Car Tenders
Car Tenders
Association Of Municipalities And Districts Of The Central Subregion Of The Silesian Voivodeship Tender
Others
Corrigendum : Closing Date Modified
Poland
Description: 1) The premiot of the Order is the Dostawa dich Fabryowo Nowych Samochodów Type Mikrobus, a Special Applied Do Przewo Osób Niepełnosprawnych Natrzeby Urząd Miasta Białogard. 2nd Szczegółowy Opis Przedmiotu Za orderenia is Się W Załączniku Nr 1 Do Swz 3. Before Ma Być's orders, Z Obo refers to Normami I Przepisami A W particularlyości: 1) Powinien Być Fabryowo New (In the Regulation of the Act of 20 June 1997 R. Ou Ruchowy – Art. 2 Pkt 62; Dz. 2) has the Aktual Świadectwo Homologacji as a Scar Osobowy przeznaowana Dowozu Osób Niepełnosprawnych Specialie Przyczyana Dowozu pod Naózku/wózach Inwaliskich, Wydane for the Lawful Organ. 3) He has the complete documents of the Order of Do Zarejestracji Z Przepisami Obo referring to Na Terenie Polski, Poland, Poland, Poland, Poland, Poland, Poland, Poland, Poland, Poland, Poland, Poland, Poland, and Poland. For the Dopument Do Movement (Sprzedaży, Karta Pojazda, Przegląd - Techniczne Oraz Studii Diagnostyczny, Atesty Potwierdzając, Że Podaptacji S car Przy adaptana jest Dowozu Osób Niepełnosprawnych) according to the requirements of the Act of the Law Movement. In addition, Zstawa Przedmiotu Za orderenia Wykonarziązany is Przekazać: - Kartę Pojazda - Aktual Świadectwotwóracji Poraj - Instrukcja - Instrukcja Supporti, Wyposażowanie I Konserwacji Pou Wu Polskim; Instruacja Zastrunia Pawejko, Zawada, Zawią, Zawią, Zawię, Zawię, Zawię, Zają, Zajny, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zajny, Zajny, Zajej, Zajej, Zaję, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawięt. In such negotiations, Ewentual Wskazania Na Znaki Towarowe, Patenty, Origin, Lub, the source of the Lubin Process should be re-elected with "or Equal". 6. Zamawiać Dopuszcza Ujęcie W Ofercie, A then Za adjustanie, Innych 'Materiałów I Urządzeń, Niż Podane W Opisietu Zamiu, Zamiotu Zamitenia Pod Warunkiem Zaewnienia Parametni Gorszyn Niżrenej Określone Wąpisieu Zamitu. The 7th Executive consisted of the Office of the Companies: 1) to list, Że Oferowana Przedmiot Za orderenia Spełnienie Wymagania Określone by discussing the Level of Niesz Nizhskazany Wąmiu Zapisietu Zamitu Zamiuć; Spełnienie Wymaganie Wymagania Określone for Octreślone by discussing the Level of the Inputy of the Prescription of the Order of the Order; and the Order of the Order. 2) To connect the Outerty Właściwe Documents (for example, the Dowody contained the Szczegółowy Opisered by the Equal Regulation, Dane Techniczne, Atesty, Dopument Stosowanie) As a result, Że Oferowana przez Wykonawka Przedmiot Zajdanie Spełnienie Wymagania Określone przez Zamawiający. 3)brake, W Zakresie Za adjustable Regulation of Economy, Zostan Uznany Zaamiar Wykonania Za orderenia Z Wymaganiami O written by Zamawiać Wwz 8. "W Godzinach od 7:15 Do 14:00 W Dni Robocze od Poniedziałku Doku". 9. Exhibition of Stawiane Wykonawcy: 1) Wymagane Jest Pozyskanie Wszelkich Innych Information of the Unsolved Information for the Regulation of the Office of the Office of the Office of the Legal Realization of the Order of 2) Adjudicator will be the Terminowe of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order, and the Executive Officer will be the Active. As a result, Z Warunkami Technicali I Jakościowe Określonmi dla Przedmiotu Za orderenia; 3) Wymagana is the Staranność Przy Realization, Rozumian Ascensionary Profesjonalisty W Actionność Obmiotej Przedmiotem Niego Zadanie; 4) Spełnienie Wyrenie Wyreślonie Zaminia Wązów, Zamiopisiety Zamionychów. Zobowiązany is Do permanent cooperation with Zamawiać, W Celu Koordinowanie Prawidłowego Przebiegu Dostawy Oraz Wykonania Przedmiotu Za orderenia z Wymiotu Zamawiać. 11th-century Udzieli Zamawiać Jakność Na: A)silnik, All I Podzespoły Elektriczne, Mechaniczne -na Period Nie Krótszy Niż 2 Lata (the Kryterium Oceny Ofert); B)peracja Nadwozia - Na Period 6 Lat; Cpołka Lakiernicza - 2 Lata - 2 - 2nd - 2nd - 2nd - - 2nd - - - 2nd - A. 13th Executive is the Zobowiązany Do Przeszkolenia Użytkowów Wskazanych przez Zamawiający W Zakresie basic Supporti Pojazdów. 14: No Referencyjny: Izpipgn.271.8.2023 15. Wszelka Korespondencja Kierowana Domawiający Powinna Być Sygnowana Numerem Referencyjny. In 16th, Zamawiać Od Podziału Za orderenia Na part of Ze Względów Techniczne, Potrzeba Skoordynowanie Operations of the Rose Executives Realizing the Orders of Realizing the Common Part of the Order of the Order of the Order of the Order of the Order.
Closing Date6 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: 5. Project Number (if Applicable)
code
7. Administered By
2. Amendment/modification Number
code
6. Issued By
8. Name And Address Of Contractor
4. Requisition/purchase Req. Number
3. Effective Date
9a. Amendment Of Solicitation Number
9b. Dated
page Of Pages
10a. Modification Of Contract/order Number
10b. Dated
bpa No.
1. Contract Id Code
facility Code
code
offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods:
the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers
e. Important:
is Extended,
(a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The
offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your
acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May
is Not Extended.
12. Accounting And Appropriation Data
(rev. 11/2016)
is Required To Sign This Document And Return ___________ Copies To The Issuing Office.
is Not,
a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a.
15c. Date Signed
b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes
set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b).
result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter
or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To
the Opening Hour And Date Specified.
c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
d. Other
contractor
16c. Date Signed
14. Description Of Amendment/modification
16b. United States Of America
except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect.
15a. Name And Title Of Signer
16a. Name And Title Of Contracting Officer
15b. Contractor/offeror
standard Form 30
previous Edition Not Usable
prescribed By Gsa - Far (48 Cfr) 53.243
(type Or Print)
(type Or Print)
(organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.)
(number, Street, County, State And Zip Code)
(if Other Than Item 6)
(specify Type Of Modification And Authority)
(such As Changes In Paying Office, Appropriation Date, Etc.)
(if Required)
(see Item 11)
(see Item 13)
(x)
check
one
13. This Item Applies Only To Modifications Of Contracts/orders,
it Modifies The Contract/order No. As Described In Item 14.
11. This Item Only Applies To Amendments Of Solicitations
amendment Of Solicitation/modification Of Contract
(signature Of Person Authorized To Sign)
(signature Of Contracting Officer)
