Cars Tenders

Cars Tenders

DEPT OF THE AIR FORCE USA Tender

United States
Closing Date24 Feb 2025
Tender AmountRefer Documents 
Details: Update: 04/27/2020 - Aoi #2 And #3 Have Been Added To This Notice. Please Reference Attachments For Information.  update: 2/25/2020  An Aoi Has Been Added To This Notice. Please Reference Attachments For Information.  section 1 – Introduction under The Authority Of 10 U.s.c. 2371b The Agility Prime Office Is Pursuing Prototype Projects From Nontraditional And Traditional Defense Contractors. These Projects Will Help The Government Assess The Transformative Vertical Flight Market And Vertical Takeoff And Landing (vtol) Technologies. This Effort Seeks To Establish A Collaborative Strategy With Industry And Investors That Accelerates Fielding Of The Most Promising Technologies For Savings And Utility To The Government, As Well As Potential Commercial Market Success. As These Systems Mature Toward Certified Commercial Operations, The Government Will Identify Opportunities For Early Adoption, With The Potential For Procurement And Fielding In The Next Three Years. the Core Technologies Of Interest Include Emerging Electric Vtol (evtol) And Urban/advanced Air Mobility (uam/aam) Aircraft, Although Alternatives Will Be Considered. These Aircraft May Incorporate Non-traditional Electric Or Hybrid Propulsion For Manned Or Optionally Manned Missions, With Onboard Pilot, Remote Pilot, Or Autonomous Control. Based On Emerging Commercial Trends, These Transformational Commercial Vehicles Are Typically Characterized By Employment Of Distributed Propulsion For Vertical Flight And Potential Use Of A Wing For Horizontal Flight, Along With Augmented Flight Control Systems, And High Levels Of Automation Or Autonomy. Besides Aircraft, This Effort Will Consider Similar Support To Enabling Technologies. during This Opening, The Government Intends To Test The Hypothesis That, Compared To Other Ground And Air Vehicles, These Aircraft Could Revolutionize Mobility Given: 1) Lower Maintenance Cost And Time, Through Mechanical Simplicity; 2) Improved Safety And Declining Personnel Demands, Using Autonomy; 3) Affordable Quantity, Based On Potential Mass Production; 4) Improved Acoustics, Employing Distributed Propulsion; And 5) Greater Flexibility And Reduced Infrastructure Needs, With Runway Independence. To Mitigate Risk, This Hypothesis Will Initially Be Tested Outside Of The Urban Environment In Scenarios That Could Potentially Open A Broad Public-use Market For Early Government Adoption Prior To Civil Certification In A Way That Accelerates Uam. Modularity Similar To A Satellite Bus Or Universal Serial Bus (usb) Could Enable Vast Use Cases. These Vehicles, Referred To As Orbs, Are Not Drones, Cars, Helicopters, Trucks, Airplanes, Motorcycles, Or Suvs, But Might Support Similar Missions. Given Their Flexibility, An Orb Could Act As An Organic Resupply Bus For Disaster Relief Teams, An Operational Readiness Bus For Improved Aircraft Availability, And An Open Requirements Bus For A Growing Diversity Of Missions. Orbs Could Enable Distributed Logistics, Sustainment, And Maneuver, With Particular Utility In Medical Evacuation, Firefighting, Civil And Military Disaster Relief, Installation And Border Security, Search And Rescue, And Humanitarian Operations. this Effort Expands On What Has Thus Far Been A Fruitful But Ad Hoc Engagement With Industry In This Sector Through The Following Path: 1) Requesting Details Regarding Planned Commercial Technologies And Markets; 2) Identifying Technologies That Are Likely To Result In Successful Prototypes; 3) Creating Opportunities For Collaborative Test Planning With The Potential Of Offering Test Assets And Expertise; 4) Leveraging This Campaign For Near-term Government Airworthiness Authorization As Well As Procurement Of Hardware, Software, Data, Or Services. The Intent Is To Accelerate Certification, While Also Assessing The Value Of Early Adoption And Fielding. Near-term Government Use-cases Could Occur Prior To Civil Certification And Might Provide Revenue And Data To Help Accelerate Even Broader Adoption And Technology Development. other Transaction For Prototype (otp) the United States Government (usg) May Choose To Award One Or More Otps As A Result Of This Opening, Depending On Evaluations And Funds Availability. In Such Cases, An Other Transaction For Prototype (otp) Agreement, In Accordance With 10 U.s Code 2371b, Will Then Be Negotiated For Prototype Project Delivery, Based On The Selected Solution Brief(s). If The Parties Intend, Upon Successful Completion Of The Prototype Project, To Enter Into A Follow-on Production Agreement Without Further Competition Using 2371b Authority, All Such Follow-on Production Agreement Terms Must Be Negotiated Prior To Execution Of, And Included Within, The Original Otp. Alternatively, Upon Successful Completion Of A Prototype Project Under The Original Otp, The Government And Successful Submitter May Subsequently Solicit And Negotiate Follow-on Far Based Contracts, Or Merely Negotiate Such Contracts, If Sufficient Justification Exists For Sole Sourcing. Follow-on