Car Tenders
Car Tenders
DEPT OF THE AIR FORCE USA Tender
Others
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
1. The Solicitation Number Is F1t0bw4292a001. This Solicitation Is A Request For Quotation (rfq).
2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01, Dated 12 November 2024.
3. This Rfq Is To Be Solicited As A Total Small Business Set. The Associated North American Industry Classification System (naics) Code 337214 With A Small Business Size Standard Of 1,100 Employees.
4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). The Contract Line Item Number (clin) Structure Is As Follows:
***reference Attachment 2 For Clin Structure
5. Description Of Requirement For The Items To Be Acquired:
***reference Attachment 1 Through 6 For Specifications, Descriptions, And Additional Information.
a. Delivery Date: 90 Days Aro
b. Place Of Delivery: Nellis Afb, Nv
c. Inspection And Acceptance: Fob Destination
6. Site Visit. Please Rsvp To Erin Lilly No Later Than Monday, 09 December 2024, At 1200 Pdt.
far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023)
requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Payment Terms, Discount Terms, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time.
site Visit. A Site Visit Will Be Held At Nellis Afb, Nv In Building 21 On Tuesday, 10 December 2024, At 1000 Pdt. Please Rsvp No Later Than Monday, 09 December 2024, At 1200 Pdt. Send An Rsvp Email Erin Lilly At Erin.lilly.1@us.af.mil And Agatha Morrison At Agatha.morrison@us.af.mil. Include Your Company Name, The Name Of The Individual(s) Attending, Company Phone Number, Phone Number Of The Individual(s) Attending. There May Only Be Two (2) Representatives Per Company. (note: Vendors Will Be Met At The Nellis Afb Main Gate At No Earlier Than 0915 Pdt. Vendor Are Required To Provide A Valid Driver’s License [this Must Be A Real Id Or Two (2) Forms Of Government Issued Identification, Proof Of Insurance And Car Registration].
questions And Answers. All Questions Must Be Submitted Via Email To Erin Lilly At Erin.lilly.1@us.af.mil. The Deadline For Submitting Questions Is Monday, 16 December 2024, At 1200 Pdt. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Monday, 06 January 2025, At 1600 Pdt.
quote Due Date. Quotes Are Due On Friday, 17 January 2025, At 1000 Pdt. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Erin Lilly At Erin.lilly.1@us.af.mil.
(end Of Provision)
far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021)
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated.
technical Acceptable/unacceptable Ratings---
acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments.
unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments.
(end Of Provision)
far 52.252-2 Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/
(end Of Clause)
provisions And Clauses Incorporated By Reference
far 52.204-7 System For Award Management (nov 2024)
far 52.204-13 System For Award Management Maintenance (oct 2018)
far 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
far 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023)
far 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024)
far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023)
far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (nov 2024)
far 52.219-1 - Small Business Program Representations (feb 2024)
far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016)
dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022)
dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023)
dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021)
dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023)
dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023)
dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023)
dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023)
dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024)
dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022)
dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022)
dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023)
dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023)
dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023)
dfars 252.232-7010 Levies On Contract Payments (dec 2006)
dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023)
dfars 252.247-7023 Transportation Of Supplies By Sea (oct 2024)
daffars 5352.201-9101 - Ombudsman (jul 2023)
daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024)
list Of Attachments
attachment 1 – Sow
attachment 2 – Item List Updated 23 Dec 24
attachment 3 – Specifications
attachment 4 – Bldg 21 Location
attachment 5 – Bldg 21 Drawings
attachment 6 – Bldg 21 Furniture Layout
Closing Date17 Jan 2025
Tender AmountRefer Documents
Department Of Environment And Natural Resources - DENR Tender
Publishing and Printing
Corrigendum : Tender Amount Updated
Philippines