1
4
0002
01-16-2025
none
36c250
department Of Veterans Affairs
ann Arbor Healthcare System
network Contracting Office 10
2215 Fuller Road
ann Arbor, Mi 48105
36c250
department Of Veterans Affairs
ann Arbor Healthcare System
network Contracting Office 10
2215 Fuller Road
ann Arbor, Mi 48105
to All Offerors/bidders
36c25025q0149
12-19-2024
x
x
x
1
see Continuation Page
1. The Purpose Of This Amendment Is To:
A. Answer Industry Questions;
B. Provide An Updated Statement Of Work (sow), Attached Herein, Which Must Be The Sow Submitted With Any Offer, And;
C. Provide A Revised Price Schedule, Attached Herein, Which Must Be The Price Schedule Submitted With Any Offer
2. No Other Changes To The Solicitation Are Made As A Result Of This Amendment.
jeannie Ortiz
contracting Officer
page 33 Of 44
a.1 Price/cost Schedule
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
4.00
mo
___________
____________
blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026
0002
1.00
mo
___________
____________
blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026
0003
2.00
mo
___________
____________
blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 05-18-2025
0004
4.00
mo
___________
____________
blue Pe4 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025
0005
4.00
mo
___________
____________
yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026
0006
2.00
mo
___________
____________
yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 05-18-2025
0007
1.00
mo
___________
____________
yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026
0008
4.00
mo
___________
____________
red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
(warranty Coverage 12/16/2024 Through 12/15/2025)
contract Period: Base
pop Begin: 12-16-2025
pop End: 03-31-2026
0009
4.00
mo
___________
____________
red Pe12 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025
0010
1.00
mo
___________
____________
red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 03/02/2025 To 03/01/2026)
contract Period: Base
pop Begin: 03-02-2026
pop End: 03-31-2026
0011
5.00
mo
___________
____________
blue Se5 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025
0012
5.00
mo
___________
____________
red Se15 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025
0013
8.00
mo
___________
____________
blue Se6 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025
0014
8.00
mo
___________
____________
red Se16 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025
0015
4.00
mo
___________
____________
blue Fe7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 07-16-2025
0016
5.00
mo
___________
____________
yellow Cl7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 08-31-2025
0017
8.00
mo
___________
____________
yellow Cl8 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Base
pop Begin: 04-01-2025
pop End: 11-30-2025
0018
3.00
mo
___________
____________
blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 07-02-2025
0019
3.00
mo
___________
____________
red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 07-02-2025
0020
7.00
mo
___________
____________
blue Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 11-02-2025
0021
7.00
mo
___________
____________
red Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Base
pop Begin: 04-02-2025
pop End: 11-02-2025
base Year Total: $ _____________
1001
12.00
mo
___________
____________
blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1002
12.00
mo
___________
____________
blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1003
11.00
mo
___________
____________
blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Option 1
pop Begin: 05-19-2026
pop End: 03-31-2027
1004
9.00
mo
___________
____________
blue Pe4 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027
1005
12.00
mo
___________
____________
yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1006
11.00
mo
___________
____________
yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
(warranty Coverage 05/19/2025 To 05/18/2026)
contract Period: Option 1
pop Begin: 05-19-2026
pop End: 03-31-2027
1007
12.00
mo
___________
____________
yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1008
12.00
mo
___________
____________
red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1009
9.00
mo
___________
____________
red Pe12 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027
1010
12.00
mo
___________
____________
red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 1
pop Begin: 04-01-2026
pop End: 03-31-2027
1011
7.00
mo
___________
____________
blue Se5 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027
1012
7.00
mo
___________
____________
red Se15 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027
1013
4.00
mo
___________
____________
blue Se6 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027
1014
4.00
mo
___________
____________
red Se16 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027
1015
9.00
mo
___________
____________
blue Fe7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage And Gps 07/17/2025 To 07/16/2026)
contract Period: Option 1
pop Begin: 07-17-2026
pop End: 03-31-2027
1016
7.00
mo
___________
____________
yellow Cl7 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 09/01/2025 To 08/31/2026)
contract Period: Option 1
pop Begin: 09-01-2026
pop End: 03-31-2027
1017
4.00
mo
___________
____________
yellow Cl8 - Maintenance, Repairs, Testing & Inspection
(warranty Coverage 12/01/2025 To 11/30/2026)
contract Period: Option 1
pop Begin: 12-01-2026
pop End: 03-31-2027
1018
9.00
mo
___________
____________
blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 1
pop Begin: 07-03-2026
pop End: 03-31-2027
1019
9.00
mo
___________
____________
red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 1
pop Begin: 07-03-2026
pop End: 03-31-2027
1020
5.00
mo
___________
____________
blue Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Option 1
pop Begin: 11-03-2026
pop End: 03-31-2027
1021
5.00
mo
___________
____________
red Ge2 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 11/03/2025 To 11/02/2026)
contract Period: Option 1
pop Begin: 11-03-2026
pop End: 03-31-2027
option Year 1 Total: $_____________
2001
12.00
mo
___________
____________
blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2002
12.00
mo
___________
____________
blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2003
12.00
mo
___________
____________
blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2004
12.00
mo
___________
____________
blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2005
12.00
mo
___________
____________
yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2006
12.00
mo
___________
____________
yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2007
12.00
mo
___________
____________
yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2008
12.00
mo
___________
____________
red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2009
12.00
mo
___________
____________
red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2010
12.00
mo
___________
____________
red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2011
12.00
mo
___________
____________
blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2012
12.00
mo
___________
____________
red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2013
12.00
mo
___________
____________
blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028
2014
12.00
mo
___________
____________
red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028
2015
12.00
mo
___________
____________
blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2016
12.00
mo
___________
____________
yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2017
12.00
mo
___________
____________
yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 11-30-2028
2018
12.00
mo
___________
____________
blue Ge1 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2019
12.00
mo
___________
____________
red Ge3 - Maintenance, Repairs, Testing & Inspections
(warranty Coverage 07/03/2025 To 07/02/2026)
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2020
12.00
mo
___________
____________
blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
2021
12.00
mo
___________
____________
red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 2
pop Begin: 04-01-2027
pop End: 03-31-2028
option Year 2 Total: $_____________
3001
12.00
mo
___________
____________
blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3002
12.00
mo
___________
____________
blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3003
12.00
mo
___________
____________
blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3004
12.00
mo
___________
____________
blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3005
12.00
mo
___________
____________
yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3006
12.00
mo
___________
____________
yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3007
12.00
mo
___________
____________
yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3008
12.00
mo
___________
____________
red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3009
12.00
mo
___________
____________
red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3010
12.00
mo
___________
____________
red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3011
12.00
mo
___________
____________
blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3012
12.00
mo
___________
____________
red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3013
12.00
mo
___________
____________
blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029
3014
12.00
mo
___________
____________
red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029
3015
12.00
mo
___________
____________
blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3016
12.00
mo
___________
____________
yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3017
12.00
mo
___________
____________
yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 11-30-2029
3018
12.00
mo
___________
____________
blue Ge1 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3019
12.00
mo
___________
____________
red Ge3 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3020
12.00
mo
___________
____________
blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
3021
12.00
mo
___________
____________
red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 3
pop Begin: 04-01-2028
pop End: 03-31-2029
Option Year 3 Total: $_____________
4001
12.00
mo
___________
____________
blue Pe1 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4002
12.00
mo
___________
____________
blue Pe2 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4003
12.00
mo
___________
____________
blue Pe3 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4004
12.00
mo
___________
____________
blue Pe4 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4005
12.00
mo
___________
____________
yellow Pe8 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4006
12.00
mo
___________
____________
yellow Pe9 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4007
12.00
mo
___________
____________
yellow Pe10 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4008
12.00
mo
___________
____________
red Pe11 - Elevator Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4009
12.00
mo
___________
____________
red Pe12 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4010
12.00
mo
___________
____________
red Pe14 - Elevator Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4011
12.00
mo
___________
____________
blue Se5 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4012
12.00
mo
___________
____________
red Se15 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4013
12.00
mo
___________
____________
blue Se6 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030
4014
12.00
mo
___________
____________
red Se16 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030
4015
12.00
mo
___________
____________
blue Fe7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4016
12.00
mo
___________
____________
yellow Cl7 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4017
12.00
mo
___________
____________
yellow Cl8 - Maintenance, Repairs, Testing & Inspection
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 11-30-2030
4018
12.00
mo
___________
____________
blue Ge1 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4019
12.00
mo
___________
____________
red Ge3 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4020
12.00
mo
___________
____________
blue Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
4021
12.00
mo
___________
____________
red Ge2 - Maintenance, Repairs, Testing & Inspections
contract Period: Option 4
pop Begin: 04-01-2029
pop End: 03-31-2030
option Year 4 Total: $_____________
base Plus Four Option Year Grand Total: $_____________
answers To Vendor Questions Asked 36c25025q0149
section B. Scope Of Work Oncall And Onsite Schedule
a. Please Clarify The Minimum Time Required To Be Included In The Monthly Cost.
i. This Section States 50 Hours Of On-call Service (10hours Per Day)
1. Are These Hours In Addition To The 8hrs Per Day Maintenance Requirement For Monday, Wednesday, And Friday 2. 50 On Call Hours Please Clarify If These Hours Are Regular Time Or Overtime Hours. (there Are Cost Differences)
answer: On-call Hours Are Regular Time And Separate From On-site Hours On Monday, Wednesday & Friday. There Is No Overtime For Any Services Required Under The Contract. This Is A Firm, Fixed-price Contract, And As Stated In The Sow The Monthly Rate Is To Be All-inclusive Of All Services Required Unless It Is Something Clearly Listed In The Exclusions.
section B. Scope Of Work Callback Services
a. Does This Section Apply To Elevator Union Holidays As Well?
answer: The Only Holidays Recognized/applicable Under This Federal Acquisition Are Federal Holidays A Link To The Federal Holidays At The Opm Website Was Included In The Rfq. See Sow Section B, Item 4, Sub Items A & B For Call-back Services Details.
section B. Scope Of Work Callback Services 7
a. This Section States That Cleaning Of Door Tracks Are The Responsibility Of The Contractor.
i. Based On The Site Requirements The Elevator Contractor Would Lonely Be Onsite 3 Days A Week And Cannot Monitor The Tracks On A Daily Basis.
answer: Item 7 Does Not Identify This As A Daily Requirement, Therefore, The Expectation Is That The Contractor Will Be Responsible For This On The Days They Are There/scheduled To Be There.
ii. Can This Be A Shared Responsibility?
answer: The Contract Awardee Will Be Required To Do This.
iii. Within The Industry, Cleaning Of Door Sills Are The Responsibility Of The Facility. We Check And Monitor When Conducting Maintenance Only.
answer: The Sow Is What Drives The Acquisition And Future Contract Contractor Will Be Required To Perform These Services And Follow All Requirements Listed In The Sow.
section B. Scope Of Work Callback Services 12
answer: In The Sow, There Is No Callback Services 12 There Is A Sow, Section B, Item 12 Which Is Not Related To Call-back Services, If That Is What Is Being Referenced.
this Section States That The Cor Can Elect To Have Repairs Completed On Overtime At No Additional Cost.