Production Agreements May Include, But Are Not Limited To, Further Prototyping, In-kind Testing, Production, And Fielding As Launch Customer. the Otp Must Satisfy At Least One Of The Following Conditions: there Is At Least One Nontraditional Defense Contractor Or Nonprofit Research Institution Participating To A Significant Extent In The Prototype Project. all Significant Participants In The Transaction Other Than The Federal Government Are Small Businesses (including Small Businesses Participating In A Program Described Under Section 9 Of The Small Business Act (15 U.s.c. 638)) Or Nontraditional Defense Contractors. at Least One Third Of The Total Cost Of The Prototype Project Is To Be Paid Out Of Funds Provided By Sources Other Than Other Than The Federal Government. the Senior Procurement Executive For The Agency Determines In Writing That Exceptional Circumstances Justify The Use Of A Transaction That Provides For Innovative Business Arrangements Or Structures That Would Not Be Feasible Or Appropriate Under A Contract, Or Would Provide An Opportunity To Expand The Defense Supply Base In A Manner That Would Not Be Practical Or Feasible Under A Contract. opening Procedure And Participation this Opening Is A Competitive Solicitation, Continuously Open Until February 24 2025, Which Provides The Authority And Background For A Series Of Future Areas Of Interest (aois—see Definition In Section 2 Below) Requesting Solution Briefs And Proposals For New Solutions Or Potential New Capabilities That Fulfill Objectives, Close Capability Gaps, Or Provide Potential Technological Advancements In The Area Of Transformative Vertical Flight. The Government Reserves The Right To Award Other Transactions For Prototype (otp) Under The Authority Of 10 U.s.c. 2371b As A Result Of This Opening, If Deemed Appropriate, Based On Information Learned About This Field In The Course Of This Offering, Funds Availability, And In Accordance With The Procedures Herein, But The Government Is Not Required To Make Any Award, Unless The Government, In Its Sole Discretion, Deems Such Award Appropriate. “prototypes” Under This Legal Authority May Include Not Only Commercially Available Technologies Fueled By Commercial Or Strategic Investment That Result In Novel Applications For Defense Purposes, But Also, Among Other Things, Prototype Demonstrations, Agile Development Activities That Can Incrementally Improve Commercial Technologies That Then Become Available As Novel Defense Applications, Combinations Of These With Existing Government-owned Capabilities, Or Common Practices Newly Applied For Broad Defense Application(s). The Specific Level Of Support For Each Problem Statement Will Be Enumerated In The Aoi When Published. Please Note: This Opening Is Not Itself A Request For Solution Briefs Or Proposals. Aois Will Be Released In One Or More Separate Documents. otps Entered Into As A Result Of This Opening Shall Be Firm Fixed Price. besides Aircraft, These Aois Could Include But Would Not Be Limited To: Autonomy; Advanced Aircraft Materials And Manufacturing; Novel Acoustics Techniques; Subsystem, Aircraft, And Portfolio Design Tools; Rapid Mission Planning For Dense Air Environments And Logistics Efficiencies; Command And Control Of Air Vehicles; Robotic Landing Gear; Large Flotation Devices; Modular Payload Designs; Air Vehicle Data Networks And Rf Waveforms; Sense And Avoid Architectures, Algorithms, And Sensors; Electrical Power Storage, Generation, Charging; Alternative Onboard And Ground-based Electrical Power Generation; Distributed Electric Propulsion Control Techniques. this Opening Outlines The Processes And Procedures Whereby Solicit Solution Briefs May Be Submitted In Response To Aois. Aois Are Focused Topic Categories That Will Be Published Separately And Posted To Https://beta.sam.gov. All Solution Briefs Submitted In Response To An Aoi Will Be Considered To Be Made In Response To And Governed By This Opening. The Opening Outlines The Procedures To Submit A Response To An Aoi To Ensure A Competitive Process That Consists Of Three-phases: phase 1 Solution Briefs: Shall Be Submitted As Specified In Section 3.2 Of This Opening. phase 2 Company Engagement: Submitters With Solution Briefs That Satisfy The Aoi Will Be Evaluated And If Found To Be Of Merit May Be Invited To An Engagement Session, Subject To Availability Of Government Funds, Following The Instructions Provided In Section 3.3 Of This Opening, Or Schedule An Engagement With The Government To Provide Further Details On The Aoi. phase 3 Request For Prototype Proposal (rpp): Those Submitters Whose Solution Brief And/or Site Visit Is Found To Satisfy The Aoi, May, Subject To Availability Of Government Funds, Be Invited To Submit A Full Written Proposal Following The Instructions Provided In Section 3.4 Of This Opening For Potential Award Of An Otp For A Prototype Project (see Definition Below). the Government May Publish Aois At Any Time. Interested Submitters Should Check Https://beta.sam.gov For New Aoi Postings Under This Announcement. full Announcement Details On This Ico Are Located In The Attachments Section.   