Details: Description "1. The Department Of Environment And Natural Resources Region Iii, Through The Government Appropriation Act Intends To Apply The Sum Of Php 94,200.00 Being The Approved Budget For The Contract (abc) To Payments Under The “office Supplies’ For Which This Request For Quotation Is Issued. 2. The Department Of Environment And Natural Resources Herein After Referred To As “the Purchaser” Now Request You To Submit Price Quotation For The “office Supplies’ Of The Following:" Item No. Description Quantity Unit 1 Glue (elmers Small) 10 Pcs 2 Bond Paper (a4) 30 Reams 3 Bond Paper (legal) 30 Reams 4 Car File Box With Top Cover 30 Pcs 5 Laminating Machine Acetate A4 2 Packs 6 Record Book (300 Pages) 25 Pcs 7 Expanded Folder (green (long) 100 Pcs 8 Brown Envelop (long) 100 Pcs 9 Sticker Paper Matte (a4) 10 Packs 10 Sign Pen (energel 7.0 Black) 5 Boxes 11 Ballpen Pilot Retractable (black) 12pcs Per Box 5 Boxes 12 G-tech C5 Black 5 Boxes 13 G-tech C3 Black 5 Boxes 14 Stapler (max Hd-50/50r) 10 Pcs 15 Scotch Tape (1inch) 10 Pcs 16 White Board Marker 5 Boxes 17 Stick Note Pad (76x76mm) 3x3 In Assorted 10 Sets 18 Sign Here 10 Sets 19 Alcohol (500ml) 30 Bottles 20 Tissue (12 Roll Per Pack) 10 Packs 21 Correction Tape 3 Boxes 22 Scissors Heavy Duty 5 Pcs 23 Staple Wire (no. 35-5m) 10 Boxes 24 Mini Dater S-300 2 Pcs 25 Lysol 20 Bottles For Official Use Of Pambcs Staff. "3. A Set Of Technical Specifications For The Above Items Are Provided In Attachment 1. All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. 4. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 5. It Is The Intent Of The Purchaser To Evaluate The Bid/ Quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/ Quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchaser’s Technical Specifications. Or It Is The Intent Of The Purchaser To Evaluate The Bid/quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchasers’ Technical Specifications. 6. Quotations Must Be Delivered At The Address Above Within Seven (7) Days. 7. Your Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. 8. All Bids / Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “office Supplies”." "9. Bids/ Quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 10. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of The Notice To Proceed (ntp) Or The Purchase Order (po). The Supplier Should Inform The Purchaser (denr) At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Delivery Site: Department Of Environment And Natural Resources Region Iii, Diosdado Macapagal Regional Government Center Brgy. Maimpis, City Of San Fernando, Pampanga 12. The Applicable Rate For Late Deliveries Is One Tenth (1 / 10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. The Department Of Environment And Natural Resources Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser (denr) Reserves The Right To Waive Minor Deviations/ Defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionality Of The Equipment And The Capability Of The Supplier To Perform The Contract. 14. The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Technical Specifications C) Certificate Of Philgeps Registration" Laudemir S. Salac Rbac Chairman
Closing Date24 Feb 2025
Tender AmountPHP 94.2 K (USD 1.6 K)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Modification #1
the Purpose Of This Modification Is Add The Complete Solicitation With The Clauses. Reference Attached File "1a 1305m325q0041 Prism With Clauses."
******
construction Project – Parking Lot Sealcoat Treatment And Striping In Accordance With The Statement Of Work.
total Small Business Set-aside Per Far Part 13 Under The Simplified Acquisition Threshold (sat). Firm Fixed-price Contract Will Be Awarded Per The Trade-off Criteria In Car 1352.213-70. See The Attached Full Sf 18 Construction Clauses And Provisions With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. New Contract, No Incumbent.
bonding/loc Will Be Required Unless Your Quote Is Under $35k.
period Of Performance
work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement.
place Of Performance:
pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204
las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139
the General Decision (gd) Id20240091, Posted On 02/16/2024 And Nv20240058, Posted On 09/20/2024 Will Be Incorporated And May Be Viewed At Www.sam.gov
see The Attached Sf 18 Construction Template With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award.
the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.
construction Purchase Order Clauses
(fixed-price)
updated Through Fac 2025-02 (jan 2025)
far 36.204 Disclosure Of The Magnitude Of Construction Projects
the Magnitude Is Between $25,000 And $100,000.
utilization Of Fedconnect® For Contract Administration
the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.
(end)
car 1352.215-72 Inquiries (apr 2010)
offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Marilyn.herrera@noaa.gov. Questions Should Be Received No Later Than 4:00 P.m. On 01/17/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.
(end Of Clause)
far 52.236-27 Site Visit (construction) (feb 1995)
(a) The Clauses At 52.236-2, Differing Site Conditions, And 52.236-3, Site Investigations And Conditions Affecting The Work, Will Be Included In Any Contract Awarded As A Result Of This Solicitation. Accordingly, Offerors Or Quoters Are Urged And Expected To Inspect The Site Where The Work Will Be Performed.