answer: Yes, This Is An All-inclusive, Firm, Fixed-price Acquisition. All Services Required Must Be Covered Under The Monthly Rate With The Only Exception Being Items Clearly On The Exclusions List.
i. There Is No Way To Capture That Cost Without Knowing What Could Be Required To Replace On Overtime.
answer: There Are No Overtime Hours As A Firm, Fixed-price Contract Does Not Engage In Variable Types Of Rates. Repairs Are Required Under The Contract Unless They Are Clearly Listed On The Exclusions List. The Monthly Rate Shall Cover All Services Required Under The Contract. Some Months May Require More Repair Work, While Other Months, Contractor Would Receive The Entire Monthly Payment When No Repairs Are Required. Please See The Attached Revised Sow For Slightly Updated Language To Section B, Item 12.
ii. Would The Cor Be Willing To Adjust This Section To Cover The Cost Of The Difference In Labor (premium Portion Of Labor) Premium Portion Standard Rate.
answer: No. This Is A Firm, Fixed-price Acquisition, Therefore, Additional/variable Rates Do Not Apply. The Contract Will Be All-inclusive Of Services Required, With A Monthly Fixed Rate, Fixed Annual Value, And A Fixed Total Contract Value (assuming Each Option Year Is Exercised At Government Discretion).
section B. Scope Of Work Inspections 14, Performance Parameters 19
this Section Details Inspection Reports And Key Performance Indicators/parameters
i. Please Provide Evidence That The Units Included Within The Rfp Meet These Requirements And Parameters
answer: Asme 17.1 Performance Parameters For Elevators Are Required. This Includes Elevators Still In Operation Since 1996, Elevators That Were Renovated In 2024, And New Elevators That Will Be Operational In 2025. Please See The Attached Sow For Updated Language To Section B, Item 19.
does The Cor Recognize Elevator Union Holidays?
answer: The Only Holidays Concerned/recognized Under This Federal Acquisition Are Federal Holidays A Link To The Federal Holidays At The Opm Website Was Included In The Rfq See Sow, Section E, Item 1 For The Opm Federal Holiday Link.
is The Cor Aware Of Any City Of Detroit Elevator Division Violations That Are Outstanding?
if So, Please Provide Documentation
answer: The Service Is Unaware Of Any Facility Vertical Lift That Has Any Municipal Violations That Are Outstanding.
how Will Pre-maintenance Repairs, Vandalism Etc Be Handled?
answer: Regarding Vandalism, See/review Sow, Section F. Regarding Pre-maintenance Repairs, A Repair Is A Repair, Whether Pre- Or Post-maintenance. Repairs Of Any Nature, Except For Items On The Exclusion List, Are To Be Covered Under The Contract And Handled By Contractor In A Timely Manner Once The Contract Is Effective. All Elevators Are As Is If A Repair Is Required, The Contractor Is Required To Do The Repair.
in The Event Of Water And/or Oil, Fluid Accumulates In The Elevator Pit, How Will It Be Handled?
a. Is This A Billable Situation
answer: There Are No Billable Situations With A Firm, Fixed-price Contract. The Monthly Rate Paid By The Government Is Not A Variable Rate But A Firm, Fixed-rate Which Covers All Services Required Unless Clearly Listed As An Exclusion On The Exclusions List.
will The Site Remove The Fluid And Dispose?
answer: The Contractor Is Required To Remove The Fluid And Properly Dispose Of It.
will The Contractor Be Responsible For Removing The Fluid
answer: The Contractor Is Required To Remove The Fluid And Properly Dispose Of It.
who Is Responsible For Maintaining The Elevator Phone Lines?
answer: Contractor Is Responsible For Maintaining The Operation Of Elevator Cabin Phones.
a. Elevator Contractors Do Not Manage Or Run The Lines.
answer: The Facility Will Provide An Operational Phone Signal, But The Contractor Is Responsible For Connecting Both Ends Of The Telephone Line (at Elevator Cabin, Within Each Elevator Travel Cable , And At Elevator Control Panel) In Order To Have Operational Phones In Each Elevator Cabin.
b. If The Event Of An Inoperable Phone, Is The Site Responsible For Contacting The Phone Company
answer: In The Event Of An Inoperable Phone, Detroit Va S Office Of Information & Technology (oi&t)/telecom Staff Will Repair Any Faulty Phone Signal. If The Facility Telecom Staff Confirms The Phone Signal Is Being Provided, Then The Contractor Is Responsible For Repairing An Inoperable Phone.
how Will Obsolescence Be Handled?
answer: None Of The Elevators Will Be Obsolete During The Course Of The Awarded Contract, Even If All Option Years Are Exercised, Therefore, This Question Is Irrelevant.
the Site Is Currently Modernizing Elevators
a. Are There Any Components That Are Considered Proprietary?
i. If So, Please Detail How The Cor Would Like To Approach The Situation
answer: The Service/cor Is Unaware Of Any Proprietary Components. Contractors Must Be Capable Of Repairing Or Replacing Elevator Equipment To Properly Maintain The Facility S Vertical Lifts.
badging Training
a. Please Detail Any Training Or Badging Requirements Needed For Access
answer: Upon Arrival At Detroit Va, Contractor/contractor Staff Are Required To Report To Cor Who Will Handle Badge Information/access, Training Information And Any Other Items Required.
will The Cor Consider Alternate Maintenance Approaches That Differ From The 3 Day A Week Maintenance Requirement?
answer: No, The Sow Defines Exactly What The Requirement/needs Are.
part A: I Noticed That There Are 3 New Elevators Red Garage 1, Blue Garage 3, And Red Passenger 13 These Upon Expiration Of Will Be Installed And Are Not On The List.â Is The Intent To Add These To The Agreement?
answer: Yes, The Intent Will Likely Be To Add Them To The Contract Via Contract Modification At Whatever Point In Future They Should Be Added, However, For The Purposes Of The Contract Required At Present Time (which Does Not Include The Unknowns Regarding These Three Elevators), These Elevators Are Not Included In The Sow And Any Offers Submitted Should Related To The Actual Contents/requirements Of The Sow.
part B: All 21 Elevators In The Hospital And Garages Are Undergoing Modernizations Over The Next 2 Years Plus Finishing At Various Times.â as The Elevators Are Upgraded They Go Onto A Free Service Period.â i Believe It Is A Full Year Free Service. If A Company Other Than The Installation Company Works On The Elevators In Any Way It Voids The Warranty.â it Would Appear If The Installation Company Is Not Maintaining These Upgraded Elevators The Va Is Paying Twice For The Same Services And Possibly Voiding Warranties.â is This The Intent Of This Agreement?
answer: To More Clearly Define Which Elevators Will Be Requiring Services Under The Contract For Certain Periods Of Time, A New Price Schedule Has Been Drafted And Is Attached To This Amendment. Not All Elevators Will Need Services At The Same Time/in The Same Years, And As Such, It Is Imperative To Price Services Accordingly. Offerors Should Make Careful Note To Only Price Services For The Months Required, For The Base Year And For Each Potential Option Year, For Each Elevator.
please Provide Any Information Available On:
the Manufacture Of Controls, Geared Or Gearless Type Of Machine And,
answer:
1. Original Parking Elevators:
A. Dover (hydraulic) Motor.
B. Dover Wcr Control Panel.
2. Original Cart-lifts:
A. Dover Motor.
B. Dover Msd1 Control Panel.
3. Original Freight Elevator:
A. Dover (hydraulic) Motor.
B. Dover Wcr Control Panel.
4. Original Passenger Elevators And Original Service Elevators:
A. Dover Motor.
B. Thyssenkrupp Tac 50-04 Control Panel.
5. New Passenger Elevators:
A. Kone Mx40 Motor.
B. Kone Kcm Control Panel.
6. New Service Elevator 15 And Service Elevator 16:
A. Kone Mx40 Motor.
B. Kone Kcm Control Panel.
7. New Service Elevator 5 And Service Elevator 6:
A. Kone Mx Machine. (not The Same As Motor For Se15 & Se16).
B. Kone Kcm Control Panel.
8. New Parking Elevators:
A. Kone Mx Machine.
B. Kone Kcm Control Panel.
how Many Stops Each Elevator Has.
answer: This Information Is For The 21 Elevators Associated With This Requirement, And Also For The 3 Additional That May Or May Not Be Added To The Contract At A Later Date. Please Ensure Any Offer Submitted Pertains Only To The Actuals Of This Acquisition.
cart-lifts 7 And 8 (cl7, Cl8) Have Two Stops: Lower Level (ll) And Floor Four (f4).
freight Elevator (fe7) Has Two Stops: Ll And F1.
blue Parking Elevators 1, 2, And 3 (ge1, Ge2, Ge3) Have Six Stops: Ll Thru F5.
red Parking Ge1, Ge2, And Ge3 Have Six Stops: Ll Thru F5.
blue Passenger Elevators (pe1, Pe2, Pe3, Pe4) Have Eight Stops: Ll Thru F7.
blue Service Elevators (se5, Se6) Have Eight Stops: Ll Thru F7.
yellow Pe8 Has Six Stops: Ll Thru F5.
yellow Pe9 And Pe10 Have Five Stops: Ll Thru F4.
red Pe11, Pe12, Pe13, And Pe14 Have Six Stops: Ll Thru F5.
red Se15 And Se16 Have Six Stops: Ll Thru F5.
please Provide Any Outstanding Repairs, Inspection Items To Be Corrected, Etc.:
answer: The Only Outstanding Issue Is With Cart-lift (cl) 8 For Dirty Surgical Instruments. A Padlock Has Been On The Power Switch Since 2019 For Two Reasons:
cart-lift Travels At About One-third The Expected Vertical Speed.
surgical Staff, Multiple Elevator Specialists, And I Have Witnessed Cl8 Travel Up And Down While Lobby Doors Are 100 Percent Open At Floor Four.
