Cabugo Es, Bayabas, Surigao Del Sur Request For Quotation: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Bottle Epson 003 Black Ink ( Genuine) 12 250.00 3,000.00 2 Bottle Epson 003 Cyan Ink ( Genuine) 8 250.00 2,000.00 3 Bottle Epson 003 Magenta Ink ( Genuine) 8 250.00 2,000.00 4 Bottle Epson 003 Yellow Ink ( Genuine) 8 250.00 2,000.00 5 Bottle Brother Btd60 Bk Ink (original) 1 250.00 250.00 6 Bottle Brother Bt 5000 C Ink (original) 1 250.00 250.00 7 Bottle Brother Bt 5000 M Ink (original) 1 250.00 250.00 8 Bottle Brother Bt 5000 Y Ink (original) 1 250.00 250.00 9 Ream Paper, Multicopy A4, 500 Sheets Per Ream 200 178.00 35,600.00 10 Ream Paper, Multicopy Legal, (8.5x13) 500 Sheets Per Ream 10 185.00 1,850.00 11 Piece Ballpen, Black 108 6.00 648.00 12 Piece Ballpen, Blue 24 6.00 144.00 13 Piece Ballpen, Red 72 6.00 432.00 14 Piece Sign Pen, Fine Tip, Black 48 30.00 1,440.00 15 Box Staple Wire #35, Standard 18 25.00 450.00 16 Piece Stapler #35, Standard Type 10 153.00 1,530.00 17 Piece Stapler #35, Standard Type (long Reach/arm For Booklet 1 200.00 200.00 18 Roll Tape Transparent, 1 Inches 30 15.00 450.00 19 Roll Tape, Packaging, 2 Inches 9 35.00 315.00 20 Roll Tape, Paper 1 Inch 40 20.00 800.00 21 Bottle Glue All Purpose 240 G 30 35.00 1,050.00 22 Piece Folder Expanded Legal Yellow Colored 5 15.00 75.00 23 Piece Folder Expanded Legal Green Colored 11 15.00 165.00 24 Piece Folder Expanded Legal Pink Colored 5 15.00 75.00 25 Piece Folder Expanded Legal Blue Colored 5 15.00 75.00 26 Piece Folder Expanded Legal Orange Colored 5 15.00 75.00 27 Piece Folder Expanded Legal Violet Colored 5 15.00 75.00 28 Piece Folder Expanded Legal Red Colored 5 15.00 75.00 29 Box Pencil Lead/graphite With Eraser, 1 Dozen Per Box Jumbo Size Mongol 2 5 90.00 450.00 30 Piece Pencil Sharpener, Double Hole, Small 50 4.00 200.00 31 Piece Scissors, Symmetrical/asymmetrical Big 10 35.00 350.00 32 Piece Scissors, Safety For Kinder, Small Size 20 15.00 300.00 33 Pack Photopaper, A4 Size (20 Sheets Per Pack) 15 35.00 525.00 34 Pack Crayons Jumbo Pack Of Single Line Colors 8 Pcs Per Pack 10 45.00 450.00 35 Ream Neon Paper Assorted (80gsm, 8.5x13, 250 Sheets Per Ream 9 230.00 2,070.00 36 Pack Vellum Board A4, 10 White Sheets Per Pack 15 31.00 465.00 37 Box Thumbtacks, 24 Pieces Per Box 2 95.00 190.00 38 Piece Felt Tip Pen, Refillable Fine Black, Pilot 34 38.00 1,292.00 39 Bottle Ink Refill For Permanent Marker, Pilot, 30 Ml, Black 12 98.00 1,176.00 40 Piece Data File Box, Double, Colored, Long 35 150.00 5,250.00 41 Box Paper Fastener, Plastic, 7cm, 50 Sets Per Box 6 35.00 210.00 42 Box Paper Fastener, Metal, 7cm, 50 Sets Per Box 1 35.00 35.00 43 Piece Puncher Paper, Heavy Duty 5 120.00 600.00 44 Box Binder Paper Clip 25 Mm, Box, Black 6 30.00 180.00 45 Box Binder Paper Clip 32 Mm, Box, Black 2 37.00 74.00 46 Box Binder Paper Clip 51 Mm, Box, Black 2 37.00 74.00 47 Piece Expanded Envelope, Long Red 20 18.00 360.00 48 Piece Expanded Envelope, Long Green 20 18.00 360.00 49 Piece Expanded Envelope, Long Yellow 20 18.00 360.00 50 Piece Expanded Envelope, Long Orange 20 18.00 360.00 51 Piece Expanded Envelope, Long Violet 20 18.00 360.00 52 Ream Envelope, Document A4 Brown 1 800.00 800.00 53 Piece Envelope, Plastic, A4, Transparent 100 13.00 1,300.00 54 Piece Expanded Envelop, Long Blue 20 18.00 360.00 55 Pack Notepad, Stick On, 76mmx76mm 4 28.00 112.00 56 Pack Notepad, Stick On 50mm X 76mm (2" X 3") In 4 30.00 120.00 57 Pack Notepad, Stick On, 19mmx76mm 4pcs In 1 Pack 5 35.00 175.00 58 Piece Glue Stick , Big For Glue Gun 50 5.00 250.00 59 Piece White Board Marker Black 8 15.00 120.00 60 Piece Binding Ring/comb, Plastic, 15 Mm 10 35.00 350.00 61 Pack Cartolina Assorted Colors, 20 Pcs Per Pack 20 80.00 1,600.00 62 Piece Manila Paper 15 4.00 60.00 63 Piece Ink Refill For White Board Marker Black 1 65.00 65.00 64 Box Paper Clip Colored Vinyl Plastic Coated, 33mm 10 10.00 100.00 65 Piece Stamp Pad, Felt 6 40.00 240.00 66 Pack Sticker Paper 6 35.00 210.00 67 Box Rubber Band No. 18 1 50.00 50.00 68 Bag First Aid Kit Medical Kit Emergency Bag Set 5 550.00 2,750.00 69 Pack Battery Dry Cell Size Aa, 2 Pieces Per Pack 50 25.00 1,250.00 70 Pack Battery Dry Cell Size Aaa, 4 Pieces Per Pack 50 26.00 1,300.00 71 Piece Dust Pan, Rigid Non-breakable Plastic 15 90.00 1,350.00 72 Box Dye Wax, Paste Type, Red Dye Wax, 90g 42 40.00 1,680.00 73 Bottle Liquid Wax. 2 Liter / Bottle 4 570.00 2,280.00 74 Unit Fire Extinguisher, Dry Chemical 1 1,100.00 1,100.00 75 Piece Philippine National Flag 4 200.00 800.00 76 Box Envelope White Mailing Long, 500 Pcs Per Box 1 300.00 300.00 77 Box Envelope White Mailing Short, 500 Pcs Per Box 1 250.00 250.00 78 Unit Wall Clock (big) 5 300.00 1,500.00 79 Piece Illustration Board 1/2 10 40.00 400.00 80 Bottle Mosquito Spray 10 195.00 1,950.00 81 Gallon Liquid Bleaching Solution 5 200.00 1,000.00 82 Pack Detergent Powder, All Purpose 1 Kg Per Pack 24 180.00 4,320.00 83 Pack Anti Bacterial Hand Soap 60g Per Pack 80 20.00 1,600.00 84 Piece Floor Rags, Cloth 25 40.00 1,000.00 85 Piece Doormat (welcome) 5 150.00 750.00 86 Piece Pail Medium Size 5 100.00 500.00 87 Piece Dipper 5 20.00 100.00 88 Piece Small Basin, Black 5 20.00 100.00 89 Piece Toilet Brush 5 25.00 125.00 90 Piece Brush 5 20.00 100.00 91 Gallon Cleaner, Toilet Bowl And Urinal 1 Gallon 5 180.00 900.00 92 Pack Trash Bag, Medium 4 40.00 160.00 93 Piece Pad Lock Heavy Duty 8 250.00 2,000.00 94 Pack Sanitary Pad/napkin 20 25.00 500.00 95 Piece Flower, Plastic Assorted For Decoration, Fake Westeria Hanging 25 20.00 500.00 96 Piece Flower, Plastic Assorted For Decoration, For Vase, Rose Flower 25 30.00 750.00 97 Piece Medal Deped Official Seal, (gold) Diameter 6 Cm 20 50.00 1,000.00 98 Piece Medal Deped Official Seal, (silver) Diameter 6 Cm 15 50.00 750.00 99 Piece Medal Deped Official Seal, (bronze) Diameter 6 Cm 10 50.00 500.00 100 Piece Medal Ordinary Gold 25 20.00 500.00 101 Piece Medal Ordinary Silver 20 20.00 400.00 102 Piece Medal Ordinary Bronze 15 20.00 300.00 103 Piece Ribbon For Awards 70 10.00 700.00 104 Piece Ribbon For Parent 10 10.00 100.00 105 Piece Ribbon For Graduate 10 10.00 100.00 106 Piece Ribbon Honors 30 10.00 300.00 107 Roll Satin Ribbon, 2.5 Inches, 45 Yards/roll Red 1 120.00 120.00 108 Roll Satin Ribbon, 2.5 Inches, 45 Yards/roll Green 1 120.00 120.00 109 Roll Satin Ribbon, 2.5 Inches, 45 Yards /roll Yellow 1 120.00 120.00 110 Roll Satin Ribbon, 2.5 Inches, 45 Yards / Roll Orange 1 120.00 120.00 111 Roll Satin Ribbon, 2.5 Inches, 45 Yards /roll Pink 1 120.00 120.00 112 Roll Tassel Lace Trimmings (36 Yards Per Roll) 1 180.00 180.00 113 Meter Cloth Alpha Gena Purple 10 45.00 450.00 114 Meter Cloth Alpha Gena White 10 45.00 450.00 115 Meter Cloth Alpha Gena Orange 10 45.00 450.00 116 Meter Cloth Alpha Gena Printed/flower 10 50.00 500.00 117 Meter Cloth Alpha Gena Ethnic Print 10 50.00 500.00 118 Box Pins 20 50.00 1,000.00 119 Piece Balloons Assorted 100 5.00 500.00 120 Piece Plaque 1 800.00 800.00 121 Piece Balloons Chain 4 35.00 140.00 122 Piece Curtain With Ring 6 200.00 1,200.00 123 Piece Throw Pillow 4 130.00 520.00 124 Piece Throw Pillow Case 6 60.00 360.00 125 Piece Flower Pots Big 20 45.00 900.00 126 Piece Trash Box, Regular Size 30 110.00 3,300.00 127 Piece Storage Box, Big, Black 2 400.00 800.00 128 Bottle Fabric Conditioner, 1000 Ml 10 100.00 1,000.00 129 Piece Cerrtificate Holder A4 Size 15 50.00 750.00 130 Pack Gift Bag, 10 Pieces Per Pack, Medium Size 5 120.00 600.00 131 Dozen Spoon, Big 1 120.00 120.00 132 Dozen Fork, Big 1 120.00 120.00 133 Dozen Dinner Plate Big 9 Inch, 25 Cm 1 480.00 480.00 134 Dozen Dish Serving Bowl 6 Inch, 23 Cm 1 400.00 400.00 135 Piece Serving Plate Big 4 55.00 220.00 136 Dozen Drinking Glass 1 200.00 200.00 137 Meter Cellophane Rubberized 6 120.00 720.00 138 Piece Broom Soft/lanot 10 90.00 900.00 139 Piece Plastic Chairs For Kindergarten 15 175.00 2,625.00 140 Unit Electric Stove Inverter (heavy Duty) 1 650.00 650.00 141 Tube Badminton Shuttlecock 1 Tube, 12 Pieces 1 1,039.00 1,039.00 142 Piece Badminton Alp Sport Badminton Racket 2 1,400.00 2,800.00 143 Set Chess Mat 6.5 Cm (3cm X 34 Cm) 1 228.00 228.00 144 Piece Chess Clock 1 400.00 400.00 145 Piece Table Tennis Racket Stiga/loki 2 1,090.00 2,180.00 146 Piece Table Tennis Balls 40 Mm, 2.8 G (huieson) White 50 7.00 350.00 147 Piece Discuss Throw 1 401.00 401.00 148 Piece Table Tennis Net Portable (standard) Blue 1 190.00 190.00 149 Piece Curtain Rod (long) 2 200.00 400.00 150 Piece Pail Big, Black (barol) 6 200.00 1,200.00 151 Piece Shawl Assorted Color 5 210.00 1,050.00 152 Piece Table Top Desktop Water Dispenser W/ Faucet Round) Blue And White 4 168.00 672.00 153 Piece Round Water Dispenser Jug Container (20 Liters) 10 150.00 1,500.00 154 Piece Monobloc, Chair White, Ruby 10 365.00 3,650.00 155 Unit Laptop, Core I5, 14", 16 Gb, Black 1 35,000.00 35,000.00 156 Unit Printer 3 In 1 High Quality (wi-fi Direct) 5 10,000.00 50,000.00 157 Unit External Hard Drive 1tb (high Quality) 1 1,500.00 1,500.00 158 Unit Camera 24.3 Mega Pixels 1 17,500.00 17,500.00 Abc: 254,587.00 Note: To Be Delivered At Cabugo Es, Bayabas, Surigao Del Sur
Closing Date18 Feb 2025
Tender AmountPHP 254.5 K (USD 4.4 K)
Philippine Commission On Women Tender
Others
Philippines