(b) Site Visits May Be Arranged During Normal Duty Hours By Contacting:
name: Mike Kent
email: Mike.kent@noaa.gov
phone: 805-889-0645
(end Of Provision)
a Site Visit Is Highly Recommended But Not Required. Vendors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.
car 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (apr 2010)
the Government Intends To Award A Trade-off, Firm Fixed Price Purchase Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And Non-price Factors With Payment Terms Of Net 30.
the Evaluation Will Consider The Non-price Technical Solution (technical Approach, Capability, Experience And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factors, Price Becomes More Important.
the Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds.
the Government May Award To Other Than The Lowest-priced Vendor Or The Vendor With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability.
the Following Factors Are Listed In Order Of Importance And Will Be Used To Evaluate Quotations:
technical Approach And Capability.
the Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)
experience.
the Offeror's Background, Experience, And Qualifications (relevant Past Projects Performing Similar Services, Certifications Related To Current Requirement, Etc.) Will Be Assessed To Determine The Likelihood That The Offeror Can Successfully Perform The Contract Requirements. Offeror Must Have Knowledge And Experience With Parking Lot Sealcoat Treatment And Striping.
past Performance.
quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work.
the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.
the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.
offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance.
price.
the Quoted Prices Will Be Evaluated But Not Scored. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution.
period Of Performance: Work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement.
warranty In Writing For Parts And Labor.
(end Of Provision)
car 1352.213-71 Instructions For Submitting Quotations Under The Simplified Acquisition Threshold—non-commercial (apr 2010)
(a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code And Small Business Size Standard For This Acquisition Is 238990 And $19.0m.
(b) Submission Of Quotations. Submit Quotations To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. At A Minimum, Quotations Must Show–
(1) The Solicitation Number;
(2) The Name, Address, And Telephone Number Of The Offeror;
(3) Acknowledgment Of Solicitation Amendments;
(4) A Technical Description Showing That The Offeror Can Supply The Requirements In The Specifications Or Statement Of Work In Sufficient Detail To Allow The Government To Evaluate The Quotation In Accordance With The Evaluation Factors Stated In The Solicitation.
(5) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Reference Information (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information).
(6) Price And Any Supporting Details For The Price, As Requested In The Solicitation.
(c) Offerors Are Responsible For Submitting Quotations And Any Modifications Thereto, So As To Reach The Government Office Designated In The Solicitation By The Time Specified. The Offeror's Initial Quotation Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Accept Other Than The Lowest Quotation; And Waive Informalities And Minor Irregularities In Quotations Received.
(end Of Provision)
statement Of Work
parking Lot Sealcoat Treatment And Striping
background:
the National Weather Service (nws), Weather Forecast Office (wfo’s) In Pocatello, Id And Las Vegas, Nv Have Parking Lots That Have Not Been Resealed In 10-15 Years And Are In Severe Need Of Treatment. The Existing Surface Has Deteriorated With Large Cracks.
general Intention:
to Obtain The Services Of Crack Repair, Seal Coat And Re-striping Parking Stalls To Include One Handicap Stall With Handicap Symbol.
general Requirements:
the Contractor Shall Provide All Supervision, Labor, Tools, Materials And Equipment Necessary To Perform Work As Stated. All Work And Materials Supplied Shall Be In Accordance With These Instructions, Manufacturer’s Specification, All Applicable Federal, State, Local, Osha, Epa, Nec, Nfpa, Building And Facilities Codes And Criteria.
the Contractor Shall:
3.1. Provide, As Necessary, Sufficient Traffic Barricades While The Work Is In Progress To Restrict Access To The Work Area Until The Sealer Application And Re-striping Work Is Completed. Remove The Barricades Only After Notifying The Contracting Officer’s Representative (cor) That The Work Is Complete And Vehicle Access Is Authorized.
3.2. Contractor Shall Verify All Measurements Stated Below For Wfo Specifications.
Total Asphalt Area For Each Site Is Listed Below.
pocatello, Id - 14,350 Ft2
las Vegas, Nv - 14,500 Ft2
3.3. The Material Used Is Within Its Manufacturer Stated Shelf Life; Proof Of Shelf Life Shall Be Provided To The Cor.
3.4. Prior To Surface Cleaning, Clean Out All Cracks Using Compressed Air, And Seal All Cracks Between 1/8” To 2” In The Pavement Using An Approved Crack Sealant. The Crack Sealant Shall Be Compatible With The Surface Sealer Being Applied To The Asphalt Paved Areas Of This Project.
3.5. Repair Cracks That Are Larger Than 2” In Width By Saw Cutting. Remove 6” Of Old Material On Each Side Of The Crack (1 Foot In Total). Pack Removed Area With New Asphalt.
3.6. Before Applying The Sealer, All Foreign Material Shall Be Removed From The Surfaces To Be Treated Including Stall Striping Tape, Loose Material, Dirt, Clay, Oil And Grease Spots. Oil And Grease Spots Shall Be Cleaned And Spot Primed. After The Cleaning Operation And Prior To Application Of The Sealer, The Contractor Will Inspect The Area To Be Treated To Determine Its Ability To Receive The Sealer.
3.7. The Asphalt Sealer Shall Be Of A Type That Has Been Used Commercially In The Specified Areas For At Least The Past Three Years. The Sealer Shall Also Have A Proven Record Of Satisfactory Performance Based On The Ability Of The Material To Reduce The Rate Of Loss Of Fines And To Retard Crack Propagation Of The Pavement.
3.8. All Pavement Markings Which Existed Prior To The Application Of The Surface Sealer Shall Be Reestablished By The Contractor After The Manufacturer-recommended Curing Period. All Guidelines And Templates Shall Be Furnished By The Contractor. Finished Edges Of All Markings Shall Be Sharply Outlined. Paint Colors Shall Be Those As Specified By The American Association Of State Highway And Transportation Officials (aashto) For The Intended Use.
attachments
pocatello Wfo Drawing
las Vegas Wfo Drawing
submittal Requirements:
the Contractor Shall Provide Electronic Copy Of Each Required Submittal In Accordance With The Below Schedule:
deliverable
objective
due
deliver To
specification Sheets Describing In Detail The Marking Paint To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
specification Sheets Describing In Detail The Crack Sealing Material To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
specification Sheets Describing In Detail The Surface Sealing Material To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
work Schedule, With Start And Completion Dates
coordinate Scheduling With Nws
within 3 Days Of Awarded Contract, Or Before Work Begins
cor
designation Of On-site, Job-site Supervisor And Contact Information
provide A Primary Point Of Contact (poc) To Nws
contract Award
cor
1-year Warranty Documentation
warranty Parts And Labor
upon Acceptance Of Work
contracting Officer (co)
sds (safety Data Sheet)
list Any Hazardous Material That Will Be Used In Performance Of This Contract. Ref. Far 52.223-3 And Fed-std-313e
within 3 Days Of Awarded Contract, Or Before Work Begins, Whichever Occurs First
co/cor
location:
project Is To Be Completed On The Below Premises.
pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204
las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139
period Of Performance:
work Must Begin Within Ten (10) Business Days Of Award Of The Purchase Order; “work” Includes Ordering Materials Not Already In Stock And Necessary To Perform The Work. On Site Work Shall Be Completed Within Two Hundred And Forty (240) Calendar Days Of Receipt Of All Necessary Materials.
definitions:
where “as Shown”, “as Indicated”, “as Detailed”, Or Words Of Similar Import Are Used, It Shall Be Understood That Reference To The Drawings Accompanying This Specification Is Made Unless Stated Otherwise.
where “as Directed”, “as Required”, “as Permitted”, “approved”, “acceptance”, Or Words Of Similar Import Are Used, It Shall Be Understood That The Direction, Requirements, Permission, Approval, Or Acceptance Of The Co Is Intended Unless Stated Otherwise.
as Used Herein, “provided” Shall Be Understood To Mean “provided Complete In Place”, That Is “furnished And Installed”.
regular Working Hours:
regular Working Hours Are From 0700 To 1600 Monday Through Friday Except Federal Holidays And Other Days Specifically Designated By The Designated Representative. “regular Working Hours” Means Hours A Contractor Can Expect To Be Allowed To Perform Work On Site, Or Be Able To Contact The Office. Anything Outside Regular Working Hours Must Be Done By Permission Of The Cor.
observance Of Legal Holidays And Site Closure Information
the Contractor Shall Observe Any Federal Holidays If The Holiday Falls Within The Period Of Performance Of This Contract.
when Any Holiday Falls On A Saturday, The Preceding Friday Is Observed; When Any Holiday Falls On A Sunday, The Following Monday Is Observed. All Personnel Assigned To This Contract Shall Limit Their Observation Of Holidays To Those Set Forth Above.
in Each Instance, The Contractor Agrees To Continue To Provide Sufficient Personnel To Perform Requirements Of Any Critical Tasks Already In Operation Or Scheduled, And Shall Be Guided By The Instructions Issued By The Cor. In The Event Of A Site Dismissal Or Closure Due To Weather, Emergency Or Other Circumstances, The Contractor Is Instructed To Contact The Cor.