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
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.

Ministry Of The Interior And Local Government - MILG Tender

Automobiles and Auto Parts
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 19.2 Million (USD 330.8 K)
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

Department Of Education Division Of Apayao Tender

Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 1.1 Million (USD 19.4 K)
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

Department Of Education Division Of Apayao Tender

Textile, Apparel and Footwear
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 1.5 Million (USD 27.3 K)
Details: Description Invitation To Bid Supply, Delivery, And Printing Of Sports Uniforms For The Participation Of Sdo Apayao In The 2025 Caraa Meet 1. The Schools Division Office Of Apayao, Through The Fy 2025 Trust Fund Intends To Apply The Sum Of One Million Five Hundred Eighty-four Thousand Seven Hundred Fifty Pesos Only (php 1,584,750.00) Being The Abc To Payments Under The Contract For Supply, Delivery, And Printing Of Sports Uniforms For The Participation Of Sdo Apayao In The 2025 Caraa Meet. 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 7 Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Schools Division Office Of Apayao And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m. To 5:00 P.m. Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 18-february 7, 2025, From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php5,000.00). Purchase Of Bidding Documents May Be Done In Person Or Through Online Banking Through The Sdo Trust Fund Account No. 2252-1012-79. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees That Will Be Presented In Person, Or Through Email At Sdobacapayao2024@gmail.com. Under Sections 6316 And 6817 Of Presidential Decree No. 1445, The Acknowledgment Of Such Payment As Government Funds Should Be Made Through The Issuance Of An Official Receipt. Therefore, Prospective Bidders Are Advised To Present The Official Receipt As Proof Of Payment; Otherwise Bid Envelopes Shall Not Be Accepted. 6. The Schools Division Office Of Apayao Will Hold A Pre-bid Conference On January 29, 2025 At 9:30 A.m. At The Schools Division Office Conference Hall, Capagaypayan, Luna, Apayao And/or Meeting Id: 886 1288 5790, Passcode: 3qen8p, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before 9:00 A.m. Of February 10, 2025. Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelopes Shall Also Be Rejected. Jerry B. Sario, Jr. Bac Chairperson Deped Car Sdo Apayao Capagaypayan, Luna, Apayao 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 10, 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: 886 1288 5790, Passcode: 3qen8p,. 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