Details: Description 1. Rationale The Year 2025 Marks Significant Milestones In Gender Equality And Women Empowerment In The Philippines And Globally: ● The 50th Anniversary Of The Philippine Commission On Women (pcw); ● The 30th Anniversary Of The Beijing Platform For Action (bpfa); ● The 45th Year Of The Philippines' Signing Of The Convention On The Elimination Of All Forms Of Discrimination Against Women (cedaw); ● Three Decades Since The Introduction Of The Gender And Development (gad) Budget Policy Under The 1995 General Appropriations Act (ra 7845); And ● The Culmination Of The 30-year Philippine Plan For Gender-responsive Development (ppgd) 1995-2025. These Milestones Reaffirm The Country’s Long-standing Commitment To Advancing Women’s Rights And Promoting Inclusive Development. To Commemorate These Remarkable Anniversaries, As Well As To Continue Our National Journey Toward A “bagong Pilipinas,” The Upcoming Nwmc Will Be More Than Just A Celebration—it Will Be A Pivotal Moment To Reflect On Our Progress, While Also Setting The Stage For Further Transformation. With The Sub-theme "babae Sa Lahat Ng Sektor, Aangat Ang Bukas Sa Bagong Pilipinas," Under The 2023-2028 Recurring Nwmc Campaign Banner: We For Gender Equality And An Inclusive Society, The Event Aims To Spotlight The Inclusive Progress That Women From All Sectors Have Made, While Simultaneously Reinforcing The Need For Equitable Access To Opportunities, Resources, And The Full Recognition Of Women’s Rights. The Event Will Not Only Honor These Strides But Also Offer A Platform For Creating New Connections, Empowering Women, And Raising Awareness On Critical Issues Of Gender Equality. The Celebration's Kick-off Event On March 5, 2025, Will Serve As A Launchpad For These Aspirations. The Event Will Feature A Trade Fair Showcasing Products From Women-owned And Women-led Micro, Small, And Medium-sized Enterprises (msmes), As Well As Booths Offering Essential Services Such As Legal Consultation And Medical Support. Additionally, The Event Will Serve As A Platform For Several Key Initiatives—such As The Unveiling Of The Pcw’s 50th Anniversary Coffee Table Book And The Launch Of The First-ever State Of The Filipino Women Regional Report—each Requiring Intricate Planning And Coordination. Given The Complexity Of This Year’s Celebration, The Involvement Of Multiple Stakeholders, And The Diverse Activities Planned, The Need To Hire A Professional Event Organizer Is Critical. The 2025 Nwmc Is An Event Of National Importance, One That Will Bring Together Government Agencies, Local Government Units (lgus), Non-governmental Organizations (ngos), Civil Society Organizations (csos), Msmes, And Marginalized Communities. Coordinating Such A Large-scale, Multi-sectoral Event Requires Specialized Knowledge And Expertise In Logistics, Event Design, Stakeholder Management, And Seamless Execution. Thus, The Pcw Needs The Services Of An Event Organizer To Ensure That Every Aspect Of The Event—ranging From The Trade Fair To The Key Strategic Launches—is Carried Out In An Organized And Professional Manner. From Arranging Venue Logistics To Ensuring Smooth Transitions Between Activities, An Experienced Organizer Can Guarantee That Each Element Is Executed Flawlessly, Leaving A Lasting Impact On Participants And Guests Alike. With A Focus On Marginalized Sectors, The Event Must Prioritize Accessibility And Inclusivity, And A Skilled Event Organizer Will Ensure That These Principles Are Woven Into The Fabric Of The Celebration, Making It Meaningful For All Participants. As We Strive For A “bagong Pilipinas,” An Inclusive Society That Upholds The Dignity And Rights Of Every Woman, The Event Organizer Will Play A Key Role In Aligning The Nwmc With This Vision. Their Experience In Handling High-profile Events, Managing Diverse Stakeholders, And Executing Integrated Communication Strategies Will Be Invaluable In Delivering A Celebration That Reflects The Full Scope Of Our Aspirations And Collective Progress. Their Involvement Will Allow The Pcw And Its Partners To Focus On The Substantive Discussions And Initiatives That Will Define This Momentous Year, While Leaving The Event's Logistical And Organizational Complexities To The Experts. 2. General Objective/s The Contractor That Will Be Hired Is Expected To Provide The Following Events Management Services: A. Conceptualizing The Event’s Production Design And Visuals In Accordance With Pcw’s Directives And The Branding Guidelines For The 2025 National Women’s Month Celebration. B. Providing Electronic/electrical Equipment Beyond The Basic Provisions Of The Venue Provider To Ensure Seamless Execution. C. Producing Event Collaterals And Materials As Outlined In Section C: Scope Of Work, Along With Any Additional Requirements Necessary For The Successful Implementation Of The Program. D. Designing And Setting Up Booths For Exhibitors And Service Providers, Ensuring That Layouts Align With The Available Venue Space. E. Executing The Approved Event Production Design, Including The Setup Of Materials, Staging, And All Necessary Collaterals. F. Providing Professional Photo And Video Coverage Of The Entire Event, With Both Raw And Edited Copies Submitted To Pcw Post-event. G. Deploying Adequate Human Resources For The Entire Duration Of The Event, Including Ingress, Egress, And On-ground Support, As Well As Providing A Professional Emcee. 3. Scope Of Work Overall, The Event Organizer Is Expected To Provide Comprehensive Coordination And Production Management For The Physical Event. This Includes The Conceptualization And Production Of Event Materials, Stage And Venue Arrangement, Coordination With The Event Venue Technical Team For Led Wall And Lighting And Sound Systems, As Well As The Provision Of Other Necessary Equipment And Technical/logistical Requirements. Specifically, The Event Organizer Is Responsible For The Following Tasks In Coordination With Pcw: 1. Preparatory Activities Task Specific Materials, Deliverables, And Outputs A. Attendance To Coordination Meetings Organized By Pcw ● Designate At Least One (1) Project Coordinator Who Will Monitor The Implementation Of The Workplan And Ensure Timely Coordination And Delivery Of Outputs. ● Attend Coordination Meetings And Provide Regular Updates On The Status Of Preparations And Coordinations For The Event; B. Conceptualization Of Event’s Production Design And Visuals Following Pcw’s Directives And Branding Guidelines For The 2025 National Women’s Month Celebration (including Procurement And Execution Of Approved Concepts/ Materials) Physical Set-ups: ● The Event Organizer Is Responsible For The Physical Setup Of The Event Venue, Including Front And Back Stages, Adjacent Areas For Receiving And Registration Of Attendees And Special Guests, Holding Areas For Special Guests,if Necessary, Floor And Seat Plans, Setup Of Booths, Etc. Including Directional Signages Booth Details Quantity: Maximum 30 Booths Size: 3x2 Booths With Names In Fascia (2 Sides) Table And Chair: 1 Table And 2 Chairs Per Booth With Lights And Outlet (2-gang) With Electrical Setup In Line With This, The Event Organizer Is Required To Submit, For Pcw’s Approval, At Least Two (2) Proposals For: ● Stage Design ● Detailed Physical Plan With Provisions For: ○ Participants’ Entry And Exit ○ Ingress And Egress ○ Booth Placement ○ Placement Of Registration Area, Organizer’s Area, Tech Booth, Led Wall And Other Equipment, Photo Wall, And Other Event Collaterals ○ Emergency Evacuation Event Materials: The Event Organizer Is Required To Provide The Flowing Event Materials: ● Animation Of The Event Logo/brand Identity And Other Relevant Visual Components To Be Displayed Continuously On The Led Wall/s During Program Transitions. The Logo/brand Identity Design Will Be Provided By Pcw. ● Pull-up Banners, Event Markers, And Directional Signages. Designs Subject To Approval Of Pcw. ● Printing Of Event Badges For The Participant ● Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. ● Printing Of Giant Gameboard With Big Dice And Other Game Materials ● Id Cards For Pcw Lead/organizing Staff ● Supply And Delivery Of Event Tokens/advocacy/promotional Materials To Be Distributed To The 1000 Participants During The Event ● Token To Be Given To Special Guests And Exhibitors. Proposed Tokens Are Subject To The Approval Of The Pcw. C. Preparations For The Actual Conduct Of Event Program ● Ensure Full Coordination With The Venue Provider And Furnish It With All Necessary Physical And Technical Arrangements And Lay-out Plans; ● Process And Complete All Required Permits And Clearances Required By The Venue Provider And The Lgu For The Conduct Of The Event, If Necessary ● Develop A Workplan For All Activities/tasks Including Timeline And Expected Deliverables, As Approved By Pcw; ● Develop A Security Plan To Ensure Orderly Conduct Of The Activity, Including Crowd Control And Other Mitigating Measures For Untoward Incidents, As Approved By Pcw; ● Contract A Competent Female Host, Preferably A Person Knowledgeable On Women’s Empowerment And Other Women’s Human Rights Issues; ● Submit A Full And Comprehensive Script For The Program Host; ● Facilitate End-to-end Contracting Of Third-party Suppliers For The Execution Of Production Design And Procurement Of Event Collaterals As Approved By Pcw ● Keep Confidential All Event Preparations; 2. Event Proper Task Specific Materials, Deliverables, And Outputs A. Execution Of Approved Event Production Design, Materials, And Other Collaterals ● Ensure Timely Ingress And Egress In Coordination With The Venue Provider, Third Party Suppliers, And Pcw; ● Execute The Set-up Of All Approved Production Designs Of The Entire Venue, Including But Not Limited To: - Front And Back Stages - Floor Plan, Table Set Up, Seating Plan - Registration Area - Photo Wall - Areas Leading To The Event Area; ● Stage And Program Management - Direct And Manage Program Flow, Including Briefing Of Technical Support Team, Guest Speakers, And Host(s) In Coordination With Pcw; - Coordinate With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback. B. Production Of Event Materials/collaterals ● Provide The Following Materials As Approved By Pcw And With Proper Event Branding: Event Material/collaterals Qty Id Cards And Lanyards For Pcw Event Organizing Team* 50 Participant’s Event Badge 1,000 Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. 35,000 Animated Video Of Event Title/logo/brand Identity/other Relevant Elements 1 Tokens For Guest Speakers/ Special Guests/exhibitors In Individual Presentable/elegant Packaging 50 Tokens For Participants (for Inclusion In Kits) 1000 Pull-up Banners 4 Printing Of Giant Gameboard With Big Dice And Other Game Materials *to Be Determined Event Markers/signages / (leading To Event Area, Restrooms, Parking, Etc. )/ Name Plates For The Guests’ Seats. *to Be Determined *may Change Depending On Actual Number Of Identified Members Of The Pcw Event Organizing Team ● All Event Materials And Collateral Should Be Packaged, Labeled, And Ready For Use/distribution At Least One (1) Week Before The Event. C. Provision Of Appropriate Electronic/electrical Equipment In Addition To The Basic Provisions Of The Venue Provider. ● Provide And Operate All Technical Equipment Throughout The Duration Of The Event. Equipment To Provide Includes: - Extension Cords And Auxiliary Wires - At Least Four (4) Wireless Microphones - Appropriate Background Music Throughout The Event - Clickers For Guest Speakers Who Will Deliver Presentations - Video Monitors And Camera/laptop For The Filipino Sign Language Interpreters. ● Coordinate With The Technical Support Team Of The Venue Provider/pcw Regarding The Technical Requirements. ● Ensure That All Equipment Cables And Wires Are Securely Arranged To Avoid Physical And Electrical Accidents. ● Ensure Return Of All Borrowed Materials Or Equipment, If Any. D. Photo And Video Coverage Of The Entire Event. ● Ensure Professional Photo And Video Coverage Of The Entire Event. ● Produce A Creative Sde (same-day-edit) Video To Be Presented To The Participants During The Closing Activities Of The Event. E. Provision Of Sufficient Human Resource During The Whole Event, Ingress, And Egress. ● Designate Onsite Technical Support Teams To Manage/assist In The: - Technical, Floor, And Stage Direction; - Coordination With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback; - Other Event Management Functions ● Implement The Security Plan In Case Of An Untoward Emergency Or Incident; Facilitate Crowd Control To Ensure The Peaceful Conduct Of The Event; ● Monitor And Prevent The Entry Of Items Prohibited By The Venue Provider, Including Materials Not Indicated But May Pose Harm/danger To People And Physical Properties ● Provide The Transportation, Meals, And Other Logistical Expenses Of Its Production Staff During The Event. 3. Post-event Task Specific Materials, Deliverables, And Outputs A. Post-documentation Requirements 1.submit The Following In An External Hard Drive Or Flash Drive(s): ● All Raw Photos ● All Professionally Edited Photos Minimum Of 400 Professionally Edited Photos Consisting Of: ○ All Major Parts Of The Program (registration, Use Of Photo Wall, Opening Preliminaries, Closing Ceremonies, Socialization, Etc.) ○ All Guest Speakers, Host(s), And Other People To Be Invited On Stage ○ All Participants/audience ( Per Table, In Groups, As Well As Individual Shots That Have Significant Part In The Program Or As Requested By Pcw) ○ Pcw Organizing Staff ○ Other Parts Of The Event That May Be Requested By Pcw 2, All Raw Video Files For Event Documentation 3. Professionally Edited Linear Video Of Event Highlights 4. Creative Sde Video (ert: 5 Minutes) 5. Narrative Report Of The Conducted Event ● Attend Post-event Meetings As Necessary. 4. Approved Budget Cost And Basis For Costing The Abc For This Engagement Is Eight Hundred Twenty Thousand Pesos (php 820,000), Subject To Applicable Government Withholding Taxes. The Professional Fee Is Computed Based On The Prevailing Industry Rates For Event Organization And Management. Item Costing/remarks Estimated Total Professional Fee For Overall Event Coordination, Execution, And Management Professional Fees For The Event Coordinator, Event Director, Production Designer, Graphic Artist, Animator, Technical Director, Script Writer, Photographer, Videographer, Photo And Video Editor, Event Host, Production Assistants, Ingress/egress Staff Etc., P 300,000 Production Design - Stage Design - Pull-up Banners - Registration Area Decorations - Photo Wall Printing & Mounting Provision Of Booth Including The Following: - Quantity: Maximum 30 Booths - Size: 3x2 Booths With Names In Fascia (2 Sides) - Table And Chair: 1 Table And 2 Chairs Per Booth - With Lights And Outlet (2-gang) - With Electrical Setup - Ingress And Egress (mounting/dismantling) P 100,000 P 200,000 P 300,000 Token/advocacy Materials (design, Printing, Production) - Token/advocacy/promotional Materials - Tokens For Guest Speakers And Exhibitors Token/advocacy/promotional Materials For 1000 Participants (150,000) Token For Guest Speakers And Exhibitors: P1,000 X 50 Pcs. (p 50,000) P 200,000 Materials (design And Printing) - Printing Of 1000 Copies Of Event Badges For The Participant - Small Colored Round Stickers That Will Be Applied To Each Participant’s Badge By Each Booth. - Printing Of Giant Gameboard With Big Dice And Other Game Related Materials - Other Venue Decorations - Organizer’s Id - Other Office Supplies - Table Decorations P 20,000 Total 820,000 5. Minimum Qualification/s 1. Must Be An Event Organizing Company With Competent Personnel To Plan And Execute The Event. It Must Also Be Duly Established In The Philippines, With Head Office Located In Metro Manila, And Must Be Registered With Philgeps. 2. At Least Eight (8) Years Of Extensive Experience In Organizing Big Events And Conferences, Preferably With Clientele From Government Agencies; 3. Impressive Company Portfolio On Handled Events With At Least 1000 Participants; 4. With Experience In Organizing Events Related To Women’s Empowerment And Women’s Issues, Strong Coordination And Networking Skills; And 5. Preferably, The Event Organizing Company Have An Equal Opportunity Agency, Where Women Make Up At Least 45-50% Of Their Team And A Policy Compliant With The Anti-sexual Harassment And Safe Spaces Policy. 6. Professional Fees And Terms Of Payment Payment For The Professional Services Shall Be Issued In Three (3) Tranches Upon Completion Of Set Deliverables And Issuance Of Certificate Of Acceptability Of Outputs By The Pcw Executive Director. The Engagement Is Expected To Be Completed Within 2 Months From The Date Of Commencement. Schedule Of Payment Deliverables Timeline First Tranche (30% Of Contract Cost) Upon The Event Organizer’s Submission And Pcw’s Approval/acceptance Of: 1. Designs/layouts Of Entire Production Design Which Includes Designs Of Stage; 2. Detailed Physical Plan Indicating Booth Placements, Participants’ Access And Egress, Placement Of Registration Area, Organizer’s Area, Tech Booth, Led Wall And Other Equipment, Photo Wall, And Other Event Collaterals Based On The Venue’s Layout; 3. Designs/samples Of All Event Materials, Collaterals, And Tokens Following The 2025 National Women’s Month Branding Guide And As Provided In This Tor; 4. Work Plan And Security Plan; 5. All Necessary Permits For The Physical Conduct Of The Event (in Coordination With Pcw, The Lgu, And Venue Provider). February 20-25, 2025 Second Tranche (40% Of Contract Cost) Upon The Event Organizer’s Submission And Pcw’s Approval/acceptance Of The Following: 1. Full Script Of The Host/emcee Based On The Program Sequence; 2. Confirmed/booked Program Host/emcee; 3. Confirmed/booked Technical And Electronic Equipment (including Those Contracted From Third-party Suppliers); 4. Final Animated Video Of The Event Logo/brand Identity; And 5. Floor And Seating Plans For Participants, Guests, And Pcw Staff Upon Production Of Approved Event Materials And Other Collaterals. February 26-28, 2025 Third Tranche (30% Of Contract Cost) Upon The Event Organizer’s Execution/completion Of The Following: 1. Set-up/mounting Of Production Design For The Entire Event Venue (including: Registration And Front And Back Stage, Booths With Table And Chairs, Photo Wall, Etc.) 2. Actual Onsite Management Of The Event And Coordination With Tech Team Managing The Led Wall And Sound System, Etc., In Accordance With The Approved Work Plan, Including: - Assistance In Participant Registration, Ushering, - Hosting; - Video And Photo Coverage; - Coordinate With The Technical Support Team Of The Venue Provider/pcw For The Control Of Lighting, Sound, And Video Presentation Playback; - Other Applicable Requirements/services 3. Distribution Of Approved Event Materials And Other Collaterals To Participants; 4. Same-day Edit Video (sde) Capturing The Highlights Of The Event 5. Submission Of The Following In An External Hard Drive Or Flash Drive: - All Raw And Professionally Edited Photos - Professionally Edited Video Coverage And Sde - Narrative Report Regarding The Conducted Event 6. Turnover Of All Unused/undistributed Tokens, Plaques, And Other Event Materials/collaterals To Pcw. March 1-15, 2025 7. Working Conditions And Arrangements Pcw Shall Provide Information Needed To Accomplish The Scope Of Work Such As Program Of Activities, Branding Guidelines, And Venue Provider Contact References, Among Others. It Shall Also Review And Approve All Materials And Deliverables Produced By The Event Organizer Within A Reasonable Time Frame.