2025 Holiday Schedule
date
holiday
wednesday, January 01
new Year’s Day
monday, January 20
birthday Of Martin Luther King, Jr.
monday, January 20*
inauguration Day
monday, February 17**
washington’s Birthday
monday, May 26
memorial Day
thursday, June 19
juneteenth National Independence Day
friday, July 04
independence Day
monday, September 01
labor Day
monday, October 13
columbus Day
tuesday, November 11
veterans Day
thursday, November 27
thanksgiving Day
thursday, December 25
christmas Day
*this Holiday Is Designated As "inauguration Day" In Section 6103(c) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Federal Employees In The Washington, Dc, Area Are Entitled To A Holiday On The Day A President Is Inaugurated On January 20th For Each Fourth Year After 1965.
**this Holiday Is Designated As "washington's Birthday" In Section 6103(a) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Though Other Institutions Such As State And Local Governments And Private Businesses May Use Other Names, It Is Our Policy To Always Refer To Holidays By The Names Designated In The Law.
conduct Of Work
the Contractor Must Ensure Employees Are Physically Able To Accomplish The Work Specified Herein. All Such Employees Working On Government Premises Are Subject To All Applicable Federal Rules And Regulations With Regard To Entering And Leaving The Premises And Building(s). Any Contractor Employee Who Is Considered Incompetent, Careless, Insubordinate, Unsuitable, Or Otherwise Objectionable Or Whose Continued Employment Is Contrary To The Public Interest By The Government’s Designated Representative Will Be Promptly Removed From The Contract Work Upon Notification To The Contractor By The Contracting Officer That Such Conditions(s) Described Above Exist. Onlylegal Us Citizens And Immigrants Are Allowed To Work On Federal Government Construction Projects.
safety Requirements:
all Work Shall Be Conducted In A Safe Manner And Shall Comply With Station Regulations And Department Of Labor Standards. The Government Will Not Provide Safety Equipment To The Contractor. The Contractor’s Work Site May Be Inspected During Performance Of The Contract For Osha And Station Safety Violations. It Will Be The Contractor’s Responsibility To Rectify Any Violations Immediately.
the Contractor Shall Report Any Accidents That Occur During The Performance Of The Contract To The Co Or A Designated Representative, Within 24-hours Of An Occurrence.
provide And Maintain Fire Extinguishers In Construction Areas. Flammable And Combustible Liquids: Store, Dispense And Use Liquids In Accordance With 29 Cfr 1926, Nfpa 241 And Nfpa 30.
security Requirements:
all Personnel Performing Work Under This Contract Shall Be Legal Citizens Or Legal Immigrants Of The United States.
identification Of Contractor Vehicles:
each Contractor Provided Vehicle Shall Show The Contractor’s Name That Is Clearly Visible And Let The Administrative Assistant At The Front Desk Know What Vehicle Belongs To You As The Contractor. Display A Valid State License Plate And Safety Inspection Sticker, If Applicable. Contractor Vehicles Operated On Government Property Shall Be Maintained In Good Repair.
station Regulations:
the Contractor And His Employees Shall Become Acquainted With And Obey All Government Regulations As Posted, Or As Requested By The Cor.
government-furnished Equipment, Utilities, And Facilities:
a Designated Representative Will, Upon Request, Designate Specific Areas Adjacent To The Building And Within The Existing Parking Lot, Specific Areas For The Delivery And Lay-down Of Materials And Equipment To Be Used By The Contractor Specific To This Work. Utilities, Such As Electricity Specific To This Work Will Be Supplied By The Government.
cleanup:
the Premises Shall Be Kept Free At All Times From Accumulation Of Waste And/or Rubbish Resulting From The Work. Upon Completion Of The Work, All Debris, Tools And Surplus Materials Shall Be Removed And The Entire Area Shall Be Left In A Neat And Clean Condition. All Debris, Trash, Waste And Surplus Material Shall Be Properly Disposed Of Off-site.
points Of Contact:
to Be Provided At Time Of Award.
invoicing:
upon Completion And Acceptance Of The Work, The Invoice Shall Be Submitted Via The Invoice Processing Platform (ipp). The Nws Designated Representative To Certify For Payment Is To Be Provided At Time Of Award.
construction Order Certifications And Other Statements Of Offerors
(fixed-price)
***note: Offeror Must Complete And Return This Section With Quote.***
order/contract Number: 1305m325q0041
name Of Offeror: ____________________________________
asbestos-containing Materials Certification
the Offeror Hereby Certifies That No Asbestos-containing Materials, Products Or Supplies Will Be Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Proposed Contract. The Offeror Also Certifies, That If Awarded The Contract, They Will Be Responsible For The Cost Of Removal Of All Asbestos-containing Materials, Products Or Supplies Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Contract, And The Cost For Remediation Of Any Hazard Created.
offeror Name: ________________________________________
certifying Official (vendor Signs)
signature:
printed Name:
title:
date:
authorized Negotiator(s)
the Offeror Or Respondent Represents That The Following Persons Are Authorized To Negotiate On Its Behalf With The Government In Connection With This Request For Offer:
name
title
telephone Number
Closing Date21 Jan 2025
Tender AmountRefer Documents
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
Department Of Education Division Of Apayao Tender
Education And Training Services
Philippines
Details: Description Invitation To Bid Procurement Of Robotics Materials For The Implementation Of Strengthened Science, Technology, Engineering & Mathematics (stem) Instruction At Apayao Science High School 1. The Schools Division Office Of Apayao, Through The Fy 2025 Trust Fund Intends To Apply The Sum Of Five Hundred Thousand Pesos Only (php 500,000.00) Being The Abc To Payments Under The Contract For Procurement Of Robotics Materials For The Implementation Of Strengthened Science, Technology, Engineering & Mathematics (stem) Instruction At Apayao Science High School. 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 20 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 December 26, 2024-january 15, 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 Hundred Pesos Only (php500.00). 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 3, 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 January 15, 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 January 15, 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 Joy D. Saleng Bac Vice Chairperson
Closing Date15 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)
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
Province Of Cavite Tender
Chemical Products
Philippines
Details: Description 56 Can Air Freshener California Scents Organic Can * Unit Cost: 280.00 86 Bot Air Freshener Glade 320ml Spray * Unit Cost: 255.00 6 Can Air Freshener Shaldan Can * Unit Cost: 348.00 8 Bar Alcohol 1gal Isopropyl 70% Unit Cost: 638.00 152 Bot Alcohol 250ml Ethyl 70% Unit Cost: 62.00 130 Bot Alcohol Green Cross 250ml Isopropyl 70%* Unit Cost: 58.00 2 Bot All-purpose Cleaner Domex 500ml* Unit Cost: 118.00 8 Bot All-purpose Cleaner Mr. Muscle 500ml * Unit Cost: 94.00 24 Bar Bath Soap Safeguard 85g * Unit Cost: 43.00 43 Bot Bleach Zonrox 1l * Unit Cost: 49.00 38 Bot Bleach Zonrox 1l For Colored Fabric* Unit Cost: 84.00 2 Pc Bowl Brush & Cuddy Regular * Unit Cost: 92.00 1 Pc Broom Plastic Unit Cost: 45.00 2 Pc Broom Plastic Ceiling Unit Cost: 186.00 18 Pc Broom Soft Unit Cost: 197.00 2 Pc Broom Stick Unit Cost: 43.00 2 Pc Brush Plastic Ordinary Unit Cost: 44.00 32 Pc Cleanser Zim 350g * Unit Cost: 58.00 4 Bot Clogged-off Liquid Sosa 500ml * Unit Cost: 128.00 84 Pc Deodorant Cake Albatross 50g * Unit Cost: 39.00 6 Bar Detergent Bar Tide 475g * Unit Cost: 45.00 4 Pack Detergent Powder Champion 2kg * Unit Cost: 223.00 8 Pack Detergent Powder Tide 475g. * Unit Cost: 45.00 22 Pack Detergent Powder Tide 650g* Unit Cost: 139.00 132 Bot Dishwashing Liquid Joy 250ml * Unit Cost: 95.00 8 Can Dishwashing Paste Axion 350g * Unit Cost: 77.00 152 Bot Disinfectant Spray Lysol 170ml * Unit Cost: 273.00 63 Pc Doormat 13" X 22" Cloth Unit Cost: 70.00 1 Pc Doormat 20" X 30" Rubberized (welcome) Unit Cost: 126.00 4 Pc Dustpan Big Plastic Unit Cost: 86.00 14 Pack Fabric Conditioner Downy Passion 6's 25ml * Unit Cost: 51.00 4 Pack Fabric Conditioner Downy Passion 690ml. * Unit Cost: 184.00 227 Box Facial Tissue Kleenex 190 Pulls 2ply * Unit Cost: 129.00 80 Can Furniture Cleaner Pledge 330ml Lemon * Unit Cost: 428.00 34 Bot Glass Cleaner Zim 500ml W/ Trigger * Unit Cost: 208.00 2 Pair Gloves Rubber Scotch Brite Yellow Medium * Unit Cost: 188.00 8 Pc Hand Sanitizer Hygienix 100ml * Unit Cost: 141.00 92 Bot Insect Spray Baygon 500ml* Unit Cost: 301.00 65 Bot Liquid Hand Soap Watson 500ml * Unit Cost: 98.00 1 Pc Mop Refill Wonder Mop * Unit Cost: 116.00 2 Bot Muriatic Acid 500ml Unit Cost: 72.00 2 Pc Nail Cutter Big Heavy Duty Unit Cost: 46.00 3 Pc Plate Round 10" Big Plastic Unit Cost: 23.00 2 Pc Push Brush W/ Long Handle Unit Cost: 186.00 204 Set Rags 10's