44
page 44 Of 44
statement Of Work
general
the Detroit Va Medical Center (dva) Located At 4646 John R. Street, Detroit, Michigan 48201 Requires A Firm, Fixed-price Contract For Preventive Maintenance And Repairs For All Operational Vertical Lifts At Vamc Detroit. Contractor Shall Provide All Tools, Parts, Materials, Equipment, Labor, Certified Elevator Specialists/technicians, Supervision, Licenses, Insurance And Transportation Necessary To Perform Preventive Maintenance, Repairs, Inspections And Call-back Services For The Vertical Transport Equipment Listed In This Statement Of Work (sow). Contractor Shall Provide Maintenance In A Manner Which Ensures The Safe And Continuous Operation Of All Equipment Listed In Accordance With Commercial Practices Or Manufacturer's Specifications (ansi-asme Al7).
firm, Fixed-price Contracts Cover The Services Listed Within (with Exception To Any Exclusions List) At A Set Monthly Price, And Overall Total Contract Value. All Services And Repairs Under This Contract Are Included In The Monthly Price (except For Items On The Exclusions List).
scope Of Work:
elevator Services Include, But Are Not Limited To Scheduled Weekly Inspections, Adjustments, Cleaning And Lubrication Of All Machinery, Machinery Spaces, Hoist Ways, And Pits.
reports:
annual No-load Test
five-year Full-load Test
on-call And On-site Schedule:
the Contractor Shall Provide On-call Service Of 50 Hours Per Week, Ten Hours Per Day, Monday Through Friday, From 7:00 Am To 5:00 Pm Et, For All Vertical Transportation Equipment.
following Are Maintenance Hours Required By This Contract. Contractor Shall Be On-site:
monthly: 96 Hours
weekly: 24 Hours
Assigned Day: 8-hour Shift. Assigned Days Are Monday, Wednesday And Friday,
Unless One Of Those Days Is A Federal Holiday, In Which The Shift Shall Be Adjusted
To A Non-federal Holiday Business Day That Week, Subject To Cor Approval.
call-back Services:
the Contractor Shall Provide Call-back Service During Federal Holidays And Non-business Hours For Emergencies. The Contractor Shall Provide Make-up Inspection Hours Lost Due To Holidays By Scheduling Additional Preventative Maintenance Hours Within The Month The Holiday Occurs.
example: If The Holiday Falls On A Monday, Then The Makeup Day Shall Be Either Tuesday Or Thursday.
contractor Shall Provide Scheduled Weekly Examinations, Adjustments, Cleaning, And
Lubrication Of All Machinery, Machinery Spaces, Hoist Ways, And Pits.
Contractor Shall Maintain All Parts Of The Vertical Transportation Equipment Systems
Consisting Of, But Not Limited To, The Following:
hoisting Machinery
operating And Signal Fixtures
wire Ropes
door Operating And Safety Equipment
control Apparatus And Power Drives .
fixed Mechanical Equipment
auxiliary Apparatus (to Include Any Cart Ejection Systems) And Appurtenance
electrical Wiring And Traveling Cables
mechanical And Electrical Safety Devices
contractor Shall Ensure That Elevator Door Tracks Are Free From Dirt And Debris To Ensure Smooth, Proper Operation Of Elevator Doors.
contractor Shall Replace All Burned Out Light Bulbs Inside The Elevator Cabs To Maintain Proper Lighting At All Times. Vamc Detroit Will Provide The Light Bulbs For The Contractor.
Install As Used In The Work Required, Specifications And Drawings Shall Mean Furnish, Install, Connect, Adjust And Test Except Where Otherwise Specified.
brand Names Are Specified To Indicate Performance And Quality Characteristics. No Substitutes Of Specified Materials Shall Be Accepted.
emergency Generator Test: Vamc Detroit Conducts Testing Of The Facility S Emergency Generators On The First Wednesday Of Each Month, From 6:15 Am To 6:45 Am. Duties To Be Performed Shall Include The Following:
before 6:00 Am: Be Present For Duty To Participate In The Test.
no Later Than 6:05 Am: Assist Vamc Detroit Staff In Utilizing The Fire Recall System To Bring All Elevators To The First Floor. Note: Waiting Until Five Minutes After 6:00 Am Is To Give Biomedical Engineering Staff Necessary Time To Shut Down Biomedical Equipment Prior To Generator Testing.
after 6:15 Am: When The Facility Disconnects From Detroit Edison At 6:15 Am, The Contractor Will Assist Vamc Detroit Staff In Turning Off The Fire Recall System And Ensure That At Least One Elevator Is Running At Each Elevator Bank For The Duration Of The Generator Test.
assist Va Staff In Performing Code Blue Testing On Selected Elevators During The Test.
different Elevators Will Be Selected By The Cor For Each Test.
be Available To Troubleshoot Any Problems Occurring With The Elevators When Normal Power Has Been Restored Upon The Conclusion Of The Test.
the Cor Will Notify The Contractor If There Is A Need To Take A Vertical Lift Out Of Service In Order For Contractor To Make Repairs. If The Contractor Determines That A Vertical Lift Is Operating In An Unsafe Manner, The Contractor Is Authorized To Remove The Vertical Lift From Service And Must Notify The Cor Immediately. The Cor Will Coordinate With The Contractor To Repair Off-line Vertical Lifts In A Timely Fashion. Repairs Will Be Covered Under This Contract Unless It Is An Item Clearly Listed On The Exclusions List.
testing:
the Next Five-year Full-load Test Is Due In 2025.
monthly: Examine All Safety Devices And Governors.
quarterly:
test The Communications And Elevator Fire Safety System.
the Fire Safety System Testing Includes Manual Recall (phase I) And Fireman S
elevator Operation (phase Ii).
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
annually No-load Test Of Safety Mechanisms:
conduct A No-load Test Of Safety Mechanisms, In Accordance With The American Society Of Mechanical Engineers, Asme/ans1 A17.1 (2010).
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
every Five Years Full Load Test Of Safety Mechanisms. During The Full-load Test, The Following Shall Also Be Conducted:
conduct A Full-load Test Of Safety Mechanisms, In Accordance With The American Society Of Mechanical Engineers, Asme/ans1 A17.1 (2010).
inspect Car Balances.
inspect The Governors. Set Them, Recalibrate Them, And Seal Them For Proper Tripping Speed.
confirmation And Results Of All Tests Shall Be Forwarded To The Cor Upon Completion Of Testing.
inspections:
the Contractor Shall Provide Vertical Transportation System Efficiency And Maintenance Survey Inspections Annually. The Results Of These Inspections Shall Be Summarized With Appropriate Backup Material In An Annual Report To The Cor By The End Of The Month Following The Anniversary Date Of The Contract. This Report Shall Include The Following Performance Parameters And Summary Data For Each Vertical Transportation Unit As Appropriate:
unit Speed Up And Oem Specification.
unit Speed Down And Oem Specification.
door Open Speed And Oem Specification.
door Close Speed Normal And Code Limit.
door Close Speed Reduced And Code Limit.
door Closing Torque And Code Limit.
door Dwell Time For Car Call.
door Dwell Time For Hall Call.
leveling Accuracy Summary And Oem Specification.
date Of The Last Annual / Five-year Safety Test Completed.
date Of The Last Annual Communications And Fire Recall System Test.
annualized Call-back Rate With Backup Detail.
dedicated Maintenance Hours For The Preceding Twelve Months.
semi-annual Inspections By Independent Consultant: Contractor Shall Accompany Cor Or Vamc Detroit S Independent Consultant On Inspections To Audit The Facility S Elevator Operations Every Six Months.
the Independent Consultant Shall Provide Semi-annual Inspection Reports To The Cor.
the Cor Shall Provide A Copy Of These Reports To The Contractor. The Contractor And Cor Will Determine Who Is Responsible For The Abatement Of Deficiencies Listed In The Semi-annual Reports.
the Cor Shall Provide A Copy Of These Reports To The Chief Of Facility Management Service. The Chief Of Facility Management Service Will Determine Abatement Procedures For Deficiencies That Are The Responsibility Of Vamc Detroit.
the Cor Shall Archive Corrective Actions Taken By Contractor And Chief Of Facility Management, For A File-retention Period Of Five Years.
lubrication: Lubricate Monthly (12 Times Per Year At Regularly Scheduled Intervals), All Mechanical Parts Recommended To Be Lubricated By The Oem Of The Vertical Transportation Equipment.
cleaning: The Contractor Shall, During All Examinations, Remove And Discard Immediately All Accumulated Dirt And Debris From The Pit Areas, And Be Responsible For Always Maintaining The Cleanliness Of All Elevator Machine Rooms. Additionally, Prior To Each Annual Anniversary Date Of This Contract, Contractor Shall Thoroughly Clean Down The Entire Hoist Way Of All Accumulated Dirt, Grease, Dust, And Debris.