Closing Date17 Feb 2025
Tender AmountPHP 820 K (USD 14.1 K)
Municipality Of Rizal,palawan Tender
Healthcare and Medicine
Philippines
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
Bureau Of Corrections Muntinlupa City Metro Manila Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Supply And Delivery Of Various Bucor Vehicles 2025 (procurement/contract No. 010) Sixth Edition July 2020 Bids And Awards Committee 2024 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 16 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 27 Section Vii. Technical Specifications 29 Section Viii. Bidding Forms 34 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid For Supply And Delivery Of Various Bucor Vehicles 2025 1. The Bureau Of Corrections, Through The National Expenditure Program Fy 2025 (capital Outlay) Intends To Apply The Sum Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Bucor Vehicles 2025 With Identification Number __epa-010__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On __december 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)___ From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five (₱25,000.00) Thousand Pesos Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On __january 06, 2025 (01:30pm)____ At Bac Conference Room Nbp Reservation Muntinlupa City, 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 20, 2025 (01:29pm)__. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On __january 20, 2025 (01:30pm)__ At The Given Address Below Bac Conference Room Nbp Reservation Muntinlupa City, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schedule Of Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents December 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)_ Supply Division Bureau Of Corrections Muntinlupa City 2. Pre-bid Conference January 06, 2025 (01:30pm Bac Conference Room Bureau Of Corrections Muntinlupa City 3. Submission And Opening Of Bid Documents January 20, 2025 (01:30pm) Bac Conference Room Bureau Of Corrections Muntinlupa City 11. The Bureau Of Corrections Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Maria Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt. Celso S. Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Wishes To Receive Bids For The Supply And Delivery Of Various Bucor Vehicles 2025 {[insert, If Applicable:] Under A Framework Agreement}, With Identification Number [indicate Number]. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Supply And Delivery Of Various Bucor Vehicles 2025 Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For National Expenditure Program Fy 2025 (capital Outlay) In The Amount Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. [select One, Delete Other/s] A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4. Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Bac Conference Room Nbp Reservation, Poblacion, Muntinlupa, City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Four (4) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5. [include If Framework Agreement Will Be Used:] Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 12.2. [include If Framework Agreement Will Be Used:] For Framework Agreement, The Following Should Also Apply In Addition To Clause 12.1: A. For A Single Year Framework Agreement, The Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. B. For A Multi-year Framework Agreement, The Prices Quoted By The Bidder During Submission Of Eligibility Documents Shall Be The Ceiling And The Price Quoted During Mini-competition Must Not Exceed The Initial Price Offer. The Price Quoted During Call For Mini-competition Shall Be Fixed During The Bidder’s Performance Of That Call-off And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3. [include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, Other Than The Grounds For Forfeiture Under The 2016 Revised Irr, The Bid Security May Also Be Forfeited If The Successful Bidder Fails To Sign The Framework Agreement, Or Fails To Furnish The Performance Security Or Performance Securing Declaration. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Posting Of Performance Security Or Performance Securing Declaration, As The Case May Be, By The Winning Bidder Or Compliant Bidders And The Signing Of The Framework Agreement. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, The Submission Of Bids Shall Be For The Initial Evaluation Of Their Technical And Financial Eligibility. Thereafter, Those Declared Eligible During The Said Initial Eligibility Evaluation And Entered Into A Framework Agreement With The Procuring Entity Shall Submit Anew Their Best Financial Offer At The Address And On Or Before The Date And Time Indicated In The Call For Each Mini-competition. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, Determination Of Margin Of Preference Shall Be Conducted Every Call For Mini-competition. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. [include The Following Options If Framework Agreement Will Be Used:] A. In The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; B. For Multi-year Framework Agreement, The Determination Of The Eligibility And The Compliance Of Bidders With The Technical And Financial Aspects Of The Projects Shall Be Initially Made By The Bac, In Accordance With Item 7.4.2 Of The Guidelines On The Use Of Framework Agreement. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, All Bidders Initially Determined To Be Eligible And Financially Compliant Shall Be Subject To Initial Post-qualification. The Bac Shall Then Recommend The Execution Of A Framework Agreement Among All Eligible, Technically And Financially Compliant Bidders And The Procuring Entity And Shall Be Issued By Hope A Notice To Execute Framework Agreement. The Determination Of The Lowest Calculated Bid (lcb) Shall Not Be Performed By The Bac Until A Mini-competition Is Conducted Among The Bidders Who Executed A Framework Agreement. When A Call For Mini-competition Is Made, The Bac Shall Allow The Bidders To Submit Their Best Financial Proposals On Such Pre-scheduled Date, Time And Place To Determine The Bidder With The Lcb. 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, {[include If Framework Agreement Will Be Used:] Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant,}the Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. {[include If Framework Agreement Will Be Used:] For Every Mini-competition In Framework Agreement, The Lcb Shall Likewise Submit The Required Documents For Final Post Qualification.} 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. [include The Following Clauses If Framework Agreement Will Be Used:] 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A. Framework Agreement Form; B. Bidding Documents; C. Call-offs; D. Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E. Performance Security Or Performance Securing Declaration, As The Case May Be; F. Notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Motor Vehicle. B. Completed Within The Last Four (4) Years Equivalent To At Least Fifty Percent (50%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.3 One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Audited Financial Statement 7. 2 Sets Photo Copy Of Eligibility And Financial Envelope Marked As “copy 1” And “copy 2” 21.2 No Additional Contract Documents. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3. For A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4. For Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Delivered To Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Acting Director, Directorate For Engineering Services. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of [indicate Here The Time Period Specified. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Not Applicable 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Goods Shall Be Inspected By The Tiac Technical Inspection And Acceptance Committee. Representative From Supply Division To Be Witnessed By: Coa Representative The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Tiac (technical Inspection And Acceptance Committee). 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. Section Vi. Schedule Of Requirements Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Bucor Vehicles 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Prison Van 6 30 Calendar Days 2 Staff Car 2 30 Calendar Days 3 Staff Car 4 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 1 Prison Van Overall Dimensions L X W X H (mm): 4,600 X 1,695 X 1,955 Wheelbase: 2400 Seating Capacity: 3 Engine Type Type: 4ja1 Direct Injection Common Rail Displacement (cc):2499 Maximum Output (ps/rpm): 78 Hp @3900 Rpm Maximum Torque (nm/rpm): 176.5 Nm @ 1800 Rpm Fuel Type: Diesel Fuel Tank Capacity: 50 Liters Transmission: 5-speed Manual Brakes: Front: Ventilated Discs Rear: Drum. Leading & Trailing Tires: 195r 14c 8pr Wheels (size): 14 X 5.5jj (6 Studs) Color: Camouflage Safety And Security Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 2 Staff Car Overall Dimensions L X W X H (mm): 4,735 X 1,830 X 1,795 Seating Capacity:8 Engine Type Type: 4-cylinder, In-line, 16-valve Double Overhead Camshaft (variable Nozzleturbo Charger W/ Intercooler) Engine Displacement (cc): 2755 Maximum Output (ps/rpm) 174 / 3,400 Maximum Torque (nm/rpm): 360 / 1,200 - 3,400 Fuel Type: Diesel 1 Gd - Ftv 6 - Speed At Multi - Reflector Halogen Black+silver Front Grille Function Fabric (black)* With Keyless Entry Eco+power Apple Carplay + Android Auto Safety And Security Driver + Front Passenger + Knee (d) With + Brake Assist + Ebd With Vehicle Stability Control ( Vsc) With Hill-start Assist Control (hsa) With Reverse Camera Other Modification: Color- Black Blinker And Siren Com. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance _________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Staff Car Overall Dimensions L X W X H (mm): 4,395 X 1,730 X 1,690 Wheelbase(mm): 2750 Seating Capacity: 7 Engine Type Type: 4-cylinder, In-line, 16-valve Dohc With Duel Vvt-idisplacement (cc):1329 Maximum Output (ps/rpm) 98/6000 Maximum Torque (nm/rpm): 122/4200 Fuel Type: Gasoline Fuel Tank Capacity: 43l Chassis Drivetrain: Front Wheel Drive Cvt Transmission 1nr-ve Brakes: Front: Disc Rear: Drum Tires: 185/ 65 R15 Alloy 15" Alloy Wheels __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Continuation: Exterior Segment Lcd Mid Headlamps: Split Type Led Rear Combination: Led Lamp 2-tone Interior Function Key Start Digital Aircon Control Back Camera & Sensor 8" Audio Display With Apple Carplay And Android Auto Safety And Security Driver And Front Passenger Airbags Alarm+immobilizer+indicator Back Camera Color: Black Metallic 1 Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Eligibility Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (h) Conformity With The Schedule Of Requirements; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And A. Certificate Of Dealership B. List Of Service Centers Nationwide C. Certificate Of Availability Of Spare Parts D. Brochure And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate/board Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc; Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation At Least Equal To Ten Percent (10%) Of The Abc. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Ten (10) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1 Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: A) If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; B) 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 Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, 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; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply And Delivery Of Various Bucor Vehicles 2025. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 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. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Bid Form Date: Invitation To Bid No: [insert Reference Number] To: Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery Of Various Bucor Vehicles 2025 In Conformity With The Said Bidding Documents For The Sum Of ________________________________________₱_________________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 17.1 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2025. [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of __________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Bucor Vehicles 2025 Quantity Units Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 6 Units Prison Van ₱8,700,000.00 2 Units Staff Car ₱3,600,000.00 4 Units Staff Car ₱5,000,000.00 Total: ₱17,300,000.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Sixth Edition July 2020 Bids And Awards Committee 2024
Closing Date20 Jan 2025
Tender AmountPHP 17.3 Million (USD 295.3 K)
Stiftung Preu Ische Schl Sser Und G Rten Berlin Brandenburg Tender
Civil And Construction...+1Civil Works Others
Germany
Details: For the new sculpture depot of the Prussian Palaces and Gardens Foundation in Potsdam, various items of equipment must be procured for restoration and photography purposes. The equipment is scheduled to be delivered in April 2025. - Delivery of telescopic photo background frame W x H 300cm x 400cm, 2 items - Delivery of photo background on a roll made of flannel fabric W x H 300cm x 450cm, 300 g/m2, 4 items - Delivery of photo background on a roll, paper cardboard, W 2.72m / L 11.00m, 145 g/m2, 4 items - Delivery of photo background on a roll, paper cardboard, W 1.35m / L 11.00m, 145 g/m2, 4 items - Delivery of camera tripod with ball head, with 3 segments, 1 item - Delivery of daylight lamp with glare caps, 6 items - Delivery of tripod for daylight lamp, 6 items - Delivery of steam jet cleaner, 1 item - Delivery of swivel stand for sculpting work, 4 items - Delivery of 3-way film dispenser, mobile, 1 item - Delivery of heating spatula set, 1 item - Delivery of heavy-duty roller boards, W XL, 65cm X 40cm, 450 kg load capacity, 4 pieces. Two verifiable references for comparable services must be submitted with the application. Application deadline: February 4, 2025, 12:00 p.m.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Details: Must Be New Equipment. No Refurbished Or Rebuilt.
performance Specifications
purchase Description – Clin 0001
2024 Nordco Model Tripp-hd Tie Inserter/remover Or Equivalent
model:
nordco 2024 Model Tripp-hd Tie Inserter/remover Or Equivalent
for Operation On Standard 56.5" Gauge Track
machine Must Be New And Unused, Not Reconditioned
chassis:
heavy Duty Welded Center Beam Type Steel Frame
federal Yellow Paint Spec No. 535c-13538 Standard Paint
left Front Manual Anti-de-rail
3 Lifting Eyes For Lifting Machine
4" Standard Bumpers Included
10 Keyhole Tie-downs Welded On The Frame
1 Each Front/rear Tow Bar Chain Holder
mitten Style Standard Tow Hitch
black Metal Lockable Tool Box (14"x32"x19") Mounted To Frame
remote Lockable Fluid Drains - Color Coded
4" Dot Reflective Tape
power Unit:
tier Iv Final Diesel Engine
dry Type Air Cleaner
145 Gal. Diesel Fuel Tank Capacity
fuel Level Site Gauge On Tank
high Temperature- Low Oil Pressure Warning
engine De-rate And Warning System In Cab
murphy Engine System Display
standard Murphy Instrumentation Including Engine Oil Pressure, Coolant Temperature, Hour Meter, Tachometer, Voltmeter
remote Lockable Engine Oil Drain
propulsion System:
4 Wheel Hydraulic Motor Driven Axle, Chain & Sprocket Propulsion Drive
travel Speeds Up To 22 Mph
solid Pillow Block Bearing Supported Axles (see Upgrade Option)
insulated Axles With Shunting Option
24" Diameter, Hub Mounted, Cast Steel Wheels
air Applied Cobra Style Brake Shoes
parking Brake - Spring Applied - Air Released - Pull To Apply
air Ride Travel Suspension
3 Second Travel Alarm
lighting & Electrical:
24 Vdc, Circuit Breaker Protected, Electrical System
plc Electrical Control System
two Each 4x6 Led Grote Travel Lights, Front & Rear
two Each 4x6 Led Grote Work Lights Over Each Rail
two Each Red Marker/brake Lights, Front & Rear
amber Strobe
master Disconnect Switch Beside Battery Box
cabin:
one Man, Heavy-duty, Fully Enclosed Fabricated Steel Cab
engine Driven Air Conditioner/heater (red Dot)
pressurizer Is Standard
3 Speed Fan In Heater
1 Operator And Defrost Bi-directional Fans
tinted Windows, Safety Glass Where Equipped With Wipers
lexan Tinted Windows Where Safety Glass Is Not Installed
windshield Wipers - Forward And Reverse & Work Viewing Area
hydraulic Reservoir Temperature Gauge In Cab
fuel Level Gauge In Cab
speedometer
workhead Cycle Counter
air Trumpet Horns - 120 Db At 1 Meter
sliding Side Windows
log Book/manual Box - 12" X 13" X 4"
adjustable, Mechanical Suspension Operator's Seat With Seat Belt
west Coast Type Mirrors
international Control Symbols
12v, 20 Amp Mow Radio Circuit
2 Red Emergency Stop Button
"danger Live Track" Retractable Belt
5# Abc Fire Extinguisher
first Aid Kit
hydraulics:
single 170 Gallon Hydraulic Tank Capacity Located Behind Cab
dual, Pressure Compensated, Hydraulic Pumps 2500 Psi
steel Manifold
electrical Control Valves
pressure & Return Line Filtration
joystick Type Hydraulic Operator Controls
cab Controlled Locks On Workhead Cylinders
electric Emergency Hydraulic Pump
lockable Suction Strainer 90 Micron
filtered Manual Hydraulic Tank Fill System
thermostatically Controlled Oil Cooler
1" Quick Disconnect Filtration Loop Fittings
tie Insertion / Removal Equipment:
heavy Duty Workhead
improved Wood Tie Gripper Assemblies With Dual Finger Inserts
automatic Rail Lift Controls With Manual Override
two 82" Stroke Workheads To Work On Either Side Of Track
12,880 Lbs. Inserting Force
20,740 Lbs. Removing Force
suitable For Handling Wood Or Concrete Ties
general:
installation Of Customer Supplied Decals
scissor Lockout-tagout
lockable Battery Disconnect Switch
two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List
6 Month, 1000 Hours, First To Occur, Standard Warranty
delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok
weights & Dimensions:
estimated Shipping/operating Weight 38,000 Lbs.
est. Length 39'3"
est. Width 10'6"
est. Height 11' Shipping - 11' 2" Operational
additional Optional Equipment:
general:
back-up Alarm, Switchable For Direction Of Travel
extra Parts/operation/maintenance Manual Box
rail Sweeps (ahead Of Front/behind Rear Wheels) - Vertical Rubber Flap
two Additional Keyhole Tiedowns (front & Rear)
cab:
12v, 20 Amp Mow Radio Circuit
3/5 Second Timer Backup Alarm
interior Cab Lights Led
low Hydraulic Oil - High Hydraulic Oil Temp Alarm
pressure Gauge For System Hydraulic Circuit In Cab
suspension Seat Upgrade
lighting:
all Lights Turn On With Battery Switch
upgrade Perimeter Lighting To Grote Led
upgrade Work Light To Grote Led
maintenance:
extra Parts/operation/maintenance Manuals (2)
fuel Level Site Gauge On Tank With Cage
lockable Battery Switch
tripp Spare Parts Package
storage:
track Tool Box (8x8x64), W/tow Bar, D Handle Hitch Pins & Bumper Extensions
tripp:
front And Rear Mounted Camera With Display In Cab
purchase Description – Clin 0002
2024 Nordco Cx Hammer Production Spike Driver Or Equivalent
model:
nordco Model Cx Hammer Production Spike Driver Or Equivalent
standard Boom & Winch Configuration
for Operation On Standard 56.5”-gauge Track
machine Must Be New And Unused, Not Reconditioned
chassis:
federal Yellow Paint Spec No. 535c-13538 Standard Paint
heavy Duty Welded Steel Frame
lifting Bail For Lifting Machine
positive Locking Turntable W/ Aluminum Base
4” Standard Bumpers Included
16 Keyhole Tie Downs
mitten Style Standard Tow Hitch
black Metal Lockable Toolbox (11”x11”x25”) Mounted To Frame
turntable Safety Interlock With Warning Light & Buzzer
power Unit:
tier Iv Final Diesel Engine
120 Gal. Diesel Fuel Tank Capacity
dry Type Air Cleaner
fuel Level Site Gauge On Tank
fuel Gauge In Cab
high Temperature- Low Oil Pressure Warning
engine De-rate And Warning System In Cab
murphy Engine System Display
standard Murphy Instrumentation Including Engine Oil Pressure, Coolant Temperature, Hour Meter, Tachometer, Voltmeter
remote Engine Oil Drain
remote Fluid Drains - Color Coded
propulsion System:
4 Wheel Hydraulic Motor Driven Axle, Chain & Sprocket Propulsion Drive
travel Speeds Variable Up To 25 Mph
solid Pillow Block Bearing Supported Axles (fyh Standard Bearing-see Upgrade Option)
insulated Axles With Shunting Option
16" Diameter, Hub Mounted, Cast Steel Wheels
cobra Style Brake Shoes
parking Brake - Spring Applied - Hydraulic Release Brakes
travel Alarm - Switchable For Direction Of Travel
lighting & Electrical:
24 Vdc, Circuit Breaker Protected, Electrical System
plc Electrical Control System
two Each Grote Led Travel Lights, Front & Rear
two Each Grote Led Work Lights Over Each Rail
two Each Led Red Marker/brake Lights, Front & Rear
amber Strobe
master Disconnect Switch Beside Battery Box
cabin:
semi-enclosed Cab, Top Of Roof Painted White
engine Driven Air Conditioner & Heater (red Dot)
3 Speed Fan In Heater
4 Operator And Defrost Bi-directional Fans
tinted Lexan Windows, Safety Glass Where Equipped With Wipers
windshield Wipers - 2 Forward And 2 Reverse
hydraulic Reservoir Temperature Gauge In Cab
electric Trumpet Horns
log Book/manual Box - 12" X 13" X 4"
adjustable, Mechanical Operator's Seats W/ Seat Belts
seating For Two Spike Gun Operators And One Feed Tray Operator
west Coast Type Mirrors
12v, 20 Amp Mow Radio Circuit
international Control Symbols
3 Red Emergency Stop Buttons
2 Each 5# Abc Fire Extinguisher
first Aid Kit
"danger Live Track" Retractable Belt
hydraulics:
110 Gallon Hydraulic Tank Capacity
single Pressure Compensated Hydraulic Pump 2500 Psi
steel Manifold
electrical Control Valves
pressure & Return Line Filtration
joystick Type Hydraulic Operator Controls
cab Controlled Locks On Workhead Cylinders
lockable Suction Strainer 90 Micron
filtered Manual Hydraulic Tank Fill System
electric Emergency Hydraulic Pump
thermostatically Controlled Oil Cooler
1" Quick Disconnect Filtration Loop Fittings
spike Driving Equipment:
reciprocating Hammer Driving Action
remote, Electric Spike Pattern Adjustment
digital, Variable Roller Gauger
insulated Gauger
automatic Tie Nipper
boom & Winch For Loading Spike Kegs
hook Style Deflector Mat
general:
installation Of Customer Supplied Decals And 4” Dot Reflective Tape
scissor Lockout-tagout
lockable Battery Disconnect Switch
two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List
6 Month, 1000 Hours, First To Occur, Standard Warranty
delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok
weights & Dimensions:
estimated Shipping/operating Weight 30,000 Lbs.