Round Cotton Unit Cost: 25.00 140 Pc Sack (new) Unit Cost: 17.00 28 Pc Scouring Pad Scotch Brite Regular* Unit Cost: 40.00 15 Pack Scrub Sponge Cleaning Pad 3's (medium) Zim* Unit Cost: 90.00 4 Bar Sulfur Soap 135g Unit Cost: 64.00 6 Pc Super Absorbent Car Wipe 3m * Unit Cost: 406.00 12 Bot Toilet Bowl Cleaner Toilet Duck 750ml Unit Cost: 180.00 953 Roll Toilet Tissue Joy 98mm X 100m 2ply * Unit Cost: 14.00 99 Pack Waste Bag 10's Large 13x13x32 Biodegradable Unit Cost: 70.00 63 Pack Waste Bag 10's X-large 15x15x37 Biodegradable Unit Cost: 107.00 32 Pack Waste Bag 10's Extra Large 18.5x18.5x40 Unit Cost: 148.00 *or Its Equivalent Terms Of Delivery: Delivery Of 50% Of The Items Is Required Within Thirty (30) Calendar Days Upon Receipt Of The Notice To Proceed, And Full Delivery Of Remaining Items Shall Be On July 7, 2025.
Closing Date28 Feb 2025
Tender AmountPHP 298.1 K (USD 5.1 K)
Department Of Education Division Of Apayao Tender
Others
Philippines
Details: Description 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 December 19, 2024-january 8, 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 December 27, 2024 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 January 8, 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 January 8, 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 Date8 Jan 2025
Tender AmountPHP 1.1 Million (USD 19.4 K)
Ministry Of The Interior And Local Government - MILG Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid Ib No. Pb-tdif-goods- 2024-12-005 Series Of 2024 Supply And Delivery Of Various Motor Vehicles The Ministry Of The Interior And Local Government - Bangsamoro Autonomous Region In Muslim Mindanao (milg-barmm), Through The Transitional Development Impact Fund 2024 (tdif 2024), Intends To Apply The Sum Of Nineteen Million Two Hundred Thousand Pesos (php 19,200,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Various Motor Vehicles, Distributed Into The Following Lots: Lot No. 1 Project Name Cd Approved Budget Contract Cost Of Bid Documents Item 1 Supply And Delivery Of One (1) Unit 4x4 Pick-up Truck 120 Php 2,500,000.00 Php 10,000.00 Item 2 Supply And Delivery Of One (1) Unit 4x4 Pick-up Truck 120 Php 2,200,000.00 Item 3 Supply And Delivery Of One (1) Unit Passenger Van 120 Php 2,500,000.00 Lot No. 2 Project Name Cd Approved Budget Contract Cost Of Bid Documents Item 1 Supply And Delivery Of Two (2) Units Police Patrol Car 120 Php 6,000,000.00 Php 10,000.00 Lot No. 3 Project Name Cd Approved Budget Contract Cost Of Bid Documents Item 1 Supply And Delivery Of One (1) Unit Ambulance (acls Type 1) 120 Php 6,000,000.00 Php 10,000.00 Award Of Contract Shall Be Made On A Per Lot Basis. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Ministry Of The Interior And Local Government Now Invites Bidders For The Supply And Delivery Of Various Motor Vehicles, And Which Are Required To Complete Within One Hundred Twenty (120) Calendar Days From Receipt Of The Notice To Proceed. Bidders Should Have Completed Within Three (3) Years From The Date Of Submission And Receipt Of Bids For, A Contract Similar To These Projects. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders May Participate For Any One Or More Lots (lot 1). 2. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 3. Interested Bidders May Obtain Further Information From Ministry Of The Interior And Local Government And Inspect The Bidding Documents At The Address Given Below During Office Hours From 9:00 Am To 4:00 Pm (monday To Friday Excluding Holidays). 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 - January 8, 2025, From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Ministry Of The Interior And Local Government Will Hold A Pre-bid Conference On 18 December 2024 At 9:00 Am. At The Oms Conference Room, 2nd Floor Milg Barmm Building, Bangsamoro Government Center, Rosary Heights Vii, Cotabato City Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Sbac Secretariat At The Address Below On Or Before January 9, 2025, At 9:59 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14.1. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Bid Opening Shall Be On January 9, 2025, At 10:00 A.m. At The Ias Conference Room, 2nd Floor Milg Barmm Building, Bangsamoro Government Center, Rosary Heights Vii, Cotabato City. Late Bids Shall Not Be Accepted. 7. The Ministry Of The Interior And Local Government 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. 8. For Further Information, Please Refer To: Bai Saada Maiqha Ma’arnissa U. Candao Sbac Secretariat Ministry Of The Interior And Local Government Bangsamoro Government Center, Rosary Heights Vii, Cotabato City Milg.bangsamoro.gov.ph Engr. Khalid S. Dumagay, Cese Chairperson Special Bids And Awards Committee