painting: Contractor Shall Keep Machinery Exterior And Any Rust-prone Equipment Clean And Painted. Motor Windings And Controller Coils Shall Be Periodically Treated With Proper Insulating Compound. The Machine Room Floor And All Storage Areas Shall Be Painted Annually With Good Quality Deck Enamel.
repairs And Replacements Shall Be Made Promptly By Contractor, Or When The Cor Advises The Contractor To Do So. Repairs And Replacements Shall Be Made In Accordance With Conformance Standards And Oem Standards. Repair And Replacement Of Parts Shall Be New/genuine Oem Or Equal In Design, Workmanship, Quality, Finish Fit, Adjustment, Operation And Appearance. Repairs And Replacements Shall Apply To All Mechanical, Electronic, And Electrical Parts, Including But Not Limited To:
automatic Power And Manually Operated Door Systems, Car Door And Gate Hangers, Car Door And Gate Contact, Door Protective Device, Guides, Stops And Appurtenances, Car Safety Mechanism, Platform, Car Sills, Car Guide Shoes, Gibs Or Rollers And Appurtenances.
geared And Gearless Machinery, Worm, Gear, Bearings, Drive Sheave, Deflector Sheave, And Brake Assembly, Component Parts And All Associated Castings.
motor, Motor Generator, Motor Windings, Rotating Element, Stator, Bearings, Rotors, Starters, Solid-state Power Drives Complete And Associated Apparatus, Speed Monitoring Equipment And Attachments.
controller, Selector And Dispatching Equipment, All Relays, Solid State Components, Resistors, Condensers, Transformers, Contact Leads, Dashpots, Timing Devices, Computer Devices, Insulators, Solenoids, Resistance Grids, Mechanical And Electrical Driving Equipment, Diagnostics, Troubleshooting Tools, Monitors And Associated Apparatus.
governor, Governor Sheave And Shaft Assembly, Bearings, Contacts And Governor Tension Sheave Assemblies.
overhead, Deflector Or Secondary Sheaves, Bearings, Car And Counterweight Buffers, Car And Counterweight Guide Rails, Top And Bottom Limit Switches, Activating Cams, Compensating Equipment, Counterweight And Counterweight Guide Shoes Including Rollers Or Gibs.
hoist Way Door Interlocks, Top Tracks, Hanger Rollers, Operating Linkages And Auxiliary Door Closing Devices, Hoist Way Landing, Leveling And Encoding Systems Complete, And Power Door Clutch-engaging Systems Complete.
car And Hall Lanterns, Lobby Fixtures, Car Operating Panels, Car And Hall Position Indicators, Hall Push-button Fixtures, Audible/visible Signals And Controls Complete, Emergency Lighting, Communication Devices, Remote Operating And Signal Equipment Complete.
the Contractor Shall Examine And Equalize Tension On All Wire Ropes And Renew Them Whenever Necessary To Ensure The Maintenance Of Adequate Safety Factor. Contractor Shall Also Shorten All Ropes As Required To Maintain Legal Bottom Clearances And Perform All Safety Code Re-shackling Procedures Per Asme/ans1 A17.1 (2010).
contractor Shall Repair Or Replace All Electrical Traveling Cables, Wiring And Conductors Extending To The Vertical Transportation Unit From Main Line Switch In The Machine Room And Outlets In The Hoist Ways. The Main Power Switch And Its Fuses Are Excluded.
contractor Shall Be Responsible For Changing Lightbulbs And Lighting Fixtures In The Cab, Pit, Machine Room, And Hoist Way As Required. Dva Will Provide The Light Bulbs.
hydraulic Systems Components, Including But Not Limited To, Tanks, Valves, Pump, Cylinder Head, Above Ground Piping, Hoses, Fittings, Gauges, Seals, O-rings, Packing S, Belts, Recovery Devices, Overflow Devices, Rescuvator (auxiliary Power Device) Or Other Emergency Operating And Signal Systems, Above-grade Cylinder And Plunger Assemblies Complete, Cathodic Protection Devices, Muffler, Heater And Shut-off Valves.
performance Parameters: All Vertical Lifts Shall Meet The Standards Required By The American Society Of Mechanical Engineers (asme). Performance Parameters For Each Vertical Lift Must Comply With The Particular Version Of Asme 17.1, Safety Code For Elevators And Escalators, That Was In Effect At The Time Of Installation Or With The Most Recent Version For Each Renovated Vertical Lift.
spare Parts: The Contractor Shall Provide And Maintain A Supply Of Contacts, Coils, Solid-state Boards And Associated Components, Leads, Brushes, Lubricants, Wiping Cloths, Rollers, Guides, Switches, And Other Minor Parts In The Vertical Transportation System(s) Machine Room(s) For The Performance Of Routine Preventive Maintenance. All Spare Parts Shall Be Kept In Storage Cabinets Provided By The Contractor.
record Keeping:
a Complete Permanent Record Of Maintenance Inspections And Routines, Repair Work, Lubrication, And Call Back Service Will Be Kept In The Machine Room. These Records Are To Be Always Available To The Cor. The Records Shall Indicate The Reason The Mechanic Was In The Building, Arrival And Departure Time, The Work Performed, Etc., And These Records Shall Be Property Of Vamc Detroit. Record Keeping Requirements Are The Responsibility Of Contractor S Maintenance Personnel.
a Contractor S Proprietary System That Fulfills The Requirements In The Above Paragraph Will Be Accepted In Lieu Of The Method Specified, However, All Records, Including Annual Summary Reports Must Be Provided To The Cor And Are Property Of Dva.
Hot Work :
precautions Shall Be Taken By The Contractor, To Prevent Accidental Operation Of Any Existing Smoke Detectors By Minimizing The Amount Of Dust Generated In The Vicinity Of Any Smoke Detectors.
the Contractor Shall Not Perform Any Hot Work Without An Approved Hot Work Permit From The Cor. Hot Work Is Any Work That May Generate A Source Of Ignition In Areas Where Flammable Or Combustible Materials May Be Present. Welding, Flame Cutting, Use Of Pneumatic Hammers, Soldering, Brazing, Thermal Spraying, Thawing Pipe And Spark Producing Equipment Are Examples Of This Type Of Work.
before Any Hot Work Is Conducted, The Contractor Or Sub-contractors Shall Obtain A Hot Work Permit From The Cor. Cor Is The Overseer And Decider On Any And All Hot Work To Be Performed.
contractor Storage Space On Dva Premises: There Will Be Space Made Available To Contractor For Storing Items. The Cor Will Designate The Space; The Space Designated May Be Subject To Change With Dva.
list Of Elevators Requiring Services
lift Name
lift Type
lift Location
maximum Lift Capability
blue Pe1
geared Traction Passenger Elevator
blue Tower
4000
blue Pe2
geared Traction Passenger Elevator
blue Tower
4000
blue Pe3
geared Traction Passenger Elevator
blue Tower
4000
blue Pe4
geared Traction Passenger Elevator
blue Tower
4000
yellow Pe8
geared Traction Passenger Elevator
yellow Tower
5000
yellow Pe9
geared Traction Passenger Elevator
yellow Tower
5000
yellow Pe10
geared Traction Passenger Elevator
yellow Tower
5000
red Pe11
geared Traction Passenger Elevator
red Tower
4000
red Pe12
geared Traction Passenger Elevator
red Tower
4000
red Pe14
geared Traction Passenger Elevator
red Tower
4000
blue Se5
geared Traction Service Elevator
blue Tower
6000
blue Se6
geared Traction Service Elevator
blue Tower
6000
red Se15
geared Traction Service Elevator
red Tower
5000
red Se16
geared Traction Service Elevator
red Tower
5000
blue Fe7
hydraulic Freight Elevator
blue Tower
6000
yellow Cl7
geared-traction Cart Lifts
yellow Tower
1000
yellow Cl8
geared-traction Cart Lifts
yellow Tower
1000
red Ge2
hydraulic Garage Elevators
red Garage
3500
red Ge3
hydraulic Garage Elevators
red Garage
3500
blue Ge1
hydraulic Garage Elevators
blue Garage
3500
blue Ge2
hydraulic Garage Elevators
blue Garage
3500
elevator Warranty Coverage Periods
during The Specific Warranty Period Listed For Each Elevator, An Elevator Modernization Warranty Is In Effect And Contractor Shall Not Perform Any Services To Any Elevator Within The Warranty Period Listed. Contractor Shall Provide All Sow Services Required For Any Elevator Beginning On The First Day That Elevator Is No Longer Covered Under Warranty. For Example, Elevator Blue Pe1 S Last Day Under Warranty Is 12/15/2025, Therefore, Contractor Must Begin Providing Services On 12/16/2025. The Following Schedule Is Provided To Clarify Existing Warranty Coverage Periods For Each Elevator:
ten Gearless-traction Elevators:
blue Pe1 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
blue Pe2 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
blue Pe3 (warranty Coverage And Gps 05/19/2025 To 05/18/2026)
blue Pe4 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
yellow Pe8 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
yellow Pe9 (warranty Coverage And Gps 05/19/2025 To 05/18/2026)
yellow Pe10 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
red Pe11 (warranty Coverage And Gps 12/16/2024 To 12/15/2025)
red Pe12 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
red Pe14 (warranty Coverage And Gps 03/02/2025 To 03/01/2026)
four Service Elevators:
blue Se5 (warranty Coverage And Gps 09/01/2025 To 08/31/2026)
blue Se6 (warranty Coverage And Gps 12/01/2025 To 11/30/2026)
red Se15 (warranty Coverage And Gps 09/01/2025 To 08/31/2026)
red Se16 (warranty Coverage And Gps 12/01/2025 To 11/30/2026)
one Hydraulic Freight Elevator:
blue Fe7 (warranty Coverage And Gps 07/17/2025 To 07/16/2026)
two Geared-traction Cart-lifts:
yellow Cl7 (warranty Coverage And Gps 09/01/2025 To 08/31/2026)
yellow Cl8 (warranty Coverage And Gps 12/01/2025 To 11/30/2026)
four Gearless-traction Elevators:
blue Ge1 (warranty Coverage And Gps 07/03/2025 To 07/02/2026)
blue Ge2 (warranty Coverage And Gps 11/03/2025 To 11/02/2026)
red Ge2 (warranty Coverage And Gps 11/03/2025 To 11/02/2026)
red Ge3 (warranty Coverage And Gps 07/03/2025 To 07/02/2026)
conformance Standards
asme A17.1 / Csa B44 Safety Code For Elevators And Escalators (2013) Or Current
asme A17.1 Safety Code For Elevators And Escalators The Particular Version Of Asme 17.1 In Effect At Time Of Installation Or At Time Of Most Recent Renovation Of Each Vertical Lift
asme A17.2 Guide For Inspection Of Elevators, Escalators, And Moving Walks (2012) Or Current
compliance With The Current Editions Of Ansi/asme Al 7 (a17.1, A17.2, And A17.3)
original Equipment Manufacture (oem) Standards And Requirements
va Standards And Regulations
days And Hours Of Operation / Federal Holidays
a List Of All Federal Holidays Can Be Found At: Https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/
all Work, Including Regular Examinations And Repairs In Accordance With This Contract Are To Be Made During Regular Business Hours Between 6:00 Am To 4:30 Pm, Monday Through Friday, Except For Federal Holidays.