est. Length 25' 8"
est. Width 8' 6"
est. Height 9' 10"
additional Optional Equipment:
general:
back-up Alarm, Switchable For Direction Of Travel
extra Parts/operation/maintenance Manual Box
rail Sweeps (ahead Of Front/behind Rear Wheels) - Vertical Rubber Flap
two Additional Keyhole Tiedowns (front & Rear)
corner Mounted Machine Jackstands
cab:
12v, 20 Amp Mow Radio Circuit
3/5 Second Timer Backup Alarm
cab Filtered Air Pressurizer
dedicated Cab Fan For Operator
interior Cab Lights Led
low Hydraulic Oil - High Hydraulic Oil Temp Alarm
pressure Gauge For System Hydraulic Circuit In Cab
cx Spiker Upgrades:
"hd" Anvil Upgrade
lighting:
all Lights Turn On With Battery Switch
upgrade Perimeter Lighting To Grote Led
upgrade Work Light To Grote Led
maintenance:
extra Parts/operation/maintenance Manuals (2)
fuel Level Site Gauge On Tank With Cage
lockable Battery Switch
spiker:
spiker Spare Parts Package
purchase Description – Clin003
2024 Nordco Ss Small Spiker Or Equivalent
model:
nordco Model Ss-c Spiking Machine Or Equivalent
for Operation On Standard 56.5" Gauge Track
machine Must Be New And Unused, Not Reconditioned
chassis:
heavy Duty Welded Steel Frame
lifting Bail For Lifting Machine
positive Locking Turntable W/ Aluminum Base
12" Standard Bumpers Included
keyhole Tie Downs
mitten Style Standard Tow Hitch
tool Box
power Unit:
diesel Engine Tier Iv Final
high Temperature- Low Oil Pressure Shut-down System
35 Gal. Diesel Fuel Capacity
fuel Level Site Gauge On Tank
engine Oil Drain
fluid Drains - Fuel Tank And Hydraulic Filter Loop
murphy Engine System Display
electric Start With Neutral Start Feature
engine De-rate And Warning System In Cab
high Temperature- Low Oil Pressure Warning
propulsion System:
4 Wheel, Dual Axle Hydraulic Motor, Chain & Sprocket Propulsion Drive
solid Pillow Block Bearing Supported Axles - Rexnord
insulated Axles With Shunting Options
16" Diameter, Hub Mounted, Cast Steel Wheels
cobra Style Brake Shoes
spring Applied - Hydraulic Release Brakes
lighting & Electrical:
12 Vdc, Circuit Breaker Protected, Electrical System
two Each Grote Led Travel Lights, Front & Rear
two Each Grote Led Work Lights Over Each Rail
two Each Led Red Marker/brake Lights, Front & Rear
amber Strobe
back-up Alarm- Switchable For Direction Of Travel
cabin:
canopy Roof, Roof Top Painted White
electric Horns
log Book/manual Box
adjustable, Operator's Seats W/ Seat Belts
west Coast Type Mirrors
standard Instrumentation Including Engine Oil Pressure, Coolant Temperature, Hour Meter, Tachometer & Voltmeter
engine Warning Lights
hydraulic Reservoir Temperature Gauge In Cab
international Control Symbols
1 Red Emergency Stop Button
5# Abc Fire Extinguisher
first Aid Kit
hydraulics:
single Pressure Compensated Hydraulic Pump 2500 Psi
steel Manifold
electrical Control Valves
pressure & Return Line Filtration
filtered Manual Hydraulic Tank Fill System
electric Emergency Hydraulic Pump
thermostatically Controlled Oil Cooler
lockable Suction Strainer 90 Micron
1" Quick Disconnect Filtration Loop Fittings
spike Driving Equipment:
reciprocating Hammer Driving Action
remote, Hydraulic Spike Pattern Adjustment
tie Nipper
hydraulic Gauging Attachment
boom & Winch For Loading Spike Kegs
general:
"danger Live Track" Retractable Belt
installation Of Customer Supplied Decals And 4” Dot Reflective Tape
scissor Lockout-tagout
lockable Battery Disconnect Switch
two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List
6 Month, 1000 Hours, First To Occur, Standard Warranty
delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok
weights & Dimensions:
estimated Shipping/operating Weight 16,500 Lbs. - 17,700 Lbs. W/gauger
est. Length 19' - 6"
est. Width 8' - 6"
est. Height 9' - 2"
additional Optional Equipment:
general:
extra Parts/operation/maintenance Manual Box
cab:
12v, 20 Amp Mow Radio Circuit
3/5 Second Timer Backup Alarm
maintenance:
extra Parts/operation/maintenance Manuals (2)
spiker:
spiker Spare Parts Package
purchase Description – Clin 0004
2024 Nordco Spike Puller Sp2r Dual Rail Spike Puller Or Equivalent
model:
nordco Model Sp2r Tier Iv, Dual Rail Spike Puller Or Equivalent
for Operation On Standard 56.5" Gauge Track
machine Must Be New And Unused, Not Reconditioned
chassis:
heavy Duty Welded Steel Frame
rear Floating Frame
federal Yellow Paint Spec No. 535c-13538 Standard Paint
lifting Bail For Lifting Machine
positive Locking Turntable With Rail-to-rail Base
standard Rubber Bumper
8 Keyhole Tiedowns
mitten Style Standard Tow Hitch
turntable Safety Interlock With Warning Light & Buzzer
power Unit:
cummins Tier Iv 110hp Diesel Engine
2 Diesel Fuel Tanks- 42 And 48-gallon Fuel Capacity
dry Type Air Cleaner
fuel Level Site Gauge On Tank
murphy Engine System Display
engine High Temperature- Low Oil Pressure Warning
engine De-rate And Warning System In Cab
standard Instrumentation Including Coolant Temperature, Hour Meter, Tachometer And Voltmeter
remote Lockable Engine Oil Drain
engine Oil Placard In Cab-brand, Type And Quantity Including Filter
remote Lockable Fluid Drains - Color Coded
lockable Engine Doors
propulsion System:
4-wheel, Dual Axle, Hydraulic Motor, Chain & Sprocket Drive
solid Pillow Block Bearing Supported 3" Demountable Axles (fyh Standard Bearing-see Upgrade Option)
insulated Axles With Shunting Option
16" Diameter, Hub Mounted, Cast Steel Wheels
cobra Style Brake Shoes
parking Brake - Spring Applied - Hydraulic Release
travel Alarm - Switchable For Direction Of Travel
lighting & Electrical:
24 Vdc, Circuit Breaker Protected, Electrical System
electrical Control System
two Each 4x6 Grote Led Travel Lights, Front & Rear
two Each 4x6 Grote Led Work Lights Over Each Rail
two Each Trucklite Red Marker/brake Lights, Front & Rear
amber Strobe
master Disconnect Switch Beside Battery Box
led Light In Electric Cabinet
cabin:
two Man, Fabricated Steel Cab, Roof Painted White
engine Driven Air Conditioner & Heater (red Dot)
3 Speed Fan In Heater
2 Operator And Defrost Bi-directional Fans
all Windows Safety Glass
windshield Wipers - Forward And Reverse & Work Viewing Area
sliding Side Windows
hydraulic Reservoir Temperature Gauge In Cab
hydraulic Oil Temp Gauge
fuel Level Gauge
electric Trumpet Horns
log Book/manual Storage
adjustable, Mechanical Operator's Seats W/ Seat Belts
west Coast Type Mirrors
12v, 20 Amp Mow Radio Circuit
international Control Symbols
1 Red Emergency Stop Button
5# Abc Fire Extinguisher
first Aid Kit
window Tint All
hydraulics:
97 Gallon Hydraulic Tank
single Pressure Compensated Hydraulic Pump 2500 Psi
steel Manifold
electrical Control Valves
pressure & Return Line Filtration
joystick Type Hydraulic Operator Controls
lockable Suction Strainer 90 Micron
filtered Manual Hydraulic Tank Fill System
electric Emergency Hydraulic Pump
thermostatically Controlled Oil Cooler
1" Quick Disconnect Filtration Loop Fittings
spike Removal Equipment:
"a" Frame Pulling Assembly Over Each Rail
improved Fore/aft Guide Rod And Bushing System
claw Type Pulling Tools Pulls Spikes Straight For Re-use
cab Controlled Hydraulic Work Head Locks
general:
"danger Live Track" Retractable Belt
installation Of Customer Supplied Decals And 4” Dot Reflective Tape
scissor Lockout-tagout
lockable Battery Disconnect Switch
two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List
6 Month, 1000 Hours, First To Occur, Standard Warranty
delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok
approximate Weights & Dimensions:
est. Shipping Weight 19,700 Lbs.
est. Length 22' 6"
est. Width 8' 6"
est. Height 10' 2"
additional Optional Equipment:
general:
rail Sweeps (ahead Of Front/behind Rear Wheels) - Vertical Rubber Flap
two Additional Keyhole Tiedowns (front & Rear)
cab:
3/5 Second Timer Backup Alarm
cab Filtered Air Pressurizer
low Hydraulic Oil - High Hydraulic Oil Temp Alarm
pressure Gauge For System Hydraulic Circuit In Cab
suspension Seat Upgrade
lighting:
all Lights Turn On With Battery Switch
maintenance:
extra Parts/operation/maintenance Manuals (2)
sp2r Spare Parts Package
Closing Date20 Feb 2025
Tender AmountRefer Documents
NATIONAL POLICE COMMISSION REGION VIII Tender
Electrical Goods and Equipments...+3Machinery and Tools, Electrical and Electronics, Furnitures and Fixtures
Philippines
Details: Description No. Complete Description Of Item(s) Qty Unit Abc Unit Price Total Price 1 2 In 1 Floor Scrub Brush/glass Scrape W/ Long Handle 2 Pc 1,000.00 2 2 Tier Trolley Cart (no Handle), Wheels With Stopper, Size 15" X 25" 1 Pc 5,000.00 3 6 Gang Extension Board (extension Cord) With Switch, 1m 1 Unit 500.00 4 Acrylic Table Name Stand Holder (3x12) 40 Pc 20,000.00 5 Acrylic Table Name Stand Holder (a4 Portrait) 6 Pc 3,000.00 6 Air Diffuser With Essential Oil 1 Pc 1,500.00 7 "airconditioning Unit Specifications: Split Type, 2.5hp, Inverter+installation" 1 Unit 50,000.00 8 Alcohol, Ethyl, 68%-72% 3 Gal 1,185.00 9 Anti-virus Subscription For 3-5 Users 2 Subscription 6,000.00 10 Ballpen, Black 80 Pc 1,200.00 11 Battery, Aa 10 Pc 2,000.00 12 Battery, Dry Cell Size A, Two (2) Pc Per Blister Pack 10 Pack 820.00 13 Biometric 1 Unit 15,000.00 14 Broom, Soft Tambo 5 Pc 680.00 15 Bulldog Paper Clamp 80mm 3 Box 600.00 16 Cable Tie, 100s, Black, 6 Inches, 4x150mm 1 Pack 35.00 17 Carbon Film, Pe, Blue, Size : 216mmx330mm 4 Pack 956.00 18 Carbon Film, Pe, Black, Size : 210mmx297mm 4 Pack 884.00 19 Carpenter Measurement Tape 1 Pc 500.00 20 Certificate Holder 30 Pc 1,800.00 21 Cleaner, Toilet Bowl And Urinal 10 Bottle 420.00 22 Cleaning Rubber Gloves 2 Box 1,000.00 23 Clear Glue, With Sponge Tip, Atleast 50cc 11 Pc 275.00 24 Clip, Backfold, All Metal, Clamping:19mm (-1mm) 5 Box 50.00 25 Clip, Backfold, All Metal, Clamping:25mm (-1mm) 4 Box 120.00 26 Clip, Backfold, All Metal, Clamping:32mm (-1mm) 10 Box 300.00 27 Clip, Backfold, All Metal, Clamping:50mm (-1mm) 8 Box 448.00 28 Clipboard, Black, Long 1 Pc 60.00 29 Clip, Paper, Vinyl/plastic Coat, Length 50mm Min 5 Box 150.00 30 Correction Tape 31 Pc 372.00 31 Crimping Tool 1 Pc 1,000.00 32 Data Box Filer, Red Color 30 Pc 4,950.00 33 Detergent Powder, 1kl 20 Pack 1,100.00 34 Dishwashing Liquid, 500ml 25 Bottle 4,500.00 35 Disinfectant Liquid 5 Gal 2,000.00 36 Disinfectant Spray, Aerosol Type 440g 20 Bottle 2,800.00 37 Divider Partition/room Divider 5.5ft H X 15" W (4 Panels) 1 Unit 4,000.00 38 Electric Drill 1 Unit 2,000.00 39 Electric Fan, Stand, 18" 3 Unit 7,350.00 40 Electric Fan, Wall Mount 1 Unit 2,500.00 41 Envelope, Expanding, Kraftboard,for Legal Size Doc (brown Color) 1 Box 1,800.00 42 Envelope, Long, Brown 25 Pc 325.00 43 Envelope, Mailing, White, 70gsm 2 Box 866.00 44 Executive Chair, Good Quality/heavy Duty 2 Unit 15,000.00 45 Exhaust Fan, 12 Inches 1 Unit 1,300.00 46 Expanding Folder, Long, Green 100 Pcs 2,000.00 47 Expanding Folder, Long, Orange 1 Box 900.00 48 Extension Wire (5m, 4 Sockets) 5 Pc 1,500.00 49 External Drive 1tb Hard Drive Portable Storage Plug And Play Usb 3.2 Gen 1 Type A To Micro B 4 Unit 12,000.00 50 Fastener, All Metal 3 Box 285.00 51 Fastener, Plastic 6 Box 270.00 52 Flash Drive, 16gb Capacity 6 Unit 1,800.00 53 Floor Matting (toyota Innova) 1 Set 5,000.00 54 Folder, Pressboard, Legal, White 2 Pack 3,780.00 55 Folder, Tagboard, For Legal Size Documents (brown) 1 Pack 322.00 56 Folder, Tagboard, For Legal Size Documents (white) 8 Pack 2,800.00 57 Folder, Tagboard, For Legal Size Documents (white) 50 Pc 750.00 58 Foot Rug, Cotton 24 Pc 2,400.00 59 Glass Cleaner, Spray 500ml 2 Can 400.00 60 Glass Cleaner, Sponge & Wiper Double, Long 2 Pc 500.00 61 Glue, All Purpose, 200g 8 Jar 600.00 62 Hand Sanitizer, 500ml 6 Bottle 2,394.00 63 Hand Soap, Liquid, 500ml 20 Bottle 4,000.00 64 Hand Towel, White 12 Pc 1,200.00 65 Hdmi, 10m 1 Pc 1,500.00 66 Hdmi To Vga, Wire Connector, 5meters 5 Pc 5,000.00 67 Insecticide, Aerosol Type 9 Can 3,150.00 68 Ink Gi-790, Black 4 Bottle 1,400.00 69 Ink Gi-790, Cyan 3 Bottle 1,050.00 70 Ink Gi-790, Magenta 3 Bottle 1,050.00 71 Ink Gi-790, Yellow 3 Bottle 1,050.00 72 Ink Brother, Bt5000c (cyan) 3 Bottle 1,050.00 73 Ink Brother, Bt5000m (magenta) 3 Bottle 1,050.00 74 Ink Brother, Bt5000y (yellow) 3 Bottle 1,050.00 75 Ink Brother, Btd60bk (black) 5 Bottle 1,750.00 76 Ink, Brother, T-420w Dcp, Black 21 Bottle 8,295.00 77 Ink, Brother, T-420w Dcp, Cyan 14 Bottle 5,530.00 78 Ink, Brother, T-420w Dcp, Magenta 14 Bottle 5,530.00 79 Ink, Brother, T-420w Dcp, Yellow 14 Bottle 5,530.00 80 Ink Epson, 003, Black 27 Bottle 9,450.00 81 Ink Epson, 003, Cyan 17 Bottle 5,950.00 82 Ink Epson, 003, Magenta 17 Bottle 5,950.00 83 Ink Epson, 003, Yellow 17 Bottle 5,950.00 84 Laminating Machine 1 Unit 2,750.00 85 Laminating Sheets, Long 1 Ream 500.00 86 "laptop Specifications: • Operating System: Windows 10® • Processor: Intel® Core™ I5 • Memory: 8gb • Storage: 1 Tb 2.5-inch 5400 Rpm • Graphics: Intel® Uhd Graphics, Supporting Opengl® 4.5, Opencltm 2.1, Microsoft® Directx® 12 • Display: 14"" • Optical Drive: N/a • Networking: Gigabit Ethernet 10/100/1000 • Wireless: 802.11a/b/g/n/acr2+ax (pre-standard) Wireless Lan + Bluetooth® 5.0 • Card Reader: Sd Card Reader • Camera: 720p Hd Audio/video Recording; Super High Dynamic Range Imaging (shdr) • Speaker: Four Built-in Stereo Speakers; Two Built-in Microphones • I/o Ports • Usb Type-c Port Supporting: • Usb 3.1 Gen 1 (up To 5 Gbps) • Displayport Over Usb-c • Usb Charging 5 V; 3 A • Dc-in Port 5 Or 9 Or 15 Or 20 V; 60 W • Three Usb 3.1 Gen1 Ports With One Featuring Power-off Usb Charging • Sd Card Reader • Hdmi® Port With Hdcp Support • External Display (vga) Port • Ethernet (rj-45) Port • Dc-in Jack For Ac Adapter • Adapter: 45w • Battery: 3-cell Li-ion Battery; Up To 11 Hours Battery Life • Keys & Controls: • Acer Finetip Keyboard With International Language Support • Multi-gesture Touchpad, Supporting Two-finger Scroll, Pinch And Rotate --with Wireless Mouse --with Headset --bag" 1 Unit 50,000.00 87 "laptop Operating System: Windows 11 Home Single Language, Processor: Intel® Core™ Ultra 5, Model: 125h, Tetradeca-core (14 Core™) Display & Graphics: Intel® Arc™ Graphics, Shared Memory, 35.6 Cm (14"") Lcd, Comfyview (matte), 2240 X 1400 Resolution, 60 Hz Refresh Rate, Memory: 16 Gb Lpddr5x, Memory Card Reader: Yes (microsd), Storage: 512 Gb Ssd (pci Express 4.0), Network & Communication : Ieee 802.11ax Wireless Lan, Gigabit Ethernet, Built-in Devices: Microphone: Yes, Finger Print Reader: Yes, Number Of Speakers: 2, Interfaces/ports: Hdmi: Yes, Usb 3.2 Gen 1 Type-a Ports: 2, Total Usb Ports: 4, Usb Type-c Docking Iii, Usb4 Ports: 2, Input Devices: Touchpad, Keyboard With Backlight, Oceanglass Touchpad, Battery Information: Lithium Ion (li-ion), 65 Wh, 13 Hours Maximum Battery Run Time, Power Description: 100 W Maximum Power Supply Wattage Physical Characteristics Height: 14.90 Mm, Width: 312.9 Mm, Depth: 217.9 Mm, Weight: 1.32 Kg, Product Color: Silver" 1 Unit 47,000.00 88 Laptop, Core I5 1 Unit 34,000.00 89 "laptop Specification: Size 14"" Processor • Intel® Coretm I7 Memory • 8 Gb Of Onboard Dual-channel Lpddr5 System Memory. Storage - 1 Terabyte Display Panel/ Resolution • 14"" Display With Ips (in-plane Switching) • Ultra Slim Design Operating System • Windows 11 Home With Microsoft Office With Bag, Wireless Mouse, Mouse Pad & Speaker" 1 Unit 45,000.00 90 Light Bulb, Led, 3w 25 Pc 3,000.00 91 Light Bulb, Led, 7w 50 Pc 6,000.00 92 Marker, Flourescent, 3 Assorted Colors Per Set 1 Set 43.00 93 Marker, Permanent, Black, Bullet Type 5 Pc 150.00 94 Marker, Permanent, Black, Broad 1 Box 400.00 95 Marker, Permanent, Black, Broad 5 Pc 400.00 96 Marker, Whiteboard, Black 1 Pc 15.00 97 Marker, Whiteboard, Black, Felt Tip Bullet Type 15 Pc 300.00 98 Marker, Whiteboard, Blue 1 Pc 15.00 99 Marker, Whiteboard, Green 1 Pc 15.00 100 Marker, Whiteboard, Red 1 Pc 15.00 101 Micro Sd Memory Card 8 Gb 6 Pc 1,260.00 102 Micro Sd Memory Card 16 Gb 6 Pc 1,770.00 103 "mini Refrigerator Specifications: 2 Door, 2.8 Cu Ft; Gross Capacity - 78l; Net Capacity - 67l" 1 Unit 11,000.00 104 Mouse Pad W/ Cushion & Arm Rest 8 Pc 1,200.00 105 Multi-purpose Printer : Wifi-enabled, With Feeder And Fladbed Scanner, Photocopying Feature, Ink Refillable 2 Unit 20,000.00 106 Note Pad, Stick On Size: 1.3x 4.4 Cm 4 Pc 300.00 107 Note Pad, Stick On Size: 50mm X 76mm 10 Pad 500.00 108 Note Pad, Stick On, 76mm X 76mm (3"x3") Min 21 Pad 1,050.00 109 Note Pad, Stick On 76mm X 100mm (3"x5") 11 Pad 550.00 110 "office Chair Specifications: Width: 65 Cm Depth: 55 Cm Height: 92 Cm Seat Height: 44 Cm Seat & Backrest: Plywood + Foam Covered With Mesh Fabric. Armrest: Polypropylene (pp) Plastic. Frame & Leg: Metal Tube In Chrome Plating Finish." 2 Unit 7,000.00 111 Paper Cutter A4 (210mm X 257mm) 1 Pc 3,000.00 112 Paper, Multicopy, Size: 8.5" X 11" 5 Ream 1,025.00 113 Paper, Multi-purpose, A4 45 Ream 10,350.00 114 Paper, Multi-purpose, Legal, 13", 70 Gsm 17 Ream 3,230.00 115 Paper, Photo, Glossy 10 Pack 1,500.00 116 Paper, Photo, Matte, A4 23 Pack 2,300.00 117 Paper, Specialty, White, Long, 250gsm 1 Pack 163.00 118 Paper, Specialty, (8.5 X 13) 1 Box 1,500.00 119 Paper, Specialty, A4 (cream Color 10s) 25 Pack 3,750.00 120 Paper, Specialty, A4 (cream Color 10s) 3 Ream 3,000.00 121 Paper, Sticker, Glossy 3 Pack 1,140.00 122 Picture Frame, Wall Mount, Wooden Design, A4 Size 4 Pc 396.00 123 Plastic Foot Rug 6 Meter 4,500.00 124 Portable Power Supply , (40,000-60,000mah)150w 2 Unit 11,000.00 125 Puncher, Paper, Heavy Duty, With Two Hole Guide 6 Pc 900.00 126 Rags, All Cotton, 1kilo Per Bundle 3 Bundle 159.00 127 Rechargeable Battery, Aa 6 Pc 600.00 128 Rechargeable Battery, Aaa 4 Pc 800.00 129 Rechargeable Batteries And Charger Nimh 2 Set 2,000.00 130 Rechargeable Wireless Mouse And Keyboard Set 5 Set 7,500.00 131 Record Book, 500 Pages 5 Book 600.00 132 Ribbon Cartridge For Lx310 Epson 2 Cart 1,020.00 133 Rollerball Pen, Black, 0.7mm With Grip 2 Pc 170.00 134 Rubber Band,70mm Min Lay Flat Length (#18) 2 Box 400.00 135 Ruler, Plastic, 12inches 8 Pc 400.00 136 Scissors, Symmetrical, Blade Length: 65mm Min 6 Pair 198.00 137 Sd Card Reader Usb 3.0/usb C Memory Card Reader, Otg Card Adapter, 5gbps Transmission Speed, Fusse Built-in 4 Pc 2,600.00 138 Sign Pen, Liquid/gel Ink, 0.5mm Needle Tip, Black 45 Pc 1,665.00 139 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 1 Box 250.00 140 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 21 Pc 777.00 141 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 1 Box 250.00 142 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 11 Pc 1,199.00 143 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Green 2 Pc 78.00 144 Sign Pen, Liquid/gel Ink, 1.0mm Needle Tip, Blue 30 Pc 690.00 145 "smart Tv Specifications: 40 Inch Display, Hdr 10, Full Hd (1080p), Led Display Panel, Dolby Audio, Android 10 Or More Os, Bluetooth 5.0, Hdmi And Usb Compatible, Power Capacity Ac 100-240v 50/60hz, Power Input 36 W" 1 Unit 22,000.00 146 Stamp, Dater, Rubber 3 Pc 300.00 147 Stamp Pad, Blue 2 Pc 200.00 148 Stamp Pad Ink, Purple Or Violet, 50ml (min.) 4 Bottle 500.00 149 Stamp Pad, Violet Small Size 3 Pad 120.00 150 "stapler, Standard Type, Load Cap: 200 Staples Min (with Staple Wire Remover)" 9 Pc 1,800.00 151 Staple Remover, Plier Type 9 Pc 423.00 152 Staple Wire, Standard, (26/6) 4 Box 232.00 153 Steel Cabinet, 3 Layers 1 Unit 10,000.00 154 Tape, Double Adhesive, 12mm X 10m 1 Roll 35.00 155 Tape, Double Adhesive, 19mm X 30m 2 Roll 90.00 156 Tape, Double Adhesive, 24mm 10 Roll 700.00 157 Tape, Masking, 24mm X 50mm 28 Roll 1,960.00 158 Tape, Masking, 48mm 2 Roll 200.00 159 Tape Packaging Width: 48mm X 50m 10 Roll 700.00 160 Tape, Transparent, 24mm X 50m 38 Roll 2,660.00 161 Tape, Transparent, 48mm 5 Roll 350.00 162 Tarpaulin Plain White With Eyelet 3x5 For Standee 3 Pc 900.00 163 Thread (high Quality) For Bookbinding, Black 20 Roll 4,000.00 164 "tissue, Interfold Paper Towel" 81 Pack 4,050.00 165 Trashbag, Small Size 25 Pack 3,750.00 166 Trashbag, Large Size 25 Pack 2,500.00 167 Trashbag, Medium Size 25 Pack 2,000.00 168 Trashbin, Medium 7 Pc 3,500.00 169 Twine Plastic 3 Roll 201.00 170 Usb Signature Pad With Pen 1x5 3 Set 36,000.00 171 Water Dispenser, Bottom Load 1 Unit 15,000.00 -nothing Follows-
Closing Date20 Jan 2025
Tender AmountPHP 699 K (USD 11.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 03, 2025.