Ministry Of The Interior And Local Government - MILG Tender

Automobiles and Auto Parts
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 85.8 Million (USD 1.4 Million)
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

Province Of Cavite Tender

Chemical Products
Philippines
Closing Date28 Feb 2025
Tender AmountPHP 298.1 K (USD 5.1 K)
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.

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Closing Date5 Feb 2025
Tender AmountUSD 26.3 K 
This is an estimated amount, exact amount may vary.
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Combined Synopsis/solicitation 1333mk25q0040 Constitutes A Request For Quotation (rfq) And Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-02.the National Oceanic Atmospheric Administration (noaa), Office Of Marine & Aviation Operations (omao), Marine Operation Center Atlantic (moc-a) Is Requesting Servicing And The Installation Of A Bauer Scuba/scba Dive Compressor And Bank System.clin Description Quantity Unit Price Total Price.clin 0001 Provide Servicing And The Installation Of A Bauer Scuba/scba Dive Compressor And Bank System Per Attached Statement Of Work.period Of Performance:february 10, 2025 – March 31, 2025place Of Performance:marine Operations Center Atlantic439 West York Streetnorfolk, Va 23510additional Item Requirements (air): These Items Relate To Growth Work. The Rates Quoted Will Be Used Throughout The Life Of The Contract If Growth Work Is Added To The Scope Of The Contract [reference Commerce Acquisition Regulation (car Clause 1352.271-72]. If Airs Are Issued, These Items Will Be Awarded At The Quantities Needed Via A Contract Modification.clin 0002 Additional Work - Labor, Material And Travel**provide Breakdown, As Follows:airs/growth Hourly Labor Rate Regular Labor Rate__________________per Hourovertime Rate ____________________per Hourholiday/weekend Overtime Rate _________________per Hourairs/growth Material Markup/handling Fee________________% Markup***vendors Rates On Clin 0002 Will Also Be Evaluated As Part Of The Overall Price***the Government Will Award A Firm Fixed Price Contract Based On Best Value To The Government: 1. Authorized Dealer, Vendor Past Experience/past Performance, 2. Availability And 3. Price.*** Also, Clin 0002 Rates Will Be Evaluated As Best Overall Price. *** This Acquisition Is A 100% Small Business Set Aside Under The Naics Code 333912 Air And Gas Compressor Manufacturing (6 ) With The Size Standard Of 1,000 Employees And The Product Service Code Is J043.please Review The Attached Rfq 1333mk25q0040 And Provide The Following Information With Your Offer, Failure To Provide The Following Documentation May Be Excluded From Consideration.1. Please Provide Name, Address, Telephone Number, Unique Entity Id, Cage #, And Tax Id.2. Provide Page One Of Your Sam Registration; Ensure It Is Active Account. 3. Provide An Itemized/detail Breakdown Cost Of The Quote That Will Reflect The Entired Price Under This Rfq. (that May Include If Applicable The Following: Parts, Labor, Travel, Etc.).4. Provide A Copy Of The Liability Insurance (please Ensure Is Up To Date).5. Please Provide Your Availability Statement (how Soon Can You Start?).6. Include Statement Specifying The Extent Of The Agreement With All Terms, Conditions, And Provision Included In This Rfq.quotes That Rejects The Terms And Conditions Of This Rfq May Be Excluded From Consideration.7. Acknowledgement Of Solicitation Amendments (sf-30) If Any.8. Vendor Shall Be Either The Manufacturer, Distributor Or An Authorized Dealer, Service From The Actual Bauer Compressor, The Original Equipment Manufacture (oem).9. Vendor Shall Provide Proof Of The Above As An Attachment.10. Please Provide At Least Three Detail Jobs Performed Within The Past Three Years That Are The Same Or Similar In Scope In Regards With Bauer Scba/scuba Breathing Air Compressor, Servicing, Troubleshooting And/ Or Repairs. 11. Vendor Shall Provide A Point Of Contact That Includes Customer Name, Telephone Number, Emails, Contract Value And A Detail Description Of The Work Performed From The Above.all Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency And By February 05, 2025 At 5:00 P.m. Eastern Time (et). To Alexander.cancela@noaa.gov.the Government Does Not Accept Responsibility For Non-receipt Of Email. It Is The Contractor’s Responsibility To Request A Confirmation Of The Email Receipt. All Questions Must Be Submitted In Writing To Alexander.cancela@noaa.gov No Later Than By January 31, 2025 At 5:00 P.m. Et. Telephone Inquiries Will Not Be Honored. Site Visita Site Visit Is Strongly Encouraged. Quoters Are Strongly Encouraged To Inspect The Site Where Services And Installation Are To Be Performed And To Satisfy Themselves As To All General And Local Conditions That May Affect The Cost Of The Performance Of The Contract, To The Extent Such Information Is Reasonably Obtainable. In No Event Will A Failure To Inspect The Site Constitute Grounds For A Claim After Award Of The Contract. A Site Visit Can Be Schedule For Tuesday, January 28, 2025, From 9-11am Et. Or Thursday, January 30, 2025 From 2-4pm Et. To Schedule A Site Visit, Please Contact Mathew Chonka At Least 24 Hours Prior At 240-463-6939 And/or Matthew.chonka@noaa.gov.contractors Are Encouraged To Register With The Https:// Beta.sam.gov/vendor Notification Service As Well As The Interested Vendors List For This Acquisition (see Applicable Tab Within Https://beta.sam.gov/ Where This Synopsis/ Solicitation Is Posted). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Https://beta.sam.gov/.please See Attached Sf1449 1333mk25q0040 With Clauses And Provisions.