Closing Date8 Jan 2025
Tender AmountPHP 19.2 Million (USD 330.8 K)
Ministry Of The Interior And Local Government - MILG Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid Itb No. Milg-0125-001 Series Of 2025 Supply And Delivery Of Various Motor Vehicle, The Ministry Of The Interior And Local Government - Bangsamoro Autonomous Region In Muslim Mindanao (milg-barmm), Through The Supplemental Transitional Development Impact Fund 2024 (tdif 2024), Intends To Apply The Sum Of Eighty-five Million Eight Hundred Fifty-two Thousand Pesos (php 85,852,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Supply And Delivery Of Various Motor Vehicles Distributed Into The Following Lots: Lot No. 1 Project Name Cd Approved Budget Contract Cost Of Bid Documents Item 1 Supply And Delivery Of Two (2) Units Passenger Van 120 Php 4,950,000.00 Php 5,000.00 Item 2 Supply And Delivery Of Eight (8) Units 4x4 Pick-up Truck 120 Php 19,800,000.00 Php 25,000.00 Item 3 Supply And Delivery Of Seven (7) Units Sport Utility Vehicle 120 Php 18,711,000.00 Php 25,000.00 Item 4 Supply And Delivery Of Two (2) Units 4x4 Pick-up Truck And Two (2) Units Passenger Van 120 Php 9,900,000.00 Php 10,000.00 Item 5 Supply And Delivery Of Four (4) Units Police Patrol Car (ambush Type) 120 Php 11,880,000.00 Php 25,000.00 Item 6 Supply And Delivery Of Two (2) Units Ambulance 120 Php 11,880,000.00 Php 25,000.00 Item 7 Supply And Delivery Of Nine (9) Units Airboat 120 Php 8,731,000.00 Php 10,000.00 Award Of Contract Shall Be Made On A Per Lot Basis. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Ministry Of The Interior And Local Government Now Invites Bidders For The Supply And Delivery Of Various Motor Vehicles And Which Are Required To Complete Within One Hundred Twenty (120) Calendar Days From Receipt Of The Notice To Proceed. Bidders Should Have Completed Within Three (3) Years From The Date Of Submission And Receipt Of Bids For, A Contract Similar To These Projects. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders May Participate For Any One Or More Lots (lot 1 To Lot 4). 2. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 3. Interested Bidders May Obtain Further Information From The Ministry Of The Interior And Local Government And Inspect The Bidding Documents At The Address Given Below During Office Hours From 9:00 Am To 4:00 Pm (monday To Friday Excluding Holidays). 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 - February 17, 2025, At 8:59 Am. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Ministry Of The Interior And Local Government Will Hold A Pre-bid Conference On February 04, 2025, At 10:00 Am. At The Conference Room, Ground Floor Barmm Readi Building, Bangsamoro Government Center, Rosary Heights Vii, Cotabato City Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 17, 2025, At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14.1. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Bid Opening Shall Be On February 17, 2025, At 10:00 A.m. At The Conference Room, Ground Floor Barmm Readi Building, Bangsamoro Government Center, Rosary Heights Vii, Cotabato City. Late Bids Shall Not Be Accepted. 7. The Ministry Of The Interior And Local Government 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. 8. For Further Information, Please Refer To: Atty. Datu Hamad M. Abas Head, Bac Secretariat Ministry Of The Interior And Local Government Bangsamoro Government Center, Rosary Heights Vii, Cotabato City Mlg.bangsamoro.gov.ph Fausiah R. Abdula Chairperson Bids And Awards Committee
Closing Date17 Feb 2025
Tender AmountPHP 85.8 Million (USD 1.4 Million)
7641-7650 of 7911 archived Tenders