this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Business (sdvosb)
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 332812, With A Small Business Size Standard Of 600 Employees. The Fsc/psc Is J066.
the Va Jamaica Plains Healthcare System Sterile Processing Services (sps) Is Seeking To Purchase The Supplies And Services Described Below Brand Name Or Equal.
2 Price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
1.00
ea
__________________
__________________
nutrace Nux-20 Ng Laser Unit. Computer/laptop With Windows 10 And Supporting Accessories, Fumex Fume/odor Extractor Equipment. Fa1-mnutrace Select & Mark Templates. Different Laser Configurations For Different Instrument Materials Included Gs1 Codes. Safety Glasses To Operate The Laser In Class 4 Mode, Electropolishing Unit With Proprietary Solution Ratero.
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Nux20 Ng
0002
11.00
ea
__________________
__________________
scanner R+ Healthcare Can Read A 2d Data Matrix In < 0.5 Seconds Per Instrument, Irrelevant Of Instrument Contrast, Instrument Material Or Position Of The Code. A Good Geometrical Data Matrix, R+ Will Read It. With A More Powerful Camera And Led Lighting Technology, The R+ Max Can Read 2d Matrix As Small As .010 X.010mm (4mils). Stainless Steel Body
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Nu Trace R+ Sca
0003
1.00
ea
__________________
__________________
laser Etching - Up To 28,000 Instruments At 800 Instruments Per Day Minimum - Udi Applicationsurgical Instruments Will Be Marked With A Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Laser Etching
0004
1.00
ea
__________________
__________________
lia (laser Institute Of America).two Certification, Up To 32 Hours Of Training On-line And On-site Including: Sample Tray Of Surgical Instruments Will Be Marked With Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Laser Start Up
0005
1.00
ea
__________________
__________________
service Contract For 1 Year - Includes Pm Repairs, Any Mechanical Repairs, On Location Specialists For 3 Days Per Year And Any Shipping Costs/use Of A Loaner
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Pm
grand Total
__________________
the Contract Period Of Performance Is 02/11/2025 02/10/2026.
place Of Performance/place Of Delivery:
address:
150 South Huntington Avenue
boston, Ma 02130-4817
country:
usa
all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter.
all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov
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 Which Provides The Most Benefit To The Government.
the Following Are The Decision Factors:
price
technical Review
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/21/2025 At Frederic.revah1@va.gov
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 To The Point Of Contact
all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter.
all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Items
far 52.212-3, Offerors Representations And Certifications Commercial Items
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Clause)
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Items Nov 2023
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91).
(3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801).
(6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
52.203 17, 52.204-10, 52.204 14, 52.204 27, 52.204 30, 52.209 6, 52.219 27, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222 36, 52.222 37, 52.222-50, 52.222 54, 52.226-8, 52.232-33, 52.222-51,
gray Market Items (apr 2020)
(a) No Gray Market Or Remanufactured Items Will Be Acceptable. Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Equipment Only For Va Medical Facilities.
(b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(end Of Clause)
52.252-2 Clauses Incorporated By Reference (feb 1998)
This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Clause)
far Number
title
date
52.203-17
contractor Employee Whistleblower Rights
nov 2023
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.228-5
insurance Work On A Government Installation
jan 1997
852.203-70
commercial Advertising
may 2018
(end Of Addendum To 52.212-4)
52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023)
(a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Solicitation. However, The Small Business Size Standard For A Concern That Submits An Offer, Other Than On A Construction Or Service Acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees For Information Technology Value-added Resellers Under Naics Code 541519, If The Acquisition
(1) Is Set Aside For Small Business And Has A Value Above The Simplified Acquisition Threshold;
(2) Uses The Hubzone Price Evaluation Preference Regardless Of Dollar Value, Unless The Offeror Waives The Price Evaluation Preference; Or
(3) Is An 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show
(1) The Solicitation Number;
(2) The Time Specified In The Solicitation For Receipt Of Offers;
(3) The Name, Address, And Telephone Number Of The Offeror;
(4) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary;
(5) Terms Of Any Express Warranty;
(6) Price And Any Discount Terms;
(7) "remit To" Address, If Different Than Mailing Address;
(8) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically);
(9) Acknowledgment Of Solicitation Amendments;
(10) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And
(11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
(c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation.
(d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Offers. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender's Request And Expense, Unless They Are Destroyed During Preaward Testing.
(e) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately.
(f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers.
(1) Offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Offers Or Revisions Are Due.
(2)(i) Any Offer, Modification, Revision, Or Withdrawal Of An Offer Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And
(a) If It Was Transmitted Through An Electronic Commerce Method Authorized By The Solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Working Day Prior To The Date Specified For Receipt Of Offers; Or
(b) There Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Offers And Was Under The Government's Control Prior To The Time Set For Receipt Of Offers; Or
(c) If This Solicitation Is A Request For Proposals, It Was The Only Proposal Received.
(ii) However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted.
(3) Acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Offer Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel.
(4) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Offers Cannot Be Received At The Government Office Designated For Receipt Of Offers By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Offers Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume.
(5) Offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. Oral Offers In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Offers, Offers May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Offers, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Offers. An Offer May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Offer.
(g) Contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror's Initial Offer Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received.
(h) Multiple Awards. The Government May Accept Any Item Or Group Of Items Of An Offer, Unless The Offeror Qualifies The Offer By Specific Limitations. Unless Otherwise Provided In The Schedule, Offers May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless The Offeror Specifies Otherwise In The Offer.
(i) Availability Of Requirements Documents Cited In The Solicitation.
(1)(i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website At Https://assist.dla.mil.
(ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision.
(2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Assist Website At Https://assist.dla.mil.
(3) Defense Documents Not Available From The Assist Website May Be Requested From The Defense Standardization Program Office By-
(i) Using The Assist Feedback Module (https://assist.dla.mil/feedback); Or
(ii) Contacting The Defense Standardization Program Office By Telephone At 571-767-6688 Or Email At Assisthelp@dla.mil.
(4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j) Unique Entity Identifier. (applies To All Offers That Exceed The Micro-purchase Threshold, And Offers At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Offeror Shall Enter, In The Block With Its Name And Address On The Cover Page Of Its Offer, The Annotation Unique Entity Identifier Followed By The Unique Entity Identifier That Identifies The Offeror S Name And Address. The Offeror Also Shall Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Unique Entity Identifier. The Suffix Is Assigned At The Discretion Of The Offeror To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Offeror Does Not Have A Unique Entity Identifier, It Should Contact The Entity Designated At Www.sam.gov For Unique Entity Identifier Establishment Directly To Obtain One. The Offeror Should Indicate That It Is An Offeror For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Unique Entity Identifier.
(k) [reserved]
(l) Debriefing. If A Post-award Debriefing Is Given To Requesting Offerors, The Government Shall Disclose The Following Information, If Applicable:
(1) The Agency's Evaluation Of The Significant Weak Or Deficient Factors In The Debriefed Offeror's Offer.
(2) The Overall Evaluated Cost Or Price And Technical Rating Of The Successful And The Debriefed Offeror And Past Performance Information On The Debriefed Offeror.
(3) The Overall Ranking Of All Offerors, When Any Ranking Was Developed By The Agency During Source Selection.
(4) A Summary Of The Rationale For Award;
(5) For Acquisitions Of Commercial Products, The Make And Model Of The Product To Be Delivered By The Successful Offeror.
(6) Reasonable Responses To Relevant Questions Posed By The Debriefed Offeror As To Whether Source-selection Procedures Set Forth In The Solicitation, Applicable Regulations, And Other Applicable Authorities Were Followed By The Agency.
(end Of Provision)
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available.
submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/21/2025 At Frederic.revah1@va.gov@va.gov.
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 To The Point Of Contact Listed Below.
Closing Date21 Jan 2025
Tender AmountUSD 372.7 K
This is an estimated amount, exact amount may vary.
4481-4490 of 4499 archived Tenders