BUREAU OF PLANT INDUSTRY NATIONAL SEED QUALITY CONTROL SERV Tender

Others
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 58 K (USD 999)
Details: Description Rfq No. Stlb 25-02 Pr No. 25-01-02 Request For Quotation For Goods And Services Section 52.1b Shopping Other Supplies Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (nsqcscar_reg@yahoo.com). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lump Sum. 10. Deadline For Submission Of Bids: January 9, 2025. 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Seven (7) Days Upon Receipt Of P.o. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 58,000.00 End User: Bpi-nsqcs Car Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 20 Pieces Germicidal Soap, 135g 60.00 10 Gallons Alcohol, Isopropyl (1 Gallon, 70% Solution; 99.9% Germ-kill) 600.00 30 Bottles Dishwashing Liquid (780ml, Concentrate, Superior Grease Cleaning, Kills 99.9% Of Viruses And Germs) 350.00 20 Bottles Disinfectant Spray (340g, Kills 99.9% Of Viruses And Bacteria) 600.00 50 Bottles All Purpose Cleaner, 1 Liter 400.00 20 Cans Air Freshener (320ml, Lavander Scent Spray, Eliminates Odors, Acts In Seconds, Quality Fragrance, Long Lasting Freshness) 350.00 20 Pieces Interfolded Paper Towel Tissue, 1 Ply, 175 Pulls 65.00 X-x-x-x Grand Total 58,000.00 Carlos Paul C. Pedracio Jessie B. Baggao Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-ppssd Spal. Guisad, Baguio City In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _____________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ____________________________________ Tax Identification Number (tin) Date Accomplished
6961-6970 of 7177 archived Tenders