exclusions
all Repairs, Parts And Labor Required For Repairs Shall Be Included, At No Additional Cost, Unless It Is Clearly And Specifically An Excluded Item Listed Below:
any Extra Charge Work Clearly Due To Vandalism Or Misuse. Contracting Officer Must Be Informed In Advance And Approve Of Work Being Outside Of Scope For This Contract No Invoice Will Be Paid Without Prior Approval.
installation Of New Attachments, Which May Be Required Or Recommended By Insurance Agencies Or Government Authorities.
repairs Or Replacement Of Cab Enclosure, Hoist Way Enclosures, Door Frames (not Doors) And Sills, Machine Room Lighting, Cab Tile Or Carpet.
replacement Of Underground Hydraulic Piping Or Hydraulic Cylinder.
it Is To Be Understood That Any Item Not Specifically Excluded In The List Above Shall Be Considered The Contractor's Responsibility And Fall Within The Costs Of This Contract.
contractor & Contractor Staff Responsibilities
maintenance Work Shall Be Performed Only By Employees Directly Employed And Supervised By The Contractor. Contractor Employees Shall Be Experienced And Certified In Maintaining Vertical Transportation Systems/elevators.
the Contractor Shall Be Regularly Engaged In The Business Of Servicing Equipment Similar To That Being Maintained Under This Contract And Shall Have Done So For A Period Of At Least Five Years Prior To The Date Of The Solicitation For This Contract. The Contractor Shall Have A Permanent Service Branch Capable Of Providing Normal Service Within Two Hours After A Request Is Made And Emergency Call-back Service As Specified In Paragraph 17.
contractor Shall Make All Repairs Or Replacements Due To Damage By Contractor Employee Improper Repair, Negligent Or Willful Acts, Or Omissions Of Required Information, Services, Repairs, Etc.
Closing Date7 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0005
the Purpose Of This Amendment Is To Provide Answers To Industry Questions In Attachment 7. All Other Terms And Conditions Remain The Same. Any Questions May Be Directed To Jesslyan Ortiz Albino (contracting Officer) At Jesslyan.m.ortizalbino.civ@army.mil And Indigo Delacruz (contract Specialist) At Indigo.a.delacruz.civ@army.mil.
amendment 0004
the Purpose Of This Amendment Is To Extend The Scheduled Due Date From February 18th2025 1:00pm Cte To February 25th 2025 1:00pm Cte, Due To Inclement Weather. Please See All Attachments. All Other Terms And Conditions Remain The Same. Any Questions May Be Directed To Jesslyan Ortiz Albino (contracting Officer) At Jesslyan.m.ortizalbino.civ@army.mil And Indigo Delacruz (contract Specialist) At Indigo.a.delacruz.civ@army.mil.
amendment 0003
the Purpose Of This Amendment Is To Provide Answers To Industry Questions In Attachment 6. All Other Terms And Conditions Remain The Same. Any Questions May Be Directed To Jesslyan Ortiz Albino (contracting Officer) At Jesslyan.m.ortizalbino.civ@army.mil And Indigo Delacruz (contract Specialist) At Indigo.a.delacruz.civ@army.mil.
amendment 0002
the Purpose Of This Amendment Is To Provide Answers To Industry Questions In Attachment 5 And Extend The Scheduled Due Date From February 12th2025 1:00pm Cte To February 18th 2025 1:00pm Cte. Please See All Attachments. All Other Terms And Conditions Remain The Same. Any Questions May Be Directed To Jesslyan Ortiz Albino (contracting Officer) At Jesslyan.m.ortizalbino.civ@army.mil And Indigo Delacruz (contract Specialist) At Indigo.a.delacruz.civ@army.mil.
amendment 0001
the Purpose Of This Amendment Is To Provide Answers To Industry Questions In Attachment 4, Extend The Scheduled Due Date From February 7th2025 1:00pm Cte To February 12th 2025 1:00pm Cte, And To Update The Wage Determination. Please See All Attachments. All Other Terms And Conditions Remain The Same. Any Questions May Be Directed To Jesslyan Ortiz Albino (contracting Officer) At Jesslyan.m.ortizalbino.civ@army.mil And Indigo Delacruz (contract Specialist) At Indigo.a.delacruz.civ@army.mil.
the Mission And Installation Contracting Command (micc) Fort Sill, Has A Requirement From The U.s. Army Garrison For A Firm Fixed Price (ffp) Contract.
non-personal Services – Pumping Cleaning Services
the Contractor Shall Provide All Necessary Personnel, Tools, Supplies, And Equipment Necessary To Clean Outside Grease Traps At Dining Facilities; Sand Traps And Oil Interceptors At Wash Racks And Car Washes; Clean And Service Pit Latrines, And Recycle Water Tanks At The Truck Wash Facility At Fort Sill, Oklahoma. The Period Of Performance (pop) Shall Consist Of One Base Period April 1, 2025 – 31 March, 2026, Plus Four One-year Option Periods, And 6-month Extension (if Needed). There Is No Guarantee That Each Option Will Be Exercised. Work Shall Be Conducted In Accordance With (iaw) The Terms And Conditions Of Contract And Commercial Practices. All Responsible Sources May Submit A Response Which, If Timely Received, Will Be Considered.
the Standard North American Industry Classification System (naics) Is 562998 And The Small Business Size Standard Is $16.5 Million. The Government Will Issue A 100% Set-aside For Small Businesses Invitation For Bid (ifb). Contract Award Will Be Made Considering Price Only. A Firm Fixed Price (ffp) Contract Is Anticipated. Services Shall Be Procured Pursuant To The Regulatory Direction Of Far Part 14, Sealed Bidding Acquisition. Expected Award Shall Consist Of One Base Period Of Performance (1 April 2025 – 31 March 2026) And Four One-year Option Periods Of Performance (1 April 2026 – 31 March 2030). There Is No Guarantee That Any Option Period Of Performance Will Be Exercised. The Ifb Estimated Date Of Issue Is On 20 December 2024. All Responsible Sources May Submit A Response Which, If Timely Received, Will Be Considered. All Bids Must Be Submitted By 07 February 2025, 1:00pm Cst. See Solicitation For Bid Preparation Instructions.
pursuant To Far 4.1102, Prospective Contractors Shall Be Registered In The System For Award Management (sam) Database Prior To Award Of A Contract. Contractors May Obtain Further Information On Sam Registration At The Following Website: Https://sam.gov/. This Announcement Does Not Obligate The Government To Award A Contract, Nor Does It Obligate The Government To Pay For Any Bid Preparation Costs.
the Entire Solicitation Package Will Be Made Available On Www.sam.gov Website. Request For Copies Of The Solicitation Package By Any Other Means Will Not Be Honored. Potential Offerors Are Responsible For Monitoring The Sam.gov Website For Release Of The Solicitation Package Or Subsequent Solicitation Amendments.
any Questions May Be Directed To Jesslyan Ortiz Albino (contracting Officer) At Jesslyan.m.ortizalbino.civ@army.mil And Indigo Delacruz (contract Specialist) At Indigo.a.delacruz.civ@army.mil.
Closing Date25 Feb 2025
Tender AmountRefer Documents
BUREAU OF PLANT INDUSTRY NATIONAL SEED QUALITY CONTROL SERV Tender
Chemical Products
Philippines
Details: Description Rfq No. Stlb 25-14 Pr. No. Hvcdp-25-02-01 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement-small Value Procurement Chemical Filtering And Supplies Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (nsqcscar_reg@yahoo.com). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per. Lump Sum 10. Deadline For Submission Of Bids: March 3, 2025. 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period:seven (7) Days Upon Receipt Of P.o. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form 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. " Approved Budget For The Contract: Php 200,000.00 End User: Bpi-nsqcs Car Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 1 Set Elisa Reagents For Potato Virus Y (pvy), 1 Set Pvy Alkaline Phosphate, 500 Tests 50,000.00 1 Set Elisa Reagents For Potato Leaf Roll Virus (plrv), 1 Set Plrv Alkaline Phosphate, 500 Tests 50,000.00 1 Set Elisa Reagents For Potato Virus S (pvs), 1 Set Pvs Alkaline Phosphate, 500 Tests 50,000.00 1 Set Elisa Reagents For Potato Virus X (pvx), 1 Set Pvx Alkaline Phosphate, 500 Tests 50,000.00 X-x-x-x Grand Total 200,000.00 Philgeps Posted Carlos Paul C. Pedracio Jessie B. Baggao Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-ppssd Spal. Guisad, Baguio City In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _____________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ____________________________________ Tax Identification Number (tin) Date Accomplished
Closing Date3 Mar 2025
Tender AmountPHP 200 K (USD 3.4 K)
University Of The Philippines Tender
Software and IT Solutions
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074.442.3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Supply And Delivery Of It Equipment, Licenses And Accessories For The Office Of The Vice Chancellor For Administration Purchase Request No.: 24075 Approved Budget For The Contract: Php 483,600.00 Date: January 06, 2025 Rfq No.: 0001 Mop: Np - Small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Must Possess Documentary Requirements Such As Valid Business Permit, Philgeps Registration And Notarized Omnibus Sworn Statement (oss). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex H Of The Revised Irr Of Ra 9184. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate Shall Be Six (6) Months For For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0001 Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1700h On January 10, 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: James Benedict E. Bagsic Mary Anne R. Rivera Head, Spmo Item No. General Description Compliance With Technical Specifications (please Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No 1 Supply And Delivery Of It Equipment, Licenses And Various Accessories For The 100% Wifi Connectivity Of The University (specific Set Of Items Should Work In Compatibility Ensuring Seamless Interaction) Lot 1 483,600.00 483,600.00 48v Poe Gigabit Adapter Pc 5 Outdoor Ap Short Arm Pole/wall Mounting Bracket Un 3 "outdoor Hardened Ap, Poe+, Wi-fi 5 Dual Radio, 5 Ghz 4x4 Mu-mimo And 2.4 Ghz 2x2 Mimo With Ap License, Pefng License And Ntc Registration & License At Least 1x Rj45 10/100/1000mbps And 1x Sfp 1000mbps At Least 802.11 Ac, Up To 16 Bssids Per Radio At Least Multiple Internal Omni-directional And High-performance At Least Poe+ Or Ac Adapter At Least Upto 1733mbps (5ghz), Upto 300mbps (2.4ghz) At Least With Ofdm, Acc, Mac, Cdd/csd, Stbc, Ldpc, Txbf, Ble, Dfs, Mesh, Spectrum Analysis, Rf Management At Least 1pv4 And 1pv6, Qos & Wpa2/wpa3 (psk And Enterprise) At Least With Web-based Gui, Usb Console, Cu Please See Attached Complete Technical Specifications " Un 3 Policy Enforcement Firewall New Generation (pefng) License Un 13 Contract Award: Per Lot Per Lot Delivery Period: Within 90cd Upon Receipt Of Ntp 90 **warranty Included *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item; Otherwise, Bidder May Provide A Counter-offer. Reminders: A. A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. -¤¤¤ Nothing Follows ¤¤¤- Total: 483,600.00 Bid Total: Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date10 Jan 2025
Tender AmountPHP 483.6 K (USD 8.3 K)
Department Of Education Division Of Apayao Tender
Others
Philippines
Details: Description Re-invitation To Bid Supply And Delivery Of Office And Gso Supplies, Materials, And Equipment For Fy 2025 Early Procurement Activity 1. The Schools Division Office Of Apayao, Through The Fy 2025 General Administrative Support Fund Intends To Apply The Sum Of One Million One Hundred Twenty Nine Thousand Three Hundred Nine Pesos And Seventy One Centavos Only (php 1,129,309.71) Being The Abc To Payments Under The Contract For Supply And Delivery Of Office And Gso Supplies, Materials, And Equipment For Fy 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Schools Division Office Of Apayao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15 Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is 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 Schools Division Office Of Apayao And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m. To 5:00 P.m. 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. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23,2025-february 12, 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 Only (php5,000.00). Purchase Of Bidding Documents May Be Done In Person Or Through Online Banking Through The Sdo Trust Fund Account No. 2252-1012-79. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees That Will Be Presented In Person, Or Through Email At Sdobacapayao2024@gmail.com. Under Sections 6316 And 6817 Of Presidential Decree No. 1445, The Acknowledgment Of Such Payment As Government Funds Should Be Made Through The Issuance Of An Official Receipt. Therefore, Prospective Bidders Are Advised To Present The Official Receipt As Proof Of Payment; Otherwise Bid Envelopes Shall Not Be Accepted. 6. The Schools Division Office Of Apayao Will Hold A Pre-bid Conference On January 31, 2025 At 9:30 A.m. At The Schools Division Office Conference Hall, Capagaypayan, Luna, Apayao And/or Zoom Meeting Id: 878 9991 7538 Passcode: 9mzuqe Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before 9:00 A.m. Of February 12, 2025. Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelopes Shall Also Be Rejected. Jerry B. Sario, Jr. Bac Chairperson Deped Car Sdo Apayao Capagaypayan, Luna, Apayao 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 February 12, 2025, At 9:30 A.m. At The Given Address Below The Schools Division Office Conference Hall, Capagaypayan, Luna, Apayao And/or Via Zoom Meeting Id: 878 9991 7538 Passcode: 9mzuqe. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schools Division Office Of Apayao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Rochelle Ann B. Natay Bac Secretariat Member Schools Division Office Of Apayao Provincial Government Center, Capagaypayan, Luna, Apayao Email Address:sdobacapayao2024@gmail.com Tel. No.:09978151287 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.depedapayao.com For Online Bid Submission: Sdobacapayao2024@gmail.com Jerry B. Sario, Jr. Assistant Schools Division Superintendent Bac Chairperson
Closing Date12 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.4 K)
BUREAU OF PLANT INDUSTRY NATIONAL SEED QUALITY CONTROL SERV Tender
Others
Philippines
Details: Description Rfq No. Stlb 25-02 Pr No. 25-01-02 Request For Quotation For Goods And Services Section 52.1b Shopping Other Supplies Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (nsqcscar_reg@yahoo.com). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lump Sum. 10. Deadline For Submission Of Bids: January 9, 2025. 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Seven (7) Days Upon Receipt Of P.o. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form 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. " Approved Budget For The Contract: Php 58,000.00 End User: Bpi-nsqcs Car Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 20 Pieces Germicidal Soap, 135g 60.00 10 Gallons Alcohol, Isopropyl (1 Gallon, 70% Solution; 99.9% Germ-kill) 600.00 30 Bottles Dishwashing Liquid (780ml, Concentrate, Superior Grease Cleaning, Kills 99.9% Of Viruses And Germs) 350.00 20 Bottles Disinfectant Spray (340g, Kills 99.9% Of Viruses And Bacteria) 600.00 50 Bottles All Purpose Cleaner, 1 Liter 400.00 20 Cans Air Freshener (320ml, Lavander Scent Spray, Eliminates Odors, Acts In Seconds, Quality Fragrance, Long Lasting Freshness) 350.00 20 Pieces Interfolded Paper Towel Tissue, 1 Ply, 175 Pulls 65.00 X-x-x-x Grand Total 58,000.00 Carlos Paul C. Pedracio Jessie B. Baggao Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-ppssd Spal. Guisad, Baguio City In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _____________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ____________________________________ Tax Identification Number (tin) Date Accomplished
Closing Date9 Jan 2025
Tender AmountPHP 58 K (USD 999)
Department Of Agrarian Reform - DAR Tender
Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Details: Description 10 Rolls Adhesive Tape (1") 10 Rolls Adhesive Tape (2") 30 Bot Alcohol , Isopropyl 500 Ml 8 Can Air Freshener For Car 12 Bottles Air Freshener Spray Type 100 Pcs Ballpen Mygel (black) 12 Pcs Ballpen Mygel (blueblack) 12 Pcs Ballpen Mygel (brown) 600 Pcs Ballpen Ordinary (black) 12 Pcs Ballpen Ordinary (red) 12 Packet Battery Energizer Aa 24 Packet Battery Energizer Aaa 130 Reams Bookpaper Legal, 70 Gsm 70 Reams Bookpaper A4, 70 Gsm 40 Reams Bookpaper Short 3 Reams Bookpaper A3 6 Pcs Broom 4 Unit Calculator, Casio Hl 122 2 Boxes Carbon Film 2 Boxes Chalk 10 Bottles Correction Fluid 50 Pcs Correction Tape 8m 6 Pcs Cutter/utility Knife For General Purpose 4 Pcs Dater Stamp 10 Pcs Dataman With Cover 20 Pcs Dataman Without Cover 12 Cans Disinfectant Spray 5 Packs Detergent Powder 1kg 36 Sachet Detergent Powder 6 Pcs Dust Pan 50 Can Dishwashing Paste Small 300 Pcs Envelope, (long Brown) 100 Pcs Envelope, (short Brown) 150 Pcs Envelope, Expanding With Tie, Long 50 Pcs Envelope, Expandingplastic With Handle Long(colored) 10 Rolls Electrical Tape 10 Set Extension Cord (3-gang, 5-meters) 20 Pcs Eraser, Plastic/rubber 40 Pcs Sliding Folder, A4 50 Pcs Sliding Folder, Legal 300 Pcs Folder, L-type, Legal (cream) 500 Pcs Folder Long White 200 Pcs Folder Long Yellow 200 Pcs Folder Long Brown 200 Pcs Folder Long Blue 200 Pcs Folder Long Red 10 Pcs Feather Duster 10 Pcs Flash Drive (8gb) 10 Pcs Flash Drive (16gb) 4 Pcs Flash Drive (32gb) 8 Bot Glass Cleaner 13 Jar Glue All Purpose 8 Cart Ink Cart, Epson (t6641) Black 6 Cart Ink Cart, Epson (t6642) Cyan 6 Cart Ink Cart, Epson (t6643) Magenta 6 Cart Ink Cart, Epson (t6644) Yellow 14 Cart Ink Cart, Brother (dt120) Black 12 Cart Ink Cart, Brother (dt120) Cyan 12 Cart Ink Cart, Brother (dt120) Magenta 12 Cart Ink Cart, Brother (dt120) Yellow 60 Cart Ink Cart, Hp 680, Black 40 Cart Ink Cart, Hp 680, Colored 8 Can Insecticide Spray 30 Pcs Led Bulb (15 W) 20 Bot Liquid Hand Soap (1000 Ml) 40 Pcs Manila Paper 20 Pcs Marker, Whiteboard, Black 6 Pcs Marker, Whiteboard, Blue 25 Rolls Masking Tape 24mm 5 Pcs Mechanical Pencil 10 Pcs Mouse Optical Usb Type 3 Pc Mouse Wireless, 10 Bottles Muriatic Acid (1l) 2 Sets Mop 10 Pad Sticky Note 1 Cm 10 Pad Notepad Stick On 2" X 3" 10 Pad Notepad Stick On 3" X 4" 10 Pad Notepad Stick On 3" X 3" 10 Pc Notebook Stenographer 2 Pcs Philippine National Flag 30 Boxes Paper Clip, Vinyl/plastic Coated, 50mm 20 Boxes Paper Clip, Vinyl/plastic Coated, 30mm 10 Rolls Packing Tape 48mm 20 Rolls Packing Tape Transparent 24mm 30 Box Paper Fastener Plastic 5 Pcs Pencil Sharpener, Manual 5 Boxes Pencil, Lead, With Eraser 5 Pcs Puncher, Paper, Heavy Duty 3 Bundles Rags 10 Pcs Record Book 150 Pages 15 Pcs Record Book 500 Pages 10 Pcs Ruler 10 Pad Pad Paper, Ruled 40 Pcs Sign Pen, Energel Black 12 Pcs Sign Pen, Energel Blue 12 Pcs Sign Pen, Red 50 Pcs Albatros 10 Pcs Stamp Pad, Felt 10 Pcs Stapler, Standard Type 10 Pcs Staple Remover 10 Box Staple Wire No.35 10 Box Staple Wire No.10 20 Pcs Stabilo Boss (assorted Color) 10 Pairs Scissors, Symmetrical 20 Packs Special Paper Long 10 Packs Special Paper Short 6 Rolls Strawlace 10 Rolls Tape Double-sided 7 Gallons Zonrox 60 Packs Tissue 2 Ply ( 6 Rolls/pack) 10 Bot Toilet Duck Cleaner 10 Packs Trashbag 940mmx1016mm 5 Pcs Wastecan (with Foot Pedal And Cover)
Closing Date9 Jan 2025
Tender AmountPHP 315.6 K (USD 5.4 K)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Combined Synopsis/solicitation 1333mk25q0040 Constitutes A Request For Quotation (rfq) And Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-02.the National Oceanic Atmospheric Administration (noaa), Office Of Marine & Aviation Operations (omao), Marine Operation Center Atlantic (moc-a) Is Requesting Servicing And The Installation Of A Bauer Scuba/scba Dive Compressor And Bank System.clin Description Quantity Unit Price Total Price.clin 0001 Provide Servicing And The Installation Of A Bauer Scuba/scba Dive Compressor And Bank System Per Attached Statement Of Work.period Of Performance:february 10, 2025 – March 31, 2025place Of Performance:marine Operations Center Atlantic439 West York Streetnorfolk, Va 23510additional Item Requirements (air): These Items Relate To Growth Work. The Rates Quoted Will Be Used Throughout The Life Of The Contract If Growth Work Is Added To The Scope Of The Contract [reference Commerce Acquisition Regulation (car Clause 1352.271-72]. If Airs Are Issued, These Items Will Be Awarded At The Quantities Needed Via A Contract Modification.clin 0002 Additional Work - Labor, Material And Travel**provide Breakdown, As Follows:airs/growth Hourly Labor Rate Regular Labor Rate__________________per Hourovertime Rate ____________________per Hourholiday/weekend Overtime Rate _________________per Hourairs/growth Material Markup/handling Fee________________% Markup***vendors Rates On Clin 0002 Will Also Be Evaluated As Part Of The Overall Price***the Government Will Award A Firm Fixed Price Contract Based On Best Value To The Government: 1. Authorized Dealer, Vendor Past Experience/past Performance, 2. Availability And 3. Price.*** Also, Clin 0002 Rates Will Be Evaluated As Best Overall Price. *** This Acquisition Is A 100% Small Business Set Aside Under The Naics Code 333912 Air And Gas Compressor Manufacturing (6 ) With The Size Standard Of 1,000 Employees And The Product Service Code Is J043.please Review The Attached Rfq 1333mk25q0040 And Provide The Following Information With Your Offer, Failure To Provide The Following Documentation May Be Excluded From Consideration.1. Please Provide Name, Address, Telephone Number, Unique Entity Id, Cage #, And Tax Id.2. Provide Page One Of Your Sam Registration; Ensure It Is Active Account. 3. Provide An Itemized/detail Breakdown Cost Of The Quote That Will Reflect The Entired Price Under This Rfq. (that May Include If Applicable The Following: Parts, Labor, Travel, Etc.).4. Provide A Copy Of The Liability Insurance (please Ensure Is Up To Date).5. Please Provide Your Availability Statement (how Soon Can You Start?).6. Include Statement Specifying The Extent Of The Agreement With All Terms, Conditions, And Provision Included In This Rfq.quotes That Rejects The Terms And Conditions Of This Rfq May Be Excluded From Consideration.7. Acknowledgement Of Solicitation Amendments (sf-30) If Any.8. Vendor Shall Be Either The Manufacturer, Distributor Or An Authorized Dealer, Service From The Actual Bauer Compressor, The Original Equipment Manufacture (oem).9. Vendor Shall Provide Proof Of The Above As An Attachment.10. Please Provide At Least Three Detail Jobs Performed Within The Past Three Years That Are The Same Or Similar In Scope In Regards With Bauer Scba/scuba Breathing Air Compressor, Servicing, Troubleshooting And/ Or Repairs. 11. Vendor Shall Provide A Point Of Contact That Includes Customer Name, Telephone Number, Emails, Contract Value And A Detail Description Of The Work Performed From The Above.all Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency And By February 05, 2025 At 5:00 P.m. Eastern Time (et). To Alexander.cancela@noaa.gov.the Government Does Not Accept Responsibility For Non-receipt Of Email. It Is The Contractor’s Responsibility To Request A Confirmation Of The Email Receipt. All Questions Must Be Submitted In Writing To Alexander.cancela@noaa.gov No Later Than By January 31, 2025 At 5:00 P.m. Et. Telephone Inquiries Will Not Be Honored. Site Visita Site Visit Is Strongly Encouraged. Quoters Are Strongly Encouraged To Inspect The Site Where Services And Installation Are To Be Performed And To Satisfy Themselves As To All General And Local Conditions That May Affect The Cost Of The Performance Of The Contract, To The Extent Such Information Is Reasonably Obtainable. In No Event Will A Failure To Inspect The Site Constitute Grounds For A Claim After Award Of The Contract. A Site Visit Can Be Schedule For Tuesday, January 28, 2025, From 9-11am Et. Or Thursday, January 30, 2025 From 2-4pm Et. To Schedule A Site Visit, Please Contact Mathew Chonka At Least 24 Hours Prior At 240-463-6939 And/or Matthew.chonka@noaa.gov.contractors Are Encouraged To Register With The Https:// Beta.sam.gov/vendor Notification Service As Well As The Interested Vendors List For This Acquisition (see Applicable Tab Within Https://beta.sam.gov/ Where This Synopsis/ Solicitation Is Posted). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Https://beta.sam.gov/.please See Attached Sf1449 1333mk25q0040 With Clauses And Provisions.
Closing Date5 Feb 2025
Tender AmountUSD 26.3 K
This is an estimated amount, exact amount may vary.
7411-7420 of 7673 archived Tenders