Chair Tenders
Chair Tenders
Bureau Of Corrections Muntinlupa City Metro Manila Tender
Others
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections City Of Muntinlupa Request For Quotation #2024-156 Buffet Lunch For Arcc At Ippf (nego. Proc.-small Value Procurement) Abc ₱ 505,000.00 Date:¬¬¬¬_________________ Name Of Company: _______________________________________________________________ Address: ________________________________________________________________________ Tin No.: ________________________________________________________________________ Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions As Stated Hereunder. A.) Bidders Shall Provide Correct And Accurate Information Required In This Form. B.) Bidders May Quote For All The Items. C.) Price Quotation/s Must Be Valid For A Period Of One Hundred Twenty (120) Calendar Days From The Date Of Submission. D.) Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. E.) Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. F.) Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. G.) Any Alterations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. H.) The Item/s Shall Be Delivered Within Fifteen (15) Calendar Days From Receipt Of Approved Purchase Order. I.) The Bucor Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. J.) Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bucor Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. K.) Bidders Shall Submit The Required Documents Together With Their Bid Price In A Sealed Envelope Indicating Supplier’s Name And Name Of Project. L.) Submission Thru E-mail And Fax Quotation Will Be Allowed/accepted. Requirements To Be Submitted M.) Valid And Current Philgeps Registration Number N.) Valid And Current Mayor’s/business Permit O.) Omnibus Sworn Statement (original Copy) P.) Income/ Business Tax Return Q.) Duly Notarized Authority To Signatory (if Applicable). Note: Allow Pes To Accept The Expired Buisness Or Mayor’s Permit With Official Receipt Of Renewal Application, Subject To Submission Of Business Or Mayor’s Permit After Award Of Contract Under Gppb Resoution No. 05-2020 Approving The Acceptance Of An Expired Mayor’s Permit With Offciial Receipt For Yhe Renewal Application. Note: Bidders Statement Of Compliance On The Terms & Conditions And Requirements As Stated Above _________________________ Signature Over Printed Name Of Sole Proprietor /authorized Representative Submit Your Sealed Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than ___january 3, 2025____at The Bac Office, Bureau Of Corrections At 9:00am. Late Submission Of Bids Shall Be Rejected. For Further Information, You Can Call The Bac Secretariat C/o Maria Adoracion Viñas At The Supply Office, Bureau Of Corrections, Muntinlupa City At Tel # 8809-8587/8478-0907 From 8:00 Am To 5:00pm Or Email At Bacsec2022@gmail.com, Monday To Friday Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Rfq # 2024-156 Page 2 Of 2 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Request For Quotation Rfq 2024-156 Project: Buffet Lunch For Arcc At Ippf Abc ₱ 505,000.00 Qty Unit Description Compliance To The Technical Specifications (please Check) Approved Budget For Contract Unit Offered Quotation Offered Quotation Yes No 400 Pax Buffet Lunch With Grazing Tables And Chairs Note: Halal Food And Non-pork 360,000.00 3 Set Assorted Snacks For 100pax Note: Halal Food And Non-pork 75,000.00 Venue Decorations 70,000.00 Total ₱505,000.00 Signature Over Printed Name Of Sole Proprietor Or Representative Telephone No: ____________________ Cellphone No: ____________________ Email: ___________________________ Company Letterhead Buffet Lunch For Arcc At Ippf Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Buffet Lunch For Arcc At Ippf.as Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Buffet Lunch For Arcc At Ippf,as Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6 Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Buffet Lunch For Arcc At Ippf 9. [ Name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date3 Jan 2025
Tender AmountPHP 505 K (USD 8.7 K)
Department Of Education Division Of Sultan Kudarat Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description Invitation To Bid Project No.: (25-01-04) Procurement Of Tvl Tools - Food And Beverage Services (12 Schools) 1. The Department Of Education (deped) Division Of Sultan Kudarat, Through The Cy 2024 Government Appropriations Act (gaa), Intends To Apply The Sum Of Six Million Eight Hundred Fifty-four Thousand Nine Hundred Forty Pesos (p6,854,940.00), Being The Approved Budget For The Contract (abc), To Eligible Payments Under The Contract For Procurement Of Tvl Tools - Food And Beverage Services (12 Schools) Under Republic Act 11975 – Fy 2024 Gaa. Bids Received That Exceed The Abc Shall Be Rejected At Bid Opening. Lot 4 Stock/ Property No. Unit Item Name Design Specification Quantity Unit Cost Total Cost 1 Pc Chair, Dining Type : Dining Side Chair Body Shape: Square Material : Metal (round Or Square) Dimesion: Total Height - 33" X 15" X15" (minimum) Capacity: 150 Kg. Black Colored Powder Coated Frame With Foam On Seat Packed In Carton Box The Item Must Have Good Quality (must Be Branded) 432 3,500.00 1,512,000.00 2 Pc Coffee Pot, 2 Pints Type: Manual Drip Body Shape: Round Material : Stainless Steel With Cover Capacity : 2 Pints Outside Diameter : 90 -110 Mm Over-all Height : 200 - 230 Mm Thickness : 0.5 - 1 Mm With Handle And Spout Packed In Carton Box The Item Must Have Good Quality 48 1,800.00 86,400.00 3 Pc Container, Creamer Design: Circular Material Type: Porcelain With Spout Body Shape: Circular Material: Porcelain Diameter : 50 - 65 Mm Height : 80 - 105 Mm Color : White Appearance : Glossy White Packed In Carton Box The Item Must Have Good Quality 72 840.00 60,480.00 4 Set Cups And Saucers 5- 6 Oz. 1. Material : Porcelain 2. Capacity : 5 Oz./140 Ml 3. Heatproof Up To 300 Deg. C 4. Color : White 5. The Item Must Be Of Good Quality 6. Packed In Carton Box 288 1,600.00 460,800.00 5 Pc Folder, Menu Type: Leather Menu Folder Body Shape: Rectangular Material: Leather With 2 Partitions And 6 Inserts Size: 31.5cm X 24.5cm Color: Brown/black Applicable Paper Size: A4 72 750.00 54,000.00 6 Pc Fork, Cocktail 1. Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design 2. Type : Rounded Tip Handle 3. Over-all Length : 110 - 165 Mm 4. Width : 20 - 30 Mm (minimum) 5. Handle Thickness : 2 Mm To 4 Mm 6. Handle Length : 75 - 90 Mm 7. Small, 8. Color : Silver 9. The Item Must Be Branded And Have Good Quality. 288 350.00 100,800.00 7 Pc Fork, Dessert Type : Dessert Fork Body Shape: Fork Shape, Round Tip Material/appearance : Stainless Steel, Highly Polished,with Plain Design, Rounded Tip Handle Length : 150 Mm - 175 Mmwidth : 20 - 30 Mmhandle Thickness : 1.5 Mm - 3 Mm Number Of Tines : 4 Handle : 130 Mm (minimum) Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 288 350.00 100,800.00 8 Pc Fork, Dinner Type: Dinner Fork , Body Shape: Fork Shape Material / Appearance : Stainless Steel, Highly Polished, With 4 Tines Over - All Length : 120 -175 Mm Thickness Of Handle : 2 -3 Mm Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 288 168.00 48,384.00 9 Pc Fork, Fish Type : Fish Fork Body Shape: Fork Shape With Round Tip Material / Appearance : Stainless Steel, Highly Polished, With Plain Design Over-all Length : 180 - 215 Mm Fork Width : 1.5 Mm - 3 Mm Fork Thickness : 1 Mm - 2 Mm Number Of Tines : 4 Length Handle : 120 -130 Mmhandle Thickness : 2 Mm-3 Mm Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 288 112.00 32,256.00 10 Pc Fork, Oyster Type: Oyster Fork Body Shape: Fork Shape Material: Stainless Steel, With High Polish Appearance, And With Plain Design Length: 90 - 120 Mm Thickness: 1 Mm - 3 Mm Silver Color With Three Short Wide Curved Tines Packed In Plastic Pouch The Item Must Be Of Good Quality 288 546.00 157,248.00 11 Pc Fork, Salad Type: Salad Fork Body Shape: Fork Shape Material/appearance: Stainless Steel, Highly Polished, With 4 Tines Length: 150 Mm - 175 Mm Thickness Of Handle : 2 Mm - 3 Mm Color: Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 288 350.00 100,800.00 12 Pc Glass, Champagne Flute Type : Flute Glass Body Shape: Round Material: Clear Crystal Glass Dimension : Height: 20 -24 Cm, Top Diameter: 50 -70 Mm, Bottom Diameter: 60 - 80 Mm Capacity: 250 Ml. (minimum) Thickness: 1.5 - 3 Mm Packed In Carton Box The Item Must Have Good Quality 288 300.00 86,400.00 13 Pc Glass, Collins Type: Tumbler Body Shape: Round Material : Clear Glass Capacity : 10 Oz To 14 Oz Thickness : 1.5 -3 Mm (minimum) Packed In Carton Box The Item Must Have Good Quality 288 700.00 201,600.00 14 Pc Glass, Juice / Hi- Ball 1. Material : Clear Glass 2. Type : Hi-ball 3. Height : 140 - 160 Mm 4. Bottom Diameter : 50 -70 Mm 5. Top Diameter : 50 - 70 Mm 6. Thickness : 2 - 4 (minimum) 7. Capacity : 8 Oz. To 10 Oz. 8. Diswasher Safe 9. The Item Must Be Branded And Good Quality 10. Packed In Carton Box 288 420.00 120,960.00 15 Pc Glass, Pilsner (ice Tea Glass) Type: Flaired Rim Body Shape: Round Slender Material: Clear Glass Capacity: 20 Oz. To 23 Oz. Over-all Length: 22 -25 Cm Thickness Of Glass : 1 -3 Mm With Flaired Rim And Slender Shape Packed In Carton Box The Item Must Have Good Quality 288 252.00 72,576.00 16 Pc Glass, Red Wine Type: Royalty Body Shape: Balloon Shaped Bowl Material: Crystal Clear Glass Rim Diameter : 55 - 60 Mm Thickness : 1.5 Mm - 3 Mm Over - All Length : 200 -220 Mm Capacity : 250 -300 Ml Stem Diameter : 6 - 8 Mm Stem Length : 85 - 90 Mm Base Diameter : 75 - 85 Mm Base Thickness : 2 - 4 Mm 24 700.00 16,800.00 17 Pc Glass, White Wine Type: Royalty Body Shape: Balloon Shaped Bowl Material: Crystal Clear Glass Rim Diameter : 55 - 60 Mm Thickness : 1.5 - 3 Mm Over -all Length : 200 -220 Mm Capacity : 270 - 300 Ml Stem Diameter : 6 - 8 Mm Stem Length : 75 - 85 Mm Base Diameter : 70 - 80 Mm Base Thickness : 2 - 5 Mm 288 630.00 181,440.00 18 Pc Gravy Boats Type: Steel Type Body Shape: Boat Shape With Handle Material: Stainless Steel Capacity : 5 Oz. Appearance: Mirror Polish Finish Size :17cm X 7.3cm X 8.2 Cm / 6.7 X 2.9 X 3.2 Inches (minimum) The Item Must Have Good Quality Packed In Plastic Pouch 96 490.00 47,040.00 19 Set Ice Bucket ,2 Liters With Tongs Type: Steel Type Body Shape: Circular Set Includes: A. Ice Bucket Material : Stainless Steel Diameter : 140 - 180 Mm Height : 140 - 170 Mm Thickness Of Bucket : 0.7 - 2 Mm Capacity : 2 Liters (minimum) The Item Must Have Good Quality 72 1,680.00 120,960.00 20 Pc Knife, Butter 1. Material : Stainless Steel W/ Highly Polished Appearance 2. Over-all Length : 140 Mm - 150 Mm 3. Handle Thickness : 3 Mm - 5 Mm 4. With Dull Edge And Rounded Tip 5. The Item Must Have Good Quality. 6. Packed In Carton Box 288 147.00 42,336.00 21 Pc Knife, Dinner Type: Dinner Knife Body Shape: Flat With Round Tip Material / Appearance : Stainless Steel Blade Highly Polished Handle Material : Stainless Steel Overall Length : 160 - 190 Mm Blade Thickness : 2 - 4 Mmhandle Thickness : 3 - 6 Mm Serrated Blade With Rounded Tip Packed In Carton Box The Item Must Have Good Quality 288 280.00 80,640.00 22 Pc Knife, Fish Type : Fish Knife Body Shape: Flat With Pointed Tip Material / Appearance : Stainless Steel, Highly Polished W/ Plain Design Overall Length : 200 - 220 Mm Width Blade : 20 - 25 Mm Thickness Of Blade : 2 Mm - 4 Mm Thickness Of Handle: 3 Mm - 6 Mm Wide Blade, Dull Edge, Tip Made With A Notched Point Color : Silver Packed In Carton Box The Item Must Have Good Quality 288 84.00 24,192.00 23 Pc Knife, Salad Type: Salad Knife Body Shape: Semi Rectangular Blade With Pointed Tip Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design Overall Length: 145 -160 Mm Blade Thickness: 2 Mm To 4 Mm Handle Thickness: 4 Mm To 6 Mm Handle Material: Stainless Steel Rounded Tip Handle Packed In Carton Box The Item Must Have Good Quality 288 168.00 48,384.00 24 Pc Knife, Steak Type: Steak Knife Body Shape: Flat With Serrated Edge Material: Stainless Steel Steel Blade With Wooden Handle Length: 170 Mm To 203 Mm Handle Wood Thickness: 10 - 14 Mm With Serrated Blade Packed In Carton Box The Item Must Have Good Quality 288 882.00 254,016.00 25 Pc Napkin Holder Type: Steel Type Body Shape: Rectangular Material : Stainless Steel With Highly Polished Appearance Dimension : Width : 70 - 90 Mm X Length : 150 - 170 Mm , Thickness : 0.7 Mm -2 Mm Packed In Plastic Pouch The Item Must Have Good Quality 72 630.00 45,360.00 26 Pc Order Pads Type: Numbered Pads Body Shape: Rectangular Material : 80 Gsm Offset Paper Each Pad Comes With A 100 Sheets And Corresponding Copy Page Each Pad Has Sequentially Numbered Orders To Make It Easy To Keep Track With 100 Sheets Per Pad And 10 Pads Included Can Take 1000 Orders Before You Run Out Packed In A Plastic Pouch 24 105.00 2,520.00 27 Pc Pepper And Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case Food Grade And Nontoxic Must Be Branded 48 670.00 32,160.00 28 Pc Plate Covers Type: Steel Type Body Shape: Circular Material: Stainless Steel, Mirror Polished Diameter: 10 1/4 Inches (minimum) Height: 2 7/8 Inches (minimum) Thickness: 1/16 Inch. (minimum) With Handle Packed In Plastic Pouch The Item Must Have Good Quality 96 1,820.00 174,720.00 29 Set Plate, Dessert, 7”to 8” Type: Plain Type Body Shape: Circular Material: Porcelain Supply Must Be A Set, Consisting Of One (1) Of Each: 7 Inches And 8 Inches Plates Color : White Inner Diameter: 145 To 165 Mm Thickness : 3 To 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 288 350.00 100,800.00 30 Pc Plate, Dinner, 10” Type: Plain Type Body Shape: Circular Material: Porcelain With No Design Color: White Inner Diameter : 200 Mm - 215 Mm Outer Diameter : 250 - 260 Mm Thickness : 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 288 490.00 141,120.00 31 Set Plate, Fish, 8” To 9” Type: Plain Type Body Shape: Circular Material : Porcelain With No Design Supply Shall Be A Set Consisting Of: One (1) Each 8 Inches And One (1) Each, 9 Inches Color : White Inner Diameter : 165 Mm - 190 Mm (minimum) Thickness : 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 288 238.00 68,544.00 32 Set Salad Plates 7” To 8” Type: Plain Type Body Shape: Circular Material: Porcelain With No Design Supply Must Be A Set Consisting Of One (1) Each: 7 Inches And 8 Inches Plates Color: White Diameter (inner): 150 Mm - 165 Mm Thickness: 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 288 70.00 20,160.00 33 Pc Salt And Pepper Shakers Type: Glass Type Body Shape: Square Material: Glass And Aluminum Over-all Height: 75 -90 Mm Length: 50 -60 Mm Width: 50 -60 Mm Aluminum Cover Packed In Carton Box The Item Must Have Good Quality 48 1,900.00 91,200.00 34 Pc Sauce Ladles Type: Spouted Bowl Body Shape: Circular With Pouring Spout Material: Stainless Steel, Highly Polished Appearance Over-all Length: 220 -230 Mm Ladle Bowl Length: 60 -65 Mm Long Ladle Bowl Diameter: 65 -70 Mm Depth: 10 -15 Mm Handle Details: 150-155 Mm Long X 20 -30 Mm Wide X 2 - 4 Mm Thick Color: Silver With Hang Hole For Hanging And Easy Access Dishwasher Safe Packed In Plastic Pouch The Item Must Have Good Quality 72 441.00 31,752.00 35 Pc Server, Cake 1. Material : Stainless Steel Blade , Highly Polished Appearance 2. Over-all Length : 220 To 270 Mm 3. Width : 60 - 80 Mm 4. Thickness : 1.5 Mm To 2 Mm 5. Handle : 120 -140 Mm Long, Non-toxic Plastic 6. Shape : Shovel-shaped 7. Color : Silver 8. The Item Must Have Good Quality 9. Packed In Carton Box 72 700.00 50,400.00 36 Pc Service Forks Type : Service Fork Body Shape: Fork Shape Material/appearance: Stainless Steel, Highly Polished, W/ Palin Design Over-all Length: 220 Mm - 260 Mm Width: 20 - 25 Mm Handle Thickness: 1.5 Mm - 4 Mm Handle Length - 165 Mm - 185 Mm 4 Tines Color: Silver Packed In Plastic Pouch 72 210.00 15,120.00 37 Pc Service Tray Type: Plastic Body Shape: Rectangular Material: Plastic (pp) Size : 14 Inches X 18 Inches X 1 Inch (minimum) Color : Any Packed In Plastic Pouch The Item Must Have Good Quality 72 210.00 15,120.00 38 Set Show/service/ Base Plates 11” To 14” Type: Plain Type Body Shape: Round Material: Porcelain With No Design Supply Must Be A Set Consisting (1) Of Each: - 11 Inches, - 12 Inches, - 13 Inches, And - 14 Inches Plates Color: White Diameter, Inner : 225 Mm - 250 Mm Thickness: 3 Mm - 6 Mm Smooth And Glossy Surfaces 72 280.00 20,160.00 39 Pc Side Plates Or Bread Plates 6” Type: Plain Type Body Shape: Round Material: Porcelain With No Design Color: White Inner Diameter: 95 Mm To 120 Mm Outer Diameter: 145 Mm To 170 Mm Thickness : 3 Mm - 6mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 288 98.00 28,224.00 40 Pc Side Towels Type: Chef's Towel Body Shape: Rectangular Material: Oxford Polyester Soft Cloth Over-all Length : 640 - 680 Mm Over-all Width : 420 -460 Mm Color : Plain White Packed In Plastic Pouch The Item Must Have Good Quality 72 210.00 15,120.00 41 Pc Silver Platter Type: Steel Type Body Shape: Round Material: Stainless Steel Diameter: 300 -330 Mm Thickness: 1 - 2 Mm Packed In Plastic Pouch The Item Must Have Good Quality 96 300.00 28,800.00 42 Pc Soup Bowl Type: Plain With Two Handles Body Shape: Circular Material : Porcelain Capacity : 24 Oz. (minimum) Packed In Carton Box The Item Must Have Good Quality Packed In A Carton Box 288 84.00 24,192.00 43 Pc Soup Ladle Type: Steel Type Body Shape: Circular Material: Stainless Steel, Highly Polished Appearance Over-all Length : 220 -235 Mm Ladle Bowl Details : 60 -65 Mm Long, 60 -75 Mm Diameter, 10 -15 Mm Deep Handle Details : 145 - 155 Mm Long X 12 - 25 Mm Wide X 1.5 -3 Mm Thick Color : Silver With Hang Hole For Hanging And Easy Access 72 98.00 7,056.00 44 Pc Soup Tureen Type: Steel Body Shape: Round Material: Stainless Steel Capacity: 7 - 11 Quart Size : 60 X 35 X 32 Cm (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 72 2,800.00 201,600.00 45 Pc Spoon, Dessert Type : Dessert Spoon Body Shape: Oval Material/appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length : 175 To 190 Mm Thickness : 2 Mm - 3 Mm Shorter Handle : 120 -130 Mm Color : Silver Packed In Plastic Pouch The Item Must Have Good Quality 288 98.00 28,224.00 46 Pc Spoons, Service Type : Service Spoon Body Shape: Oval Material: Stainless Steel, Highly Polished, W/ Plain Design Over-all Length: 220 Mm - 250 Mm Width: 30 - 38 Mm Handle Thickness: 1.5 Mm - 4 Mm Handle Length - 165 Mm - 185 Mm Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 72 70.00 5,040.00 47 Pc Spoons, Soup (cream And Consume) Type: Soup Spoon Body Shape: Round Material/appearance : Stainless Steel, Highly Polished, W/ Plain Design, Rounded Tip Handle Over-all Length : 165 Mm - 200 Mm Smaller Oval Shaped Spoon Bowl And Tapers Slightly To The Tip Shorter Handle : 110 Mm - 170 Mm Thickness : 1.5 Mm - 3 Mm Color : Silver Packed In Plastic Pouch 288 58.00 16,704.00 48 Pc Sugar Container Type: Glass Type Body Shape: Round Material: Glass With Brass Lid (or Equivalent) Diameter: 70 -80 Mm Height: 130 -140 Mm Capacity: 12 Oz. Packed In Carton Box The Item Must Have Good Quality 60 980.00 58,800.00 49 Pc Table Cloth, 54 X 54 Inches Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Color: Plain White Dimension: L 54 Inches X W 54 Inches (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 48 42.00 2,016.00 50 Pc Table Cloth, Rectangular Type: Plain Cloth Body Shape: Rectangle Material : Linen Size : 120cm X160cm (minimum) Color : Any Color But Not Black Feature: Washable Packed In A Plastic Pouch 24 280.00 6,720.00 51 Pc Table Napkins, Cloth, 16” X 16” Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Or Its Equivalent Size: L 16 Inches X W 16 Inches (minimum) Color: Plain White Packed In Plastic Pouch The Item Must Have Good Quality 360 42.00 15,120.00 52 Pc Table Skirtingcloth 90”x90” Type: Plain Cloth Body Shape: Square Material: American Cotton Twill Cloth Color: Any Color Except Black Dimension: 90 Inches X 90 Inches (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 24 909.30 21,823.20 53 Pc Table, Round (8's) Type: Foldable Body Shape: Round Material: High Density Polyethylene Table Top Powder Coated Steel Frame Size: 154cm X 74cm X4.5cm (minimum) Good For 8 To 10 Seater Capacity Tube Size : 28 Mm Diameter X 1 Mm Thikness Packed In A Carton Box The Item Must Have Good Quality 36 21,000.00 756,000.00 54 Pc Table, Square/rectangular (4's Or 6's) Type: Foldble Plastic Body Shape: Square/rectangle Materia: High Density Polyethylene Table Top Powder Coated Steel Frame Dimension: 37 - 39 X 37 - 39 Inches Color: White Good For 4 Persons Packed In Carton Box The Item Must Have Good Quality 48 10,000.00 480,000.00 55 Pc Tea Pot, 2 Pints Type: Porcelain Type Body Shape: Round With Handle And Pouring Spout Material : Porcelain Capacity : (2 Pint) Color : White Packed In Carton Box The Item Must Be Of Good Quality 24 1,050.00 25,200.00 56 Pc Teaspoon Type : Tea Spoon Body Shape: Oval Tip Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design Over-all Length: 120 Mm To 140 Mm Handle Thickness: 2 Mm To 4 Mm Short Handle Length - 100 Mm (minimum) Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 288 42.00 12,096.00 57 Pc Tong, 8 Inches Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 72 168.00 12,096.00 58 Pc Tooth Pick Holder Type: Steel Type Body Shape: Round Material: Stainless Steel, Highly Polished In Appearance Diameter: 30 -35 Mm Diameter (minimum) Height: 65 -75 Mm Capacity: 1.24 Oz. (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 72 266.00 19,152.00 59 Pc Tray Stand Type: Foldable Body Shape: Rectangular Material: Chrome Plated Metal Folding Tray Stand Length: 470 -490 Mm Width: 400 -440 Mm Height: 770 -790 Mm Packed In Plastic Pouch The Item Must Have Good Quality 96 980.00 94,080.00 60 Pc Tray, Bill Folders/ Change 1. Material : Heavy Duty Plastic ( Abs ) Or Its Equivalent 2. Height : 190 - 220 Mm 3. Width : 120 -140 Mm 4. Thickness : 2 Mm To 3 Mm (minimum) 5. Color : Black 6. With Check And Pen Holder 7. The Item Must Have Good Quality 8. Packed In Plastic Pouch 72 490.00 35,280.00 61 Pc Tray, Round (bar) Type: Plastic Body Shape: Round Material: ( Pe/abs) Plastic Rubberized Surface, Non-slip/grip Tight Over-all Diameter: 345 -360 Mm (minimum) Thickness: 2 - 4 Mm (minimum) Color: Black Packed In Plastic Pouch The Item Must Have Good Quality 96 280.00 26,880.00 62 Pc Water Goblet Type: Water Goblet Body Shape: Balloon-shaped Bowl Material: Crystal Clear Glass Over-all Length: 200 -220 Mm Capacity: 270 Ml To 300 Ml Rim Diameter - 55 -65 Mm Thickness: 1 Mm To 3 Mm Stem Length : 75 -85 Mm Stem Diameter : 6 -8 Mm Base Thickness : 3 -4 Mm Base Diameter : 7 -80 Mm Packed In Carton Box The Item Must Have Good Quality 288 280.00 80,640.00 63 Pc Water Pitcher Type: Steel Type Body Shape: Circular Material: Stainless Steel, Highly Polished Appearance Height: 170 Mm To 220 Mm Top Diameter: 110 -120 Mm (approximate) Capacity: 1 - 1.5 Liter With Pour Spout Dishwasher Safe Packed In Plastic Pouch The Item Must Have Good Quality 60 560.48 33,628.80 6,854,940.00 2. Deped-division Of Sultan Kudarat, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above-mentioned Procurement Project. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships/partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interests Or Outstanding Capital Stocks Belonging To Citizens Of The Philippines. 5. A Complete Set Of Bidding Documents May Be Acquired Or Purchased At Deped-division Of Sultan Kudarat Bac Secretariat, Located At National Hi-way Brgy, Kenram, Isulan, Sultan Kudarat Upon Accomplishing A Bidder’s Information Sheet And Payment In Cash Of A Non-refundable Fee By Interested Bidders In The Amount Of Ten Thousand Pesos (php10,000.00) Per Lot To The Division Cashier. Only Bidders Who Purchased The Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). It May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.net, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped- Division Of Sultan Kudarat Will Be Having The Following Procurement-related Activities. Activity Date & Time Venue Issuance Of Bidding Documents January 15–february 04, 2025 Division Office, National High-way,brgy Kenram, Isulan, Sul. Kudarat Pre-bid Conference January 23, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat Submission And Opening Of Bids February 04, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat 7. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.net, For Them To Be Included In The Document Request List Of The Project. 8. Bids Must Be Delivered To The Address And On The Date And Time Stated Herein. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of The Bid Security. 9. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Opening Of Bids At The Address Stated Herein. Late Bids Shall Not Be Accepted. 10. Deped Division Of Sultan Kudarat Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s), Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Melvin P. Fortuna Chairperson, Bac Secretariat Department Of Educa
Closing Date4 Feb 2025
Tender AmountPHP 6.8 Million (USD 117.2 K)
City Of Bais Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, Cpicad, Viz: Item Approved Budget For The Contract (abc) J/sor No. 337-24 Php 2,693,025.00 One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, 36 Sets Computer Hardware Delivery Core I5-12400 Processor Motherboard With Built In Wi-fi 8gb Ddr4 Memory ; 512gb Ssd 2.5" 19" Monitor Led Mouse And Keyboard Usb Mousepad With Voltage Regulator 10 Sets Laptop Computer/netbook Delivery Operating System: Genuine Windows 11 Aluminum Lcd Cover-material 14.0-inch Panel Size ; Intel® Uhd Graphics Led Backlit Touch Screen Touch Panel Brightness 300nits Wuxga (1920 X 1200) 16:10 Intel® Core™ I3-1315u Processor 10m Cache, Up To 4.5ghz, 6 Cores) 8gb Ddr5 So-dimm. 512gb M.2 2280 Nvme™ Pcie® 4.0 Ssd Front-facing Camera With Privacy Shutter Wi-fi 6e(802.11ax) (dual Band) 2*2 + Bluetooth® 5.3 Wireless Card Fingerprint Authentication Backlit Chiclet Keyboard 1x Usb 3.2 Gen 2 Type-c Support Power Delivery 2x Usb 3.2 Gen 2 Type-a ; 1x Hdmi 2.1 Tmds 1x Thunderbolt™ 4, Compliant With Usb4, Supports Display / Power Delivery 1x 3.5mm Combo Audio Jack ; 1x Rj45 Gigabit Ethernet Built-in Speaker. Audio By Dirac Us Mil-std 810h Military-grade Standard Built-in Array Microphone ; Battery 50whrs, 3s1p, 3-cell Li-ion Kensington Nano Security Slot™(6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 (computrace) Trusted Platform Module (tpm) 2.0 Battery Health Charging, Fan Profile, Splendid, Tru2life, Function Key Lock, Wifi Smartconnect, Appdeals Included In The Box Wireless Optical Mouse Reparability Index (for France) 8.0 Ecolabels & Compliances: Epeat Gold, Energy Star 8.0, Fsc Recycled, Reach, Rohs, Tco Certified Warranty: 3years On-site Including Battery And Charger Computer Accessories Delivery 6u Network Data Cabine Apc Ups 650va With Avr 8 Port Gigabit Switch 1000mbps 16-port Gigabit Managed L2 Switch Centralized Wifi Controller Adsl Router With Wifi Ac1200 Wireless Mu-mimo Gigabit Indoor/outdoor Access Point Durable, Weatherproof Enclosure For Outdoor Wi-fi Applications Up To 1200mbps1 With 2×2 Mimo Technology Omada Mesh Technology Enables Wireless Connectivity Between Aps For Extended Range, Making Wireless Deployments More Flexible And Convenient Supports Seamless Roaming To Smooth The Video Playbacks And Voice Calls When Moving Between Locations High Transmission Power And High Gain Antennas Provide A Long-range Coverage Area Cloud Centralized Management For Ultra Convenience And Easy Management Captive Portal Provides A Convenient Method For Guest Authentication Facebook Wi-fi And Sms Authentication Help To Boost Your Business 802.3af/passive Poe (poe Adapter Included) Compatible And Simple Mounting Design Allow For Flexible Deployment And Convenient Installation Webcam Full Hd Usb External Dvd Writer 1tb External Hdd Network External Hdd 1tb 4 Duplex Sheet-fed Document Scanner Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm A4 All-in-one Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r A4 Ink Tank Network Printer Print, Scan, Copy With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct 2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 32gb Flash Drive Usb Digital Multimeter Lan Cable Tester Furniture And Fixture Delivery Customized U-type Computer Table With Capacity Of 36 Computer Units Working Table Whiteboard With Stand It Materials Delivery Rj-45 Plug Network Accessories: Modular Box Rj-45 Cat6 I/o Port 1 Gang Faceplate Pvc Surface Type Utility Box Raceway Or Slotted Pvc 1.5" X 1.5" X 48" Cat6 Utp Cable Belden/hikvision/dahua 305m Fastener Filer Lead Free Spool Fiber Optic Cable 2meters (terminated) Sc/upc-sc/upc Singlemode Simplex 2 Meters Terms Of Reference Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Title: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Approved Budget For The Contract: Php 2,700,000.00 Bid Validity Period: 120 Days Local Office In Negros Island Safety Officer Required And Should Be Regular Employee Certifcate Of Dealership Sealed And Signed By Microsoft Engineer City Government Of Bais Bais City, Negros Oriental, Region Vii Invitation To Bid Project Name: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Description: This Project Aims To Enchance The Information And Communication Technology (ict) Capabilities Of The Local Government Of Unit (lgu) Of Bais City Through The Comprehensive Supply And Installation Of State-of-the-art Network Infrastructure And Equipment. Located At The Bais Training Center, The Initiative Will Facilitate Efficient Data Gathering And Banking Processes, Supporting The City's Administrative Functions And Service Delivery. This Pertains Aims To The Procurement Of Computer Equipment And Fixtures Specifically Designed To Meet The Needs For Data Gathering And Banking Processes. Please Refer To The Document Titled "conformity With Technical Specifications Bidding Enumerated" As Our Terms Of Reference. The Approved Budget For The Contract Is To Be Taken From Data Gathering And Banking (equipment) 2022, Generation And Maintenance Of Gad Database 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)
City Of Bayawan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:itb 25-017 Bids And Awards Committee Date:january 09,2025 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Other Supplies And Materials Lot I Feeds 42,930.00 1 Feeds, Grower 50 Kgs/sack 2 Sack 2 Feeds, Finisher 50 Kgs/sack 2 Sack 3 Poultry Feeds Layer Mash, 50 Kgs/sack 18 Sack 4 Feeds , Starter 50 Kgs/sack 2 Sack Lot Ii Drugs And Medicines 3,810.00 5 Multivitamins, + Electrolyte 24 Sachets X 22 Grams Per Box 6 Box Lot Iii Carpentry Tools And Supplies 16,491.50 6 Bronze, Nail # 1 2 Kilo 7 Bronze Nail, Bronze Nail # 1 1/2 3..5 Kilo 8 Bronze Nail, # 2 ..50 Kilo 9 Bronze Nail, # 2 1/2 1..50 Kilo 10 G.i Pipe, # 1-5-40 20ft./length 1 Length 11 Plywood, Marine ,3/4 1 Piece 12 Plywood , Marine ,1/4 2 Piece 13 Plywood, Marine ,3/8 2 Piece 14 S/s Lag Screw, S/s ,5x16x3 2 Piece 15 Lag Screw , S/s ,5x16x2 1/2 2 Piece 16 Sand Paper,#120 1 Pack Lot. V Electrical Supplies And Materials 158,842.00 17 Bulb, Led,(5 Watts) 6 Piece 18 Electric Iron, Dry And Steam (1200w/ 230v Ac/ 60hz) 2 Unit 19 "electric Oven , (2 Layers) Oven Capacity: 49.0 Liters, Oven Accessories: Oven Net, Oven Tray" 1 Unit 0.00 20 Ice Crusher, Electric, Aluminum, 220v 1 Unit 21 "egg Machine , With 24 Hens *cage - 1 Teir Set Up (12 Heads) - Made Of Hot Dipped Galvanize - 6 Doors Total, 18in Per Door, 4 Heads Per Door - H=5ft- W=4.5ft - L-9ft *ready To Lay Hens - 17 To 19 Weeks White Dekalb - Fully Vaccinated With Booster Shots * Feeders- Blue Pvc Feeders * Drinkers- Double Cup & Double Nipple Drinker" 6 Unit 22 Electric Wire, Duplex, Flat Cord, #12, Duplex, Flat Cord, #12 120 Unit Lot. Viii Measuring/observing/testing Devices 15,696.00 23 Weighing Scale, Manual, Flat Form, 10 Kgs. Capacity 9 Unit Lot. Ix Paints, Tools And Supplies 14,574.00 24 Paint Brush, 3in, Pure White Bristle 3 Pieces 25 Lacquer Thinner , 3 Liter/bottle 2 Bottle 26 Epoxy Paint , White 4 Liter/gallon 5 Gallon 27 Marine Epoxy , A/b 4 Liter Per Can 2 Can 28 Marine Epoxy , (a/b) 1 Liter Per Can 2 Can Lot. Xi Power Tools, Equipment And Accessories 135,500.00 29 "marine Engine, Air-cooled Gasoline Engine,(6.5 Hp) Starting System: Recoil System" 2 Unit 30 "marine Engine , Air-cooled Gasoline Engine ,18 Hp Starting System: Recoil System" 1 Unit 31 "marine Engine , Aircooled Gasoline Engine,16 Hp Starting System: Recoil System" 4 Unit 32 Electric Grinder , Wet & Dry,fully Stainless(3hp Grinder Peanut Butter,220v 60hz,heavy Duty) 1 Unit Lot. Xii Appliances 285,710.00 33 Blender , (heavy Duty) 220-240v 3hp/2238 W 1 Unit 34 "chest Freezer, Single Door, 6 Cu. Ft. Solid Top, Grip Handle, Key Lock, Single Wire Basket, Roller Feet, Defrost System: Manual With Warranty" 9 Unit 35 Hand Mixer , (electric Cake Batter) 3 Kls. Capacity Single Whisk. 1 Unit 36 Water Dispenser, Cold (vendo Machine W/coinslot) 220v With Warranty 1 Unit 37 Washing Machine , (twin Tub) 14kgs Capacity With Warranty 2 Unit 38 Stove, Single Burner (stainless Steel Body, Automatic Ignition Flame Controller, Gas Type: Lpg) 51 Unit 39 Stove, Single Burner With Gas Tank 7kgs. 1 Unit Lot. Xiii Metal Works & Fabrication 1,199,520.00 40 Fabricated Negokart, With Bmx Bicycle And Accessories (made Up Of G.i Steel Plate, G.i Pipe, Angle Bar. Body Should Bear The Official Seal Of Lgu-bayawan City, Dole And Dilp. Should Also Feature A Tourist Spot Of Bayawan City. 51 Unit Lot. Xiv Other Machinery And Equipment 29,944.00 41 Chainsaw , 36in. Gasoline Engine, 70 Horsepower, Portable 1 Unit Lot. Xv Other Supplies & Materials 408,053.60 42 Basin Plastic , Plastic ,28 Inches (large) 6 Piece 43 Frying Wok, Stainless Steel Nonstick, 36cm Diameter,10.5 Cm Depth 51 Piece 44 Glass Show Case, (3 Layers) W-24cm, L-64cm, H-51cm, Thickness Of Glass-0.5cm 52 Unit 45 Steel Basin, Stainless ,45cmx15cm 2 Piece 46 Paper Cups , 10oz 4 Pack 47 Paper Cups , 12oz 4 Pack 48 Paper Cup , 16oz 4 Pack 49 Pail, 12l Capacity, Black 2 Piece 50 Plastic Jar, With Cover 500ml, For Peanut Butter 100 Piece 51 Chair, Plastic Stool, White 3 Piece 52 Table, Plastic, Monobloc, Square 1 Piece 53 Hanger, Plastic 6 Dozen 54 Clip Hanger, Plastic 12 Pieces 55 Box, For Storage, Plastic, 120l With 2 Clips, Button Wheels For Easy Moving, Clear, Heavy Duty 3 Box 56 Baking Pan, Round, 6 Inches X 3 Inches, Upper Diameter:6 Inches, Bottom Diameter: 5.5 Inches, Height:3 Inches 5 Pieces 57 Glassine Cup, For Cupcake,10cm, 1000pcs/pack 1 Pack 58 Baking Pan, Rectangular, Aluminum 8x12 Inches 6 Pieces 59 Measuring Cup, Plastic, Transparent,up To 1l Capacity 1 Piece 60 Baking Liner, Parchment Paper, 20mtrs., 20m X 30mm Per Box 5 Box 61 Cupcake Molder, Carbon Steel 12 Holes Tray 3 Set 62 Trapal, , 6 Feet Height,0.4mm Thick 18 Meter 63 Brass Pipe, 3/4 Inches,male 25 Unit 64 Ball Joint, 3/4 X 1, For Pump Boat 1 Piece 65 Stainless Shaft, 3/4x5ft 2 Piece 66 Stainless Shaft, 5/8 X 7ft W/ Thread 1 Piece 67 Stainless Propeller 3/4 X 5ft 2 Piece 68 Stainless Propeller 5/8in X 7 1 Piece 69 Stand Belt, S/s,3/8x2.5 2 Piece 70 Stand Belt, S/s ,3/8x3 2 Piece 71 P.e Hose , 1 1/2 4 Meter 72 Rope, #20 1..5 Roll 73 Rubber Float , Round (patao) 360 Pieces 74 Cooler Box, Styro, 12kls Capacity 6 Pieces 75 Cooler, Plastic With Cover (40kgs. Capacity) 2 Piece 76 Battery, 12 Volts 22 Plates 1 Unit 77 Battery , 12 Volts 17 Plates 3 Unit 78 Iron Board, Foldable, Ironing Board Cover With Foam, 36in Board Length. 2 Piece 79 Aluminum Wok/cawa, Big Size, Diameter 56.5 Cm, Height 19cm 1 Piece 80 Fishing Hook, #58 2 Pack 81 Fishing Hook, #59 4 Pack 82 Fishing Hook, #60 4 Pack 83 Lead Sinker, No. 2 25 Kilo 84 Nylone , Monoline,#45 1 Kilo 85 Nylone , Monoline,#40 1 Kilo 86 Nylone , Monoline ,#30 1 Kilo 87 Nylon , Monoline,#25 1 Kilo 88 Nylone , Monoline,#20 1 Kilo 89 Nylon , Monoline,#15 5 Kilo 90 Nylone , Monoline.#12 1 Kilo 91 Nylone , Monoline,#10 10 Kilo 92 Fishing Net , (pamu) #8 4 Meter 93 Fishing Net , #10 1,500 Meter 94 Fishing Net , #9 1,400 Meter 95 Pamo Net , 210x2x9x100m 3 Roll 96 Pamo Net , 210x2x8x100m 3 Roll 97 Plastic Sando Bag (xl) 50 Pieces Per Pack, (xl) 50 Pieces Per Pack 55 Pack 98 Sando Ecobag, Large, 50 Pieces/pack 55 Pack 99 Brass Pipe, 5/8" X 4 Feet 1 Piece 100 Sando Ecobag, Extra Large, 50 Pieces/pack 10 Pack 101 Cross Joint, 3/4 Ft. X 5/8 Inches, 3/4 Ft. X 5/8 Inches 2 Piece 102 Rudder Assembly Stainless 5/8 Inches X 3 Feet, 5/8 Inches X 3 Feet 2 Piece 103 Rudder Assembly Stainless 5/8 Inches X 3.5 Feet, 5/8 Inches X 3.5 Feet 1 Piece Lot. Xvi Cleaning Equipment And Supplies 223,426.00 104 Bleaching Liquid, 250ml Per Bottle 408 Bottle 105 Bleaching Liquid, 5l Per Bottle 4 Bottle 106 Bleaching Liquid, 3.785l Per Bottle 10 Bottle 107 Bleaching Liquid, Color Safe 3.6l 10 Bottle 108 Body Soap, Pure White With Germ Shield, 60g 408 Piece 109 Body Soap, Fresh Green With Germ Shield, 60g 408 Piece 110 Detergent Bar, 360g 20 Piece 111 Detergent Bar, White, 400g 408 Piece 112 Detergent Powder, Calamansi (single), 57gx6 Sachet 510 Pack 113 Detergent Powder , (whitener) 2 Kilo Per Pack 10 Piece 114 Detergent Powder , (twin Pack) Sunrise Fresh 70g X 6 Sachet 408 Pack 115 Detergent Powder , (all Colors) 2 Kilo Per Pack 10 Pack 116 Fabric Conditioner, Antibac, Sachet, 25ml X 6 340 Pack 117 Fabric Conditioner , Sunrise Fresh, (1l) 10 Piece 118 Hair Conditioner, Standout Straight Sachet, 12ml X 6 170 Pack 119 Hair Conditioner, Damage Control 11ml X 6sachet 170 Pack 120 Hair Shampoo & Conditioner , Complete Repair Avocado Oil & Honey For Damage Hair, 15ml X 6 Sachet 408 Pack 121 Hair Shampoo, Smooth & Manageable 15ml X 12s 408 Pack 122 Sanitary Napkin, Non-wings 8pcs/pack 204 Pack 123 Sanitary Napkin, W/wings 8pcs/pack 170 Pack 124 Toothpaste Cool Menthol Fresh Twin Sachet, 20g, Cool Menthol Fresh Twin Sachet, 20g 408 Piece Lot. Xvii Commercial Lumber 11,254.00 125 Lumber, Gemillina,1x2x18 15 Piece 126 Lumber, Gemillina,2x8x8 1 Piece 127 Good Lumber, 1x2x10 9 Piece 128 Good Lumber, 1x12x16 3 Piece 129 Good Lumber, 1x2x18 3 Piece 130 Good Lumber, 2x2x10 9 Piece 131 Good Lumber, 2x2x8 3 Piece 132 Good Lumber, 2x4x8 2 Piece ***nothing Follows*** Grand Total 2,545,751.10 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Itb 25-017 300-24-12-011 Delivery Of Other Supplies And Materials For Integrated Livelihood Project.(ccmdo) 2,545,751.10 Trust Fund Lot No. Description Of Lot Total Abc Of Lot Bid Security Cash/mc/bank Gurantee (2% Of Abc) I Feeds 42,930.00 856.60 Ii Drugs And Medicines 3,810.00 76.2 Iii Carpentry Tools And Supplies 16,491.50 329.83 Iv Electrical Supplies And Materials 158,842.00 3,176.84 V Measuring/observing/testing Devices 15,696.00 313.92 Vi Paints, Tools And Supplies 14,574.00 291.48 Vii Power Tools, Equipment And Accessories 135,500.00 2,710.00 Viii Appliances 285,710.00 5,714.2 Ix Metal Works & Fabrication 1,199,520.00 23,990.4 X Other Machinery And Equipment 29,944.00 598.88 Xi Other Supplies & Materials 408,053.60 8,161.072 Xii Cleaning Equipment And Supplies 223,426.00 4,468.52 Xiii Commercial Lumber 11,254.00 225.08 Bid Documents Shall Be Available At The Bac Office, New Bayawan City Hall, Negosyo Center, Lgu Bayawan City Upon Ss Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00. Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed Below, As Follows: Activities Schedule Issuance Of Bid Documents January 09, 2025 To January 27, 2025 @ 5:00 P.m. Pre-bid Conference January 16, 2025 @ 9:00 A.m. Deadline/opening Of Bids January 28, 2025 @ 9:00 A.m. Approved: Virginia D. Sadiasa Bac Chairman Geps Publication : January 09,2025 Newspaper : None
Closing Date28 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.4 K)
City Of Bais Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Various Improvement Of Operation Center, City Disaster Risk Reduction Management Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 717-24 Php 1,065,020.00 1 15 Lgth Angle 40mm X 40mm X 5mm Thk X 6.0m Lgth 2 15 Lgth Angle 50mm X 50mm X 5mm Thk X 6.0m Lgth 3 20 Lgth Pipe, Gi, Nps 50mm Ø (2" Ø) X 6.0m Lgth S40 4 8 Lgth Steel Plate, Galvanize, 4' X 8' Gauge 14 5 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M10 X 70mm 6 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 60mm 7 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 20mm 8 50 Pcs Bolt Expansion Screw Shell Anchor Expansion Bolt, M8 X 70mm 9 10 Pcs Grinding Disc For Metal, Depressed Center, Aluminum-oxide, 100 Mm Ø 10 75 Kilo Welding Electrode, 1/8" Ø, E6013 11 8 Can Roofing Sealant, High Grade, 1/2l/can 12 8 Set Marine Epoxy, 1/2l/can 13 4 Roll Galvanized Cyclone Wire Ga8, 5 Feet X 6m (2 Inch Opening) 14 50 Meter Chain Hot Dipped Galvanized, Heavy Duty 8mm 15 10 Pcs Laminated Padlock 40mm/50mm Keyed Pad Lock Security Lock Solid Anti-theft, Made Up Of Multiple Layers Of Laminated Steel 16 20 Pcs Hacksaw Carbon Steel Blade Hd (12") 17 800 Pcs Chb 4" 18 100 Bags Portland Cement 19 30 Cu.m. Fine Aggregate (sand), 4.75mm Ø Max Size 20 150 Lgth Deformed Bar, 10mm Diameter X 6.0m Length 21 20 Kilo Gi Tie Wire, #16 22 200 Pcs Polished Tile, 600mm X 600mm Beige 23 10 Sheet Marine Plywood, 4' X 8', 1/2" Thk 24 10 Sheet Marine Plywood, 4' X 8', 1/4" Thk 25 20 Pair Soft Close Drawer Guide Heavy Duty, 18 Inch 26 6 Pcs Tile Cutter Wheel (dry) 100mm Ø 27 4 Pack Tile Grout (2 Kilo/pack) Beige 28 8 Gallon Paint, Flat Wall Enamel, Alkyd-based 29 10 Can Paint Thinner (3l/can) 30 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white Wash/tulle White) 31 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white) 32 8 Gallon Paint, Single Complonent Zinc Phosphate, Anti-corrosive Metal Primer 33 10 Gallon Paint, Odourless Qde, Water-based (suede/light Tan) 34 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (red) 35 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (orange) 36 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (yellow) 37 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (white) 38 8 Can Acrytex Primer 39 8 Can Acrytex Cast 40 8 Can Acrytex Reducer 41 10 Pcs Paint Brush, 2" 42 10 Pcs Paint Brush, 4" 43 8 Set Paint Roller 7-inch With Pan 44 100 Pcs Sand Paper Waterproof # 120 45 100 Pcs Sand Paper Waterproof # 160 46 75 Box Acoustic Foam Panels Self-adhesive Fireproof Sound Proof Treatment Wall, 300mm X 300mm X 8mm, Polyester Fiber, 0.9 Sound Absorption, (12 Pcs/box) 47 20 Pcs Rubber Cement, (360cc/bottle) 48 15 Pcs All Purpose Silicon Sealant (black) 49 5 Rolls Tw Copper Wire # 10 Awg (5.5 Mm²) 50 3 Rolls Tw Copper Wire # 12 Awg (3.5 Mm²) 51 4 Rolls Tw Copper Wire # 14 Awg (2.0 Mm²) 52 10 Pcs Utility Box, 2" X 4" 53 15 Pcs Junction Box W/ Cover & Screws 54 6 Rolls Flexible Hose Pvc, 1/2" X 100m 55 10 Pcs Circuit Breaker W/ Inclosure, 30a 56 10 Pcs Circuit Breaker W/ Inclosure, 20a 57 15 Pcs Led Exit Signage Emergency Acrylic 3 Watts Clear Aluminum Box, Overcharge Protection, Led Charging Indicaton, Automatic Switch Ni-cd 1.2v Battery And Charger, Pmma (polymethyl Methacrylate) Board 58 20 Pcs Led Parlamp E27, 12w-15w, 180 - 265v, Daylight 59 20 Pcs Led Bulb E27, 12w-15w, 180 - 265v, Daylight 60 10 Rolls Electrical Vinyl Tape, Flame Retardant, Professional Grade, 3/4" X 66' X 0.007", 600v @ 80° C Rating 61 4 Pcs Gate Valve, Brass, 1 1/2" Heavy Duty, 150psi 62 4 Pcs Gate Valve, Brass, 1" Heavy Duty, 150psi 63 40 Pcs. Stainless Heavyduty Flexible Hose, 16" Length (1/2" X 1/2") 64 10 Set Stainless (304) Shower Set; With Shower Head Set, With Hose And Holder And Two Way Faucet 65 20 Set Toilet Flush Set Fittings Dual Button Flush Valve Toilet Inlet Valve Toilet Fittings 66 20 Pcs. Stainless (304) One Way Angle Valve (1/2" X 1/2") 67 20 Pcs. Stainless (304) Two Way Angle Valve (1/2" X 1/2" X 1/2") 68 20 Pcs. Stainless (304) Bidet Toilet Sprayer And Hose 69 20 Pcs. Stainless (304) Urinal Flush Valve 70 10 Pcs. Floor Drain, Anti-clogging, 4" X 4" Stainless (304) 71 20 Lgth Ppr Pipe Pn20, 20mm Ø Nominal X 4.0m 72 10 Pcs. Ppr Elbow Pn20, 20mm Ø 73 6 Pcs. Ppr Elbow Pn20, 25mm Ø 74 10 Pcs. Ppr Coupling Pn20, 20mm Ø 75 20 Pcs. Ppr Coupling Pn20, 25mm Ø 76 20 Pcs Ppr Tee Pn20, 20mm Ø 77 10 Pcs Ppr Tee Pn20, 25mm Ø 78 8 Pcs. Ppr Coupling Reducer Pn20, 25mm X 20mm 79 30 Pcs. Ppr Threaded Female Elbow W/ Brass Pn20, 20mm 80 10 Pcs. Ppr Threaded Female Tee W/ Brass Pn20, 20mm 81 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 20mm 82 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 20mm 83 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 25mm 84 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 25mm 85 15 Pcs. Ppr Threaded Male Union Pn20, 25mm 86 15 Pcs. Ppr Threaded Male Union Pn20, 20mm 87 15 Pcs. Ppr Threaded Female Union Pn20, 25mm 88 15 Pcs. Ppr Threaded Female Union Pn20, 20mm 89 10 Pcs. Ppr Gate Valve Pn20, 25mm 90 10 Pcs. Ppr Gate Valve Pn20, 20mm 91 10 Lgth Sanitary Pipe Pvc, S-1000, 100mmø X 3.0 92 10 Lgth Sanitary Pipe Pvc, S-1000, 50mmø X 3.0 93 4 Pcs Sanitary Tee Pvc, S-1000, 100mmø 94 2 Pcs Sanitary Elbow Pvc, S-1000, 100mmø 95 4 Pcs Sanitary Wye Pvc, S-1000, 100mmø 96 5 Pcs Sanitary Coupling Pvc, S-1000, 100mmø 97 6 Pcs Sanitary Clean-out Pvc, S-1000, 100mmø 98 10 Pcs Sanitary Tee Pvc, S-1000, 50mmø 99 10 Pcs Sanitary Elbow Pvc, S-1000, 50mmø 100 10 Pcs Sanitary Coupling Pvc, S-1000, 50mmø 101 4 Can Pvc Pipe Cement, 400cc 102 20 Pcs Teflon Tape Pipe Thread Seal Tape, 1" X 10m The Approved Budget For The Contract Is To Be Taken From Improvement Of Operation Center (res. No. 485 Series 2024 Ordinance No. 36). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 14, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 1 Million (USD 18.1 K)
City Of Bayawan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:itb 24-326 Bids And Awards Committee Date:december 27,2024 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Lot I Feeds 42,930.00 1 Feeds, Grower 50 Kgs/sack 2 Sack 2 Feeds, Finisher 50 Kgs/sack 2 Sack 3 Poultry Feeds Layer Mash, 50 Kgs/sack 18 Sack 4 Feeds , Starter 50 Kgs/sack 2 Sack Lot Ii Drugs And Medicines 3,810.00 5 Multivitamins, + Electrolyte 24 Sachets X 22 Grams Per Box 6 Box Lot Iii Carpentry Tools And Supplies 14,877.50 6 Bronze, Nail # 1 2 Kilo 7 Bronze Nail, # 1 1/2 3..5 Kilo 8 Bronze Nail, # 2 ..50 Kilo 9 Bronze Nail, # 2 1/2 1..50 Kilo 10 Plywood, Marine ,3/4 1 Piece 11 Plywood , Marine ,1/4 2 Piece 12 Plywood, Marine ,3/8 2 Piece Lot. Iv Bolt And Screw 220.00 13 S/s Lag Screw, S/s ,5x16x3 2 Piece 14 Lag Screw , S/s ,5x16x2 1/2 2 Piece Lot. V Electrical Supplies And Materials 158,218.00 15 Electric Iron, Dry And Steam (1200w/ 230v Ac/ 60hz) 2 Unit 16 "electric Oven , (2 Layers) Oven Capacity: 49.0 Liters, Oven Accessories: Oven Net, Oven Tray" 1 Unit 0.00 17 Ice Crusher, Electric, Aluminum, 220v 1 Unit 18 "egg Machine , With 24 Hens *cage - 1 Teir Set Up (12 Heads) - Made Of Hot Dipped Galvanize - 6 Doors Total, 18in Per Door, 4 Heads Per Door - H=5ft- W=4.5ft - L-9ft *ready To Lay Hens - 17 To 19 Weeks White Dekalb - Fully Vaccinated With Booster Shots * Feeders- Blue Pvc Feeders * Drinkers- Double Cup & Double Nipple Drinker" 6 Unit 19 Electric Wire, Duplex, Flat Cord, #12, Duplex, Flat Cord, #12 120 Unit Lot. Vi Farm/garden Tools And Accessories 1,160.00 20 Pail, 12l Capacity, Black 2 Piece 21 Basin Plastic , Plastic ,28 Inches (large) 6 Piece Lot. Vii Lighting And Fixtures And Accessories 624.00 22 Bulb, Led,(5 Watts) 6 Piece Lot. Viii Measuring/observing/testing Devices 15,696.00 23 Weighing Scale, Manual, Flat Form, 10 Kgs. Capacity 9 Unit Lot. Ix Paints, Tools And Supplies 14,574.00 24 Paint Brush, 3in, Pure White Bristle 3 Pieces 25 Lacquer Thinner , 3 Liter/bottle 2 Bottle 26 Epoxy Paint , White 4 Liter/gallon 5 Gallon 27 Marine Epoxy , A/b 4 Liter Per Can 2 Can 28 Marine Epoxy , (a/b) 1 Liter Per Can 2 Can Lot. X Paper Materials And Products 980.00 29 Paper Cups , 10oz 4 Pack 30 Paper Cups , 12oz 4 Pack 31 Paper Cup , 16oz 4 Pack Lot. Xi Power Tools, Equipment And Accessories 135,500.00 32 "marine Engine, Air-cooled Gasoline Engine,(6.5 Hp) Starting System: Recoil System" 2 Unit 33 "marine Engine , Air-cooled Gasoline Engine ,18 Hp Starting System: Recoil System" 1 Unit 34 "marine Engine , Aircooled Gasoline Engine,16 Hp Starting System: Recoil System" 4 Unit 35 Electric Grinder , Wet & Dry,fully Stainless(3hp Grinder Peanut Butter,220v 60hz,heavy Duty) 1 Unit Lot. Xii Appliances 186,618.00 36 Blender , (heavy Duty) 220-240v 3hp/2238 W 1 Unit 37 "chest Freezer, Single Door, 6 Cu. Ft. Solid Top, Grip Handle, Key Lock, Single Wire Basket, Roller Feet, Defrost System: Manual With Warranty" 9 Unit 38 Water Dispenser, Cold (vendo Machine W/coinslot) 220v With Warranty 1 Unit 39 Washing Machine , (twin Tub) 14kgs Capacity With Warranty 2 Unit Lot. Xiii Metal Works & Fabrication 1,199,520.00 40 Fabricated Negokart, With Bmx Bicycle And Accessories (made Up Of G.i Steel Plate, G.i Pipe, Angle Bar. Body Should Bear The Official Seal Of Lgu-bayawan City, Dole And Dilp. Should Also Feature A Tourist Spot Of Bayawan City. 51 Unit Lot. Xiv Other Machinery And Equipment 29,944.00 41 Chainsaw , 36in. Gasoline Engine, 70 Horsepower, Portable 1 Unit Lot. Xv Other Supplies & Materials 506,399.60 42 Frying Wok, Stainless Steel Nonstick, 36cm Diameter,10.5 Cm Depth 51 Piece 43 Glass Show Case, (3 Layers) W-24cm, L-64cm, H-51cm, Thickness Of Glass-0.5cm 52 Unit 44 Steel Basin, Stainless ,45cmx15cm 2 Piece 45 Plastic Jar, With Cover 500ml, For Peanut Butter 100 Piece 46 Chair, Plastic Stool, White 3 Piece 47 Table, Plastic, Monobloc, Square 1 Piece 48 Hanger, Plastic 6 Dozen 49 Clip Hanger, Plastic 12 Pieces 50 Box, For Storage, Plastic, 120l With 2 Clips, Button Wheels For Easy Moving, Clear, Heavy Duty 3 Box 51 Baking Pan, Round, 6 Inches X 3 Inches, Upper Diameter:6 Inches, Bottom Diameter: 5.5 Inches, Height:3 Inches 5 Pieces 52 Glassine Cup, For Cupcake,10cm, 1000pcs/pack 1 Pack 53 Baking Pan, Rectangular, Aluminum 8x12 Inches 6 Pieces 54 Measuring Cup, Plastic, Transparent,up To 1l Capacity 1 Piece 55 Baking Liner, Parchment Paper, 20mtrs., 20m X 30mm Per Box 5 Box 56 Cupcake Molder, Carbon Steel 12 Holes Tray 3 Set 57 Trapal, , 6 Feet Height,0.4mm Thick 18 Meter 58 Brass Pipe, 3/4 Inches,male 25 Unit 59 Ball Joint, 3/4 X 1, For Pump Boat 1 Piece 60 Stainless Shaft, 3/4x5ft 2 Piece 61 Stainless Shaft, 5/8 X 7ft W/ Thread 1 Piece 62 Stainless Propeller 3/4 X 5ft 2 Unit 63 Stainless Propeller 5/8in X 7 1 Piece 64 G.i Pipe, # 1-5-40 20ft./length 1 Length 65 Stand Belt, S/s,3/8x2.5 2 Piece 66 Stand Belt, S/s ,3/8x3 2 Piece 67 P.e Hose , 1 1/2 4 Meter 68 Rope, #20 1..5 Roll 69 Rubber Float , Round (patao) 360 Pieces 70 Cooler Box, Styro, 12kls Capacity 6 Piece 71 Cooler, Plastic With Cover (40kgs. Capacity) 2 Piece 72 Battery, 12 Volts 22 Plates 1 Unit 73 Battery , 12 Volts 17 Plates 3 Unit 74 Iron Board, Foldable, Ironing Board Cover With Foam, 36in Board Length. 2 Piece 75 Stove, Single Burner (stainless Steel Body, Automatic Ignition Flame Controller, Gas Type: Lpg) 51 Unit 76 Stove, Single Burner With Gas Tank 7kgs. 1 Set 77 Aluminum Wok/cawa, Big Size, Diameter 56.5 Cm, Height 19cm 1 Piece 78 Fishing Hook, #58 2 Pack 79 Fishing Hook, #59 4 Pack 80 Fishing Hook, #60 4 Pack 81 Lead Sinker, No. 2 25 Kilo 82 Nylone , Monoline,#45 1 Kilo 83 Nylone , Monoline,#40 1 Kilo 84 Nylone , Monoline ,#30 1 Kilo 85 Nylon , Monoline,#25 1 Kilo 86 Nylone , Monoline,#20 1 Kilo 87 Nylon , Monoline,#15 5 Kilo 88 Nylone , Monoline.#12 1 Kilo 89 Nylone , Monoline,#10 10 Kilo 90 Fishing Net , (pamu) #8 4 Meter 91 Fishing Net , #10 1,500 Meter 92 Fishing Net , #9 1,400 Meter 93 Pamo Net , 210x2x9x100m 3 Roll 94 Pamo Net , 210x2x8x100m 3 Roll 95 Hand Mixer , (electric Cake Batter) 3 Kls. Capacity Single Whisk. 1 Unit 96 Plastic Sando Bag (xl) 50 Pieces Per Pack, (xl) 50 Pieces Per Pack 55 Pack 97 Sando Ecobag, Large, 50 Pieces/pack 55 Pack 98 Brass Pipe, 5/8" X 4 Feet 1 Piece 99 Sand Paper,#120 4 Pack 100 Sando Ecobag, Extra Large, 50 Pieces/pack 10 Pack 101 Cross Joint, 3/4 Ft. X 5/8 Inches, 3/4 Ft. X 5/8 Inches 2 Piece 102 Rudder Assembly Stainless 5/8 Inches X 3 Feet, 5/8 Inches X 3 Feet 2 Piece 103 Rudder Assembly Stainless 5/8 Inches X 3.5 Feet, 5/8 Inches X 3.5 Feet 1 Piece Lot. Xvi Cleaning Equipment And Supplies 223,426.00 104 Bleaching Liquid, 250ml Per Bottle 408 Bottle 105 Bleaching Liquid, 5l Per Bottle 4 Bottle 106 Bleaching Liquid, 3.785l Per Bottle 10 Bottle 107 Bleaching Liquid, Color Safe 3.6l 10 Bottle 108 Body Soap, Pure White With Germ Shield, 60g 408 Piece 109 Body Soap, Fresh Green With Germ Shield, 60g 408 Piece 110 Detergent Bar, 360g 20 Piece 111 Detergent Bar, White, 400g 408 Piece 112 Detergent Powder, Calamansi (single), 57gx6 Sachet 510 Pack 113 Detergent Powder , (whitener) 2 Kilo Per Pack 10 Piece 114 Detergent Powder , (twin Pack) Sunrise Fresh 70g X 6 Sachet 408 Pack 115 Detergent Powder , (all Colors) 2 Kilo Per Pack 10 Pack 116 Fabric Conditioner, Antibac, Sachet, 25ml X 6 340 Pack 117 Fabric Conditioner , Sunrise Fresh, (1l) 10 Piece 118 Hair Conditioner, Standout Straight Sachet, 12ml X 6 170 Pack 119 Hair Conditioner, Damage Control 11ml X 6sachet 170 Pack 120 Hair Shampoo & Conditioner , Complete Repair Avocado Oil & Honey For Damage Hair, 15ml X 6 Sachet 408 Pack 121 Hair Shampoo, Smooth & Manageable 15ml X 12s 408 Pack 122 Sanitary Napkin, Non-wings 8pcs/pack 204 Pack 123 Sanitary Napkin, W/wings 8pcs/pack 170 Pack 124 Toothpaste Cool Menthol Fresh Twin Sachet, 20g, Cool Menthol Fresh Twin Sachet, 20g 408 Piece Lot. Xvii Commercial Lumber 11,254.00 125 Lumber, Gemillina,1x2x18 15 Piece 126 Lumber, Gemillina,2x8x8 1 Piece 127 Good Lumber, 1x2x10 9 Piece 128 Good Lumber, 1x12x16 3 Piece 129 Good Lumber, 1x2x18 3 Piece 130 Good Lumber, 2x2x10 9 Piece 131 Good Lumber, 2x2x8 3 Piece 132 Good Lumber, 2x4x8 2 Piece ***nothing Follows*** Grand Total 2,545,751.10 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Itb 24-326 300-24-12-011 Delivery Of Other Supplies And Materials For Integrated Livelihood Project.(ccmdo) 2,545,751.10 Trust Fund Lot No. Description Of Lot Total Abc Of Lot Bid Security Cash/mc/bank Gurantee (2% Of Abc) I Feeds 42,930.00 856.60 Ii Drugs And Medicines 3,810.00 76.2 Iii Carpentry Tools And Supplies 14,877.00 297.54 Iv Bolt And Screw 220.00 4.40 V Electrical Supplies And Materials 158,218.00 3,164.36 Vi Farm/garden Tools And Accessories 1,160.00 23.20 Vii Lighting And Fixtures And Accessories 624.00 12.48 Viii Measuring/observing/testing Devices 15,696.00 313.92 Ix Paints, Tools And Supplies 14,574.00 291.48 X Paper Materials And Products 980.00 19.6 Xi Power Tools, Equipment And Accessories 135,500.00 2,710.00 Xii Appliances 186,618.00 3,732.36 Xiii Metal Works & Fabrication 1,199,520.00 23,990.40 Xiv Other Machinery And Equipment 29,944.00 598.88 Xv Other Supplies & Materials 506,399.60 10,127.992 Xvi Cleaning Equipment And Supplies 223,426.00 4.468.52 Xvii Commercial Lumber 11,254.00 225.08 Bid Documents Shall Be Available At The Bac Office, New Bayawan City Hall, Negosyo Center, Lgu Bayawan City Upon Ss Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00. Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed Below, As Follows: Activities Schedule Issuance Of Bid Documents December 27, 2024 To January 15, 2025 @ 5:00 P.m. Pre-bid Conference January 7, 2025 @ 9:00 A.m. Deadline/opening Of Bids January 16, 2025 @ 9:00 A.m. Approved: Virginia D. Sadiasa Bac Chairman Geps Publication : December 27, 2024 Newspaper : None
Closing Date16 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.5 K)
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Details: 1. Synopsis
this Is A Sources Sought Announcement In Accordance With Far 15.201 And In Anticipation Of A Potential Future Procurement. This Is Not A Request For Proposal (rfp). No Solicitation Exists At This Time. The Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice.
the Naval Sea Systems Command (navsea) Is Conducting Market Research To Assess Industry Capability To Support The U.s. Navy In Continued Fielding And Maintenance Of The Total Ship Computing Environment Infrastructure (tscei) And The Zumwalt Combat System (zcs) Total Ship Computing Environment (tsce) Core Software. Tscei Hardware And Tsce Core Software Is The Heart Of Zcs. The Government Is Seeking Responses From Sources With The Facilities And Proficiency Required To Execute Any Of The Capabilities Listed In Enclosure 1.
2. Response Requirements
responses Shall Be Limited To A Total Of 10 Pages, 1-inch Margins, Single-sided, 10-point Times New Roman Font Or Larger. Figures/graphs/tables Can Be Included Within The Page Limit With 8-point Font Or Larger Text. Responses Shall Be Submitted In Microsoft Word Or Adobe Acrobat Portable Document Format (pdf) And Reference: N00024-25-r-5507 – Sources Sought Navy Tscei. Each Page Must Be Counted Except For The Following:
cover Page
company Information
size Status
interested Parties Shall Submit One White Paper Including The Company Name, Telephone Number, Mailing Address, Duns Number, Cage Code And E-mail Address Of One Point Of Contact.
provide Number Of Employees Employed By Company’s Business Unit Considering This Opportunity, And The Geographic Locations.
identify Contracts Within The Last Five (5) Years With Similar Scope And Provide Brief Overview Of Company Responsibilities And Magnitude Of Its Role.
if A Small Business, Identify Type Of Small Business (e.g. 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned).
industry Shall Address Whether They Have A Minimum Secret Level Facility Security Clearance.
the White Paper Should Demonstrate The Company's Capabilities And Experience To Design, Build, Integrate, Test, And/or Produce Applicable Combat System Elements And/or Subsystems To Support The Tscei. Failure To Provide A Response Does Not Preclude Participation In Any Possible Future Rfp, If Issued.
a.) Introduction — Provide A Brief Company Introduction And Relevant Details Of The Company/organization, Including Any Potential Teaming Approach. Additionally, Interested Parties Shall Identify If Their Company Has The Capability To Be A Prime Contractor Or If It Is Only Interested In Subcontracting Opportunities.
b.) Capabilities — Succinctly Address The Contractor’s Ability To Manage The Types And Magnitude Of Tasking, Technical Ability To Perform The Task, And The Capacity To Conduct The Requirements Of The Task.
c.) Experience —this Section Should Include Specific Demonstrated Capabilities, Knowledge, And Experience For Each Capability. Identify Any Demonstrated Expertise And Experience That Can Be Directly Applied To The Development And Evaluation Of Navy Combat System Capabilities. Does Your Company Have A Satisfactory Performance Record For The Type Of Work Required? Please Provide Examples Of Relevant And Recent (within Five Years) Past Performance.
d.) Place Of Performance — Provide The Expected Place Of Performance. Identify Existing Facilities For Manufacturing, Assembly, And Component, Subsystem, And System Integration, Qualification, Production, And Testing Required To Support Tscei On Zumwalt Class Destroyers.
e.) Barriers To Competition — Identify Any Obstacles To Competition As A Prime And/or Subcontractor For The Proposed Scope For This Tscei Effort. In Addition, The Company May Recommend Solutions Or Mitigation Paths For The Navy To Overcome The Obstacles.
3. Disclaimer
this Sources Sought Is Issued Solely For Market Research Purposes. It Does Not Constitute A Rfp Or A Promise To Issue An Rfp In The Future. This Sources Sought Does Not Commit The Government To Solicit Offers Or Award A Contract. The Information Provided In This Sources Sought Is Subject To Change And Is Not Binding On The Government. The Government May Request Further Information Regarding Respondents’ Self-assessed Capabilities And May Request A Presentation And/or A Site Visit. Any Such Requests Would Not Signify Preference Nor Solicitation. Respondents Are Advised That All Costs Associated With Responding To This Sources Sought Will Be Solely At The Interested Parties’ Expense, And The U.s. Government Will Not Pay For Any Information Or Costs Incurred Or Associated With Submitting A Response To This Sources Sought. Information Submitted In Response To This Source Sought Will Become The Property Of The United States Government. Submitters Should Properly Mark Their Responses With The Appropriate Restrictive Markings. Information That Is Proprietary Or Competition Sensitive Will Be Protected From Disclosure Under The Public Records Law Only If Properly Labeled As Such.anticipated Place Of Performance Will Be At The Awarded Contractor's Location.
4. Response Due Date And Government Points Of Contact
interested Companies Should Provide A Response On Or Before 3:00 Pm Est, 13 Jan 2025. The Submission Should Include One Electronic (virus Scanned) Copy Sent Via E-mail To The Contracting Officer At William.j.jee.civ@us.navy.mil. Please Include The Source Sought Title In The Subject Of The E-mail.
all Information Received That Includes Proprietary Markings Will Be Handled In Accordance With Applicable Statutes And Regulations. An Acknowledgement Of Receipt Will Be Provided For All Responses Received. If You Do Not Receive An Acknowledgement Within Two Working Days, Please Notify The Points Of Contact Listed In This Notice.
enclosure (1):
a.) Several Assumptions And Constraints Of The Total Ship Computing Environment Infrastructure (tscei) And Total Ship Computing Environment (tsce) Systems Should Be Taken Into Account For Any Responses, Including:
tscei Which Includes Core Data Processing And Ship-wide Network Infrastructure Will Be Modernized To Support Infrastructure As A Service (iaas). Tscei Integrates The Ship's Combat System, Sensors, Weapons, Command-and-control Ship Control, And Integrated Communications Functions Into A Cohesive And Unified System.
primary Mission Of The Ddg 1000 Class Is Surface Strike.
a Technical Data Package (tdp) Is Not Available For Either Tscei Hardware Or Tsce Software At This Time.
b.) Specific Elements That Interface With Tscei Include, But Are Not Limited To:
mk57 Peripheral Vertical Launching System (vls)
cooperative Engagement Capability (cec)
identification Friend Or Foe (iff)
tomahawk Tactical Weapon Control System (ttwcs)
evolved Sea Sparrow Missile (essm) All Up Round(aur)
sps-73/surface Search Radar
horizon And Surface Search Phased Array Radars
standard Missile Aur Family
tomahawk Aur
surface Electronic Warfare Improvement Program(sewip) / Slq-32
integrated Communications Controller (icc)
inertial Navigation System (ins) / Wsn-7/9
engineering Control System (ecs)
conventional Prompt Strike (cps) / Large Missile Vertical Launch System (lmvls)
zumwalt Operating Environment Trusted Virtualenvironment (zoetve)
global Command And Control System-maritime (gccs-m)
common Data Link Management System (cdlms)
shipboard Gridlock System With Auto Correlation (sgs/ac)
navigation Sensor System Interface (navssi)/ Global Positioning System-based Positioning, Navigation And Timing Services (gpnts)
moriah Wind System (mws)
mk46 Gun Weapon System
nixie / Slq-25c/e
on-board Trainer (obt) / Navy Continuous Training Environment (ncte)
electro-optics Surveillance
integrated Broadcast System (ibs)
satellite Communication (satcom)
c.) The Government Is Seeking Input From Industry To Determine If There Are Sources With The Facilities And Proficiency Required To Execute Any Or All Of The Below Capabilities. Providing A Subset Response To The Below Capabilities Is Acceptable:
technical Leadership, Including Integration, Coordination, And System Engineering Across The Program For Successful Integration Of All Combat System, Strategic System, Hm&e Control System, And Command, Control, Communication, Computer, Cyber And Intelligence (c5i) System Elements
systems Engineering, Including Model-based Systems Engineering, To Support The Zumwalt Class Destroyer Platform Combat System Design, Development And Testing . Engineering Development Efforts Include:
requirements Analysis
system Architecture
subsystem, Component, And Test Requirements Development
design Analysis And Design Integration
cybersecurity Engineering
network Engineering
modeling & Simulation
system Integration, Verification And Validation Testing To Support Combat System Certification
software Development Within A Devsecops Environment, Including Coding, Testing, Integration, Deployment, And Maintenance Of Software Products. Software Development Efforts Include:
compute Hardware And Network Switch Obsolescence Management
infrastructure As A Service
platform As A Service
software As A Service
continuous Authority To Operate/certificate-to-ship
experience With Goals Questions Indicators Metrics (gqim) Approach To Software Sustainment And Development
sustainment / Integrated Logistics Support (ils), Including Lifecycle Support Necessary To Maintain Tscei Hardware. Sustainment / Ils Efforts Include:
diminishing Manufacturing Sources And Material Shortages (dmsms) Management, Includes Identifying Obsolescence Issues, Implementing Resolutions, Providing Crew And In-service Engineering Agent (isea) Technical Reach Back On Dmsms Issues
ils Product Maintenance, Including Interactive Electronic Technical Manuals (ietms)/tech Manuals, Planned Maintenance System (pms) Maintenance Installation Plan (mip)/maintenance Requirement Cards (mrcs), Fleet Introductory Training (fit), Configuration/provisioning Data, Incorporating Baseline Updates Stemming From Engineering Change Proposals (ecps) Or Feedback Report Changes
configuration Management
repair Support And Services, Including Support As Interim Depot For Repair/replace Of Failed Depot Level Repairable Assets
life Cycle Transition Support
reliability, Maintainability And Availability (rma)/failure Reporting Analysis And Corrective Action System (fracas)
depot Capability
participation In Government Chaired Software And Hardware Sustainment/ Improvement/maintenance Process For Configuration Control Boards (ccbs) And Other Related Meetings Including, But Not Limited To Risk Review Boards, Executive Steering Committees, Technical Interchange Meetings, Integrated Product Team Meetings, And In-process Reviews.
capability To Maintain/update Software And Hardware Related Documentation, Specifications, And Operational Training Curriculum.
capability To Develop, Deliver, And Maintain Technical Data Packages (tdps).
capability To Develop And Maintain Zcs Baseline Configuration Definition Documents (cdds).
experience With Software Installation Aboard In-service And Shore Installations.
technical Team Support To The Fleet Via The Deployment Of Ship Riders.
integrated Activation And Testing, Including Test Plan Development, Test Sequencing, And Support.
facilities And Manpower To Manufacture, Integrate, Install, And Support Combat System Equipment On The Zumwalt Class.
facilities And Manpower To Support Land-based Integration, Testing, And Certification.
d.) These Potential Efforts Do Not Reflect Any Endorsement By The Department Of Defense Nor Do They Reflect Any Policy Considerations That May Apply To Any Given Concept (e.g., Basing Arrangements, Treaty Compliance, Etc.).
e.) This Sources Sought And Related Information Will Be Available Only Through The Internet At The Sam.gov Website (https://sam.gov/). The Government Will Not Provide Information In Response To Any Written, Telephone, Or Facsimile Requests.
f.) Distribution Of All Future Information About This Sources Sought Will Be Through The Sam.gov Website. Interested Parties Are Responsible For Monitoring The Sam.gov Website To Assure They Have The Most Up-to-date Information On This Notice. Please Visit Said Website And Faqs For Information And Assistance Regarding Any Downloading Or Other Issues.
Closing Date13 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Sources Sought
sources Sought Notice
this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is A Sources Sought Request Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations.
the Department Of Veterans Affairs Visn 10 Network Contracting Office 10, Serving Indiana, Michigan, And Ohio Va Medical Centers, Is Conducting A Market Survey To Help Determine The Availability And Technical Capability Of Qualified Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, Small Businesses, And/or Hubzone Small Businesses Capable Of Serving The Needs Identified Below. This Sources Sought Notice Is For Open Market As Well As Federal Supply Schedule Services.
the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Women Owned Small Business, Hub Zone, 8(a), Small Business, Or Large Business), Relative To Naics 621320. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On The System For Award Management (sam) Federal Business Opportunities Website Https://sam.gov/content/home At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement.
your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.
please Note That This Is Not A Request For Proposal; No Solicitation Exists At This Time.
project Requirments:
background
the Visn 10 Va Medical Facilities Have A Need To Purchase Nonpersonal Services To Provide Optical Dispensing For The Va Medical Centers (vamc), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States.
the Visn 10 Va Medical Facilities Are Seeking To Procure Optical Dispensing Services That Can Meet Or Exceed Our Required Specifications. As A Result Of This Sources Sought And Market Research, A Solicitation Will Be Publicly Posted To Sam.gov As Well As Sent To Interested Vendors Regarding This Requirement. The Goal Of This Sources Sought Is To Establish If There May Be Any Small Business Vendors That Can Satisfy This Requirement. Please Advise If You Can Provide The Service. Please Submit All Information To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025.
anticipated Period Of Performance: March 26, 2025, Through March 25, 2026, With One (1) Option Year.
the Intended Delivery Period Is To Be Determined.
confidentiality Of Information
in Accordance With Far 52.227-14(b), The Contractor Shall Guarantee Strict Confidentiality Of The Information/data That It Is Provided By The Government During The Performance Of The Contract. The Government Has Determined That The Information/data That The Contractor Will Be Provided During The Performance Of The Contract Is Of A Sensitive Nature And Cannot Be Disclosed In Any Manner.
the Contractor, In Whole Or In Part, Can Only Make Disclosure Of The Information/data, After The Contractor Receives Prior Written Approval From The Contracting Officer. Whenever The Contractor Is Uncertain With Regard To The Proper Handling Of Information/data Under The Contract, The Contractor Shall Obtain A Written Determination From The Contracting Officer.
interested Firms Responding To This Sources Sought Notice Must Adhere To The Following:
(a) Provide A Capability Statement Demonstrating Relevant Experience, Skills, And Ability To Fulfill The Government's Requirements For The Above. The Capability Statement Should Contain Sufficient Detail For The Government To Make An Informed Decision Regarding Your Capabilities; However, The Statement Should Not Exceed 10 Pages.
(b) The Capability Statement Must Identify The Responder's Business Type And Size.
(c) The Capability Statement Must Provide Company Name And Address, Point Of Contact, Phone/fax/email And Naics Code(s).
(d) All Capability Statements Must Be Submitted To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025.
this Notice Is Not A Request For Proposals. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization S Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
a Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Discretion Of The Government. If Capability Statements Are Not Received From At Least Two Responsible Businesses By The Response Date Or If The Government Determines That No Small Business Concerns Are Capable Of Performing This Requirement Based Upon An Evaluation Of The Capability Statements Submitted, The Government May Proceed With A Full And Open Competition.
ohio Optical Dispensing Services
part 1
general Information
general:
this Is A Nonpersonal Services Contract To Provide Optical Dispensing Services For The Va Medical Centers (vamcs), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. The Government Shall Not Exercise Any Supervision Or Control Over The Personnel Performing The Services Described Herein. Such Personnel Shall Be Accountable Solely To The Contractor Who, In Turn, Is Responsible To The Government.
description Of Services/introduction:
the Contractor Shall Provide All Personnel, Equipment, Supplies, Off-site Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Nonpersonal Services Necessary To Fitting, Ordering, Adjusting, Conducting Minor Repairs, And Education For Dispensing Eyeglasses To Veterans In The Ohio Va Service Area, As Defined In This Performance Work Statement (pws), Except For Those Items Specified As Government-furnished Property And Services. The Government Will Provide Spaces For Performance, And Others Will Be Furnished By The Contractor (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address).
background:
the Veterans Integrated Service Network (visn) 10 Prosthetics Program Fabricates Eyeglasses For The Visn 10 Vamcs And Their Supporting Cbocs And Clinics. While The Eyeglasses Are Manufactured At The Visn 10/12 Optical Lab, Visn 10 Requires On-site Dispensing Services Or, Where There Is A Lack Of Clinic Space, Requires Off-site Dispensing Services. These Dispensaries Will Serve Various Functions. The Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision Necessary For Eyeglass Dispensary Services, To Include Functions Such As Fitting, Ordering, Adjusting, Dispensing, Repairing (minor), And Education Of Veterans.
1.3 Scope Summary:
the Government Intends To Enter Into One (or More) Indefinite Delivery Indefinite Quantity Contract(s) That Clearly Outline The Contractor S Obligations Regarding Ordering And Dispensing Eyewear To Veterans Within The Framework Of Established Va Guidelines And Practices.
visn 10 Anticipates Awarding One (1) (or More) Firm-fixed Price Contract(s). The Awarded Contract(s) Will Contain One (1) Base Period And Two (2) Option Periods (see Price Schedule For Performance Periods).
the Sites Covered By This Requirement Shall Include Vamcs, Cbocs, And Clinics, As Detailed In Section 1.5.5 Below.
1.4 Period Of Performance:
to Be Determined.
1.5 General Information:
1.5.1 Quality Control:
the Contractor Shall Develop And Maintain An Effective Performance Monitoring Plan To Ensure Services Are Performed In Accordance With This Pws. The Contractor Shall Develop And Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services.
1.5.2 Quality Assurance:
the Government Shall Evaluate The Contractor S Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Is Primarily Focused On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With The Performance Standards. It Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Minimum Acceptable Defect Rates.
1.5.3 Recognized Holidays:
new Year S Day Labor Day
martin Luther King Jr. S Birthday Columbus Day
president S Day Veteran S Day
memorial Day Thanksgiving Day
juneteenth Independence Day Christmas Day
independence Day
**and Any Other Day Declared By The President Of The United States As A Federal Holiday**
1.5.4 Hours Of Operation:
the Schedule Of Days And Hours Of Operation Shall Be Mutually Agreed Upon Between Contractor And Government. Section 4.0.3 Of This Pws Establishes The Minimum Number Of Days Of Operation Per Week At Each Location; The Contractor Shall Provide These Services On Weekdays. On The Days The Contractor Provides Optician Services, Said Services Shall Be Available During The Same Hours The Site (i.e., Vamc, Cboc, Or Clinic) Is In Operation Or Open For Appointments. For Those Sites Where Optician Services Are Provided Five Days Per Week, Monday Through Friday, If The Contracting Officer S Representative (cor) Determines The Volume Of Optical Orders Warrants Additional Coverage, The Contractor Shall Be Responsible For Providing Optician Services On Saturdays As Well. For Locations That Are Open Fewer Than Five Days Per Week, The Contractor Shall Establish Consistent Days And Hours Of Operation. Additionally, During The Weekdays In Which An Optician Is Not On-site, The Contractor Shall Make An Alternative Ordering Location Available To Veterans. The Contractor Is Not Responsible For Conducting Business On The Recognized Holidays Listed In Section 1.5.3, Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves. The Contractor Must At All Times Maintain An Adequate Workforce For The Uninterrupted Performance Of All Tasks Defined Within This Pws When The Government Facility Is Not Closed For The Reasons Discussed In This Section. An Adequate Workforce Includes Operating Hours As Well As Staffing Levels To Support Workload Demand. When Hiring Personnel, The Contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Are Essential To Successful Performance.
1.5.5 Place Of Performance:
the Work To Be Performed Under This Contract Will Be Performed At/nearby*:
chillicothe Vamc
17273 State Route 104, Chillicothe, Oh 45601
athens Cboc
510 West Union Street, Athens, Oh 45701
cambridge Cboc
2146 Southgate Pkwy., Cambridge, Oh 43725
lancaster Cboc
1550 Sheridan Drive, Suite 100, Lancaster, Oh 43130
portsmouth Cboc
840 Gallia Street, Portsmouth, Oh 45662
marietta Cboc
418 Colgate Drive, Marietta, Oh 45750
wilmington Outreach Clinic
448 West Main Street, Wilmington, Oh 45177
â
â
cincinnati Vamc
2929 Highland Avenue, Cincinnati, Oh 45220
bellevue Cboc
103 Landmark Drive, Suite 300, Bellevue, Ky 41073
florence Cboc
7310 Turfway Road, Suite 540, Florence, Ky 41042
hamilton Cboc
1755-c South Eire Highway, Hamilton, Oh 45011
lawrenceburg Cboc
1600 Flossie Drive, Greendale, In 47025
clermont County Cboc
4600 Beechwood Road, Cincinnati, Oh 45244
georgetown Cboc
474 Home Street, Georgetown, Oh 45121
â
â
louis Stokes Cleveland Vamc
10701 E. Boulevard, Cleveland, Oh 44106
akron Cboc
55 W. Waterloo, Akron, Oh 44319
canton Cboc
733 Market Avenue South, Canton, Oh 44702
new Philadelphia Cboc
1260 Monroe Avenue - Suite 1a, New Philadelphia, Oh 44663
lake County Va Cboc
35000 Kaiser Court, Willoughby, Oh 44094
east Liverpool/calcutta Cboc
15655 State Route 170 - Suite A, Calcutta, Oh 43920
lorain Cboc
5275 North Abbe Road, Elyria, Oh 44035
sandusky Cboc
1912 Hayes Avenue, Sandusky, Oh 44870
mansfield Cboc
1025 South Trimble Road, Mansfield, Oh 44906
youngstown Cboc
1815 Belmont Avenue, Youngstown, Oh 44505
parma Cboc
8787 Brookpark Road, Parma, Oh 44141
ravenna Cboc
6751 N. Chestnut St, Ravenna, Oh 44266
warren Cboc
1460 Tod Ave Nw, Warren, Oh 44485
chalmers P. Wylie Ambulatory Care Center (acc)
420 N. James Road, Columbus, Oh 43219
newark Cboc
1855 W. Main Street, Newark, Oh 43055
grove City Cboc
5775 N. Meadows Drive, Grove City, Oh 43123
zanesville Cboc
2800 Maple Avenue, Zanesville, Oh 43701
marion Cboc
1203 Delaware Avenue, Marion, Oh 43224
â
dayton Vamc
4100 W. Third Street, Dayton, Oh 45428
lima Cboc
1303 Bellefontaine Avenue, Lima, Oh 45804
richmond Cboc
1010 N. J Street, Richmond, In 47374
springfield Cboc
512 South Burnett Road, Springfield, Oh 45505
middletown Cboc
4337 North Union Road, Middletown, Oh 45005
*these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer (co).
1.5.6 Type Of Contract:
the Government Intends To Award One (or More) Indefinite Delivery Indefinite Quantity Contract(s).
1.5.7 Security Requirement And Background Checks:
the Contractor Shall Be Given Beneficiary Information That May Include The Veteran S Name, Residential Address, Telephone Number, And Social Security Number. Beneficiary Information Is Confidential And Is Protected Under The Privacy Act Of 1974 And The Healthcare Insurance Portability And Accountability Act Of 1996 (hipaa). Any Individual Making Unauthorized Disclosures May Be Criminally Liable For Violations Under The Acts. The Contractor Shall Not Use Or Further Disclose Beneficiary Information In A Manner That Would Violate The Federal Privacy And Confidentiality Statutes. The Contractor Shall Receive Privacy Training Before Performance Begins On This Contract And Annually Thereafter Through The Va S Training Management System (tms). Completion Certificates Shall Be Faxed To The Cor. Any Electronic Communication That Includes Hipaa Information Shall Be Done Through Pki Encrypted E-mail.
once Tms Training Is Completed And Training Certificates For The Required Information Security And Privacy Training Courses Are Provided To The Cor, And The Visn 10 Unified Access Request Form Has Been Submitted By The Cor, The Contractor May Be Granted Access To The Veterans Health Information System Technology Architecture (vista) And/or Previous Prescription Data Needed For Prescriptions, Troubleshooting Fitting, Etc. The Appropriate Access Is Determined By The Cor.
the Contractor Shall Maintain Positive Control Over Any Government-issued Items, Including But Not Limited To The Following:
keys
government Computers
sample Eyeglass Frames
fax Machines (where Applicable)
all Items And Government Areas Shall Be Secured When Not In Use.
1.5.8 Special Qualifications:
vendor Will Be Qualified To Educate And Assist The Veterans In The Proper Choice, Use, And Care Of Their Eyewear. In Addition To Frame Selection, The Vendor Will Be Responsible For All Measurements And Fitting Of Eyewear. Appropriate State Licensure/certifications Will Be Required If Deemed Necessary By The State Where The Vamc, Cboc, Or Clinic Is Located. Vendor Shall Provide Appropriate Professional Business License(s) Within The State Or States Required Per Each Facility Serviced. Vendor Shall Also Comply With Any Other Federal, State, And Local Law Applicable To The Industry.
1.5.9 Post Award Conference/periodic Progress Meetings:
the Contractor Agrees To Attend Any Post Award Conference Convened By The Contracting Activity, In Accordance With Federal Acquisition Regulation Subpart 42.5. The Co, Cor, And Other Government Personnel, As Appropriate, May Meet Periodically With The Contractor To Review The Contractor's Performance. At These Meetings, The Co Will Apprise The Contractor Of How The Government Views The Contractor's Performance And The Contractor Will Apprise The Government Of Problems, If Any, Being Experienced. Appropriate Action Shall Be Taken To Resolve Outstanding Issues. These Meetings Shall Be Attended At No Additional Cost To The Government.
1.5.10 Contracting Officer S Representative (cor):
the Cor Will Be Identified By Separate Letter. The Cor Monitors All Technical Aspects Of The Contract And Assists In Contract Administration. The Co Will Issue A Letter Of Delegation To The Cor And A Copy Will Be Provided To The Contractor. This Delegation Will State The Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract.
1.5.11 Key Personnel:
the Follow Personnel Are Considered Key Personnel By The Government:
contracting Officer
contracting Officer S Representative
a Prosthetics And Sensory Aids Service (psas) Representative Will Be Located At Each Of The Vamc Facilities. The Contact Information For The Psas Representative Will Be Provided To The Contractor Upon Contract Award. A Psas Representative Has The Exclusive Responsibility For Determining Eligibility And Necessity For Va Prosthetic Goods And Services (e.g., Eyeglasses). The Psas Representative Also Coordinates And Resolves Problems Related To Such Goods And Services. Any Matter That Cannot Be Resolved By A Psas Representative Will Be Referred To The Cor. Any Matter Than Cannot Be Resolved By A Cor Will Be Referred To The Co.
the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person And An Alternate Who Shall Act For The Contractor When The Manager Is Absent Shall Be Designated In Writing To The Co. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager Or Alternate Shall Be Available During Regular Working Hours, Monday Through Friday (and Saturday, If Applicable At The Location) Except On The Recognized Holidays Listed In Section 1.5.3 Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves.
1.5.12 Identification Of Contractor Employees:
all Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. They Must Also Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. All Contract Personnel Shall Wear Identification On The Outside Of Their Attire While Under Performance Under This Contract. The Identification Tag Shall Indicate That He Or She Is A Contractor And Include His Or Her First And Last Name. These May Be Either Government (contractor Personal Identity Verification) Or Contractor-issued Identification Tags.
1.5.13 Contractor Required Dress Code:
all Employees Involved In The Performance Under This Contract Shall Dress In Accordance With The Policies Of The Vamc, Cboc, And/or Clinics At Which They Perform Under The Contract.
part 2
definitions & Acronyms
2.0 Definitions And Acronyms
2.0.1 Definitions:
acceptable Quality Level (aql). The Aql Expresses The Allowable Variation From The Standard That Will Result In An Acceptable Level Of Quality (100% Unless Otherwise Stated) That Is The Maximum Allowable Error Rate Or Variation From The Standard.
contractor. A Supplier Or Vendor Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime.
contracting Officer. A Person With Authority To Enter Into, Administer, And/or Terminate Contracts, And Make Related Determinations And Findings On Behalf Of The Government. The Co Is The Only Individual Who Can Legally Bind The Government.
contracting Officer S Representative (cor). An Employee Of The U.s. Government Appointed By The Co To Administer The Contract. Such Appointment Shall Be In Writing And Shall State The Scope Of Authority And Limitations. This Individual Has Authority To Provide Technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract.
dispensed: Prosthetic Devices Will Be Considered Dispensed When The Veteran Has Been Contacted For Pick-up Or The Device Has Been Mailed. If The Contractor Is Unable To Make Contact With The Veteran On The First Attempt, The Contractor Shall Make A Documented Second Attempt Within Five (5) Business Days. After Two Failed Attempts To Reach The Veteran Via Telephone, The Contractor Shall Send A Letter To The Veteran Informing Him Or Her The Eyeglasses Are Ready For Pickup.
defective Service. A Service Output That Does Not Meet The Standard Of Performance Associated With The Performance Work Statement.
key Personnel. Contractor Personnel That Are Evaluated In A Source Selection Process And That May Be Required To Be Used In The Performance Of A Contract By The Key Personnel Listed In The Pws. When Key Personnel Are Used As An Evaluation Factor In Best Value Procurement, An Offer Can Be Rejected If It Does Not Have A Firm Commitment From The Persons That Are Listed In The Proposal.
quality Assurance. The Government Procedures To Verify That Services Being Performed By The Contractor Are Performed According To Acceptable Standards.
quality Assurance Surveillance Plan (qasp). An Organized Written Document Specifying The Surveillance Methodology To Be Utilized By The Government For Surveillance Of Contractor Performance.
quality Control. All Necessary Measures Taken By The Contractor To Assure That The Quality Of An End Product Or Service Shall Meet Contract Requirements.
shipped. For Items Shipped Directly To Veterans By The Va, Items Will Be Considered Shipped When The Contractor Receives The Shipping Manifest From The Va. For Items Shipped Directly To Veterans By The Contractor (i.e., Upgraded Eyeglasses), Items Will Be Considered Shipped When The Items Are Mailed Via The Postal/package Carrier (e.g., United Parcel Service (ups), Fedex, Or United States Postal Service (usps)).
subcontractor. One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor.
workday. The Number Of Hours Per Day The Contractor Provides Services In Accordance With The Contract.
work Week. Monday Through Friday, Unless Otherwise Specified.
2.0.2 Acronyms/abbreviations:
acc Ambulatory Care Center
aql Acceptable Quality Level
aus Acquisition And Utilization Specialist
cboc Community Based Outpatient Clinic
co Contracting Officer
cor Contracting Officer S Representative
hipaa Health Insurance Portability And Accountability Act Of 1996
psas Prosthetics And Sensory Aids Service
pws Performance Work Statement
qa Quality Assurance
qasp Quality Assurance Surveillance Plan
qc Quality Control
roe Remote Order Entry
tms Training Management System
vamc Veterans Affairs Medical Center
visn Veterans Integrated Service Network
vista Veterans Health Information System Technology Architecture
part 3
contractor-furnished Items And Services
3.0 Contractor-furnished Items And Responsibilities:
3.0.1 Services:
the Contractor Shall:
provide All Labor (complying With Service Contract Act Wage Determinations), Equipment, Materials, Supplies, And Supervision.
ensure All Of The Vendor S Employees Possess The Appropriate State Licensure/certifications Deemed Necessary By The Applicable State Law.
provide Documentation Showing Initial Employee Orientation And On-going Training, Which Demonstrates The Employee S Knowledge, Experience, And Competence Are Appropriate For His/her Assigned Responsibilities. The Vendor Shall Document Assessment Of Employee Competency. As A Part Of The Employee S Initial Orientation, The Vendor Shall Provide An Orientation On The Va And On The Requirements Of This Contract. Training Topics Shall Cover All Aspects Of The Services Provided Under This Contract, Including Patient Confidentiality, Patient Safety And Risk Assessment, Hipaa, Remote Order Entry (roe), Vista, Communicating Safe Use And Care Of Equipment To Patients And Caregivers, And Infection Control Procedures. The Vendor Assures All Personnel Comply With All Current And Future Va Requirements Such As Safety, Ethics, And Hipaa, Required Of Business Associates, Which May Also Include Tms Training Assignments.
ensure A High Degree Of Professionalism And Understanding Are Demonstrated When The Vendor S Employees Interact With Patients. The Vendor S Employees Are Expected To Be Discreet And Tactful And Demonstrate Concern, Compassion, And Patience. Some Patients Have Physical Disabilities Or Chronic Illnesses That Influence Their Behavior And Lifestyle. Verbal Or Physical Abuse, Or Unprofessional Behavior Or Conduct Toward A Patient And/or Caregiver, Will Not Be Tolerated. The Va Reserves The Right To Request The Removal Of Any Employee From Performance Of Services Under This Contract If His/her Behavior And/or Level Of Services Provided Are Not In Strict Accordance With The Requirements Of This Contract.
ensure Vendor S Employees Provide Superior Customer Service And Answer All Patient Or Va Staff Inquiries No Later Than 5:00 P.m. The Following Business Day.
make Employee Records, Including But Not Limited To Training Documentation, Available For Review By The Cor. This Request May Be Made During Visits To The Vendor S Facility, Or The Vendor May Be Requested To Submit The Documentation To The Cor S Location. The Vendor Shall Provide A List To The Cor That Identifies Employee S Location And The Type Of Services He/she Provides. The Initial List Shall Be Submitted 10 Days Prior To Performance Beginning Under The Contract.
allow The Government To Perform Unannounced Site Visits To Any Vendor Facilities Or Off-site Locations At The Government S Discretion.
ensure Professional Business Certifications/licensure Within The State(s) Required Per Each Facility Serviced. All Applicable Documentation Shall Be Provided To The Cor Prior To Each Employee Initiating Work In Accordance With The Contract And Annually Thereafter.
3.0.2 Materials:
unless Provided By The Government At A Government Facility, The Contractor Shall Provide The Following: Furniture; A Lensometer; And Basic Tools And Materials For Adjusting And Completing Simple Repairs (e.g., To Nose Pads Or Screws, And Adjustments) To Eyeglasses At All Dispensing Locations Appropriate To The Size Of The Location And Estimated Quantity Of Customers. The Contractor Is Responsible For Display Boards, Equipment, And Tools Required For The Display Of Frames. The Government Will Provide Fax Machine And/or Printers At All Government Facilities Where Required (including To Any Location Without Roe Capabilities). The Contractor Is Responsible For Providing Fax Machines And/or Printers At All Off-site Locations.
3.0.3 Facilities:
the Contractor Will Be Responsible For Providing Spaces/facilities To Perform Under The Contract For The Following Locations (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address):
main Vamc
location
chillicothe
athens Oh
chillicothe
cambridge Oh
chillicothe
lancaster Oh
chillicothe
marietta Oh
chillicothe
portsmouth Oh
cincinnati
greendale In
cincinnati
florence Ky
cincinnati
bellevue Ky
cincinnati
clermont Oh
cincinnati
hamilton Oh
cincinnati
georgetown Oh
cleveland
new Philadelphia Oh
cleveland
sandusky Oh
cleveland
east Liverpool Oh
cleveland
warren Oh
cleveland
ravenna Oh
cleveland
lorain Oh
cleveland
mansfield Oh
columbus
newark Oh
columbus
grove City Oh
columbus
marion Oh
columbus
zanesville Oh
dayton
lima Oh
dayton
richmond In
dayton
springfield Oh
dayton
middletown Oh
*these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer.
**if Adequate Off-site Location Coverage Is Not Available, Vendor Is Responsible For Working With Cor To Determine Space And Needs Required To Perform Services On-site At Va Location.
part 4
government-furnished Items And Services
4.0 Government-furnished Items And Responsibilities:
4.0.1 Equipment:
the Government Will Supply The Following Equipment For Use Under The Contract:
government Computer For Each Location
sample Eyeglass Frames For Each Location
fax Machines (as Needed)
4.0.2 Materials:
the Government Shall Supply The Following Materials For Use Under The Contract:
frame Selection Kit For Each Location
4.0.3 Facilities:
the Va Will Provide Space At The Following Locations. Each Government-provided Space Listed Below Will Include Lights, Telephone, Climate Control, Desk, Office Chair, Patient Chair, Adequate Storage, Computer, And Secured Area.
location
estimate Of Total Number Of Eyeglasses For Ordering Period # 1 (base Year)
minimum Required Days Of Operation Per Week
akron Cboc
2,587
5 Daysâ
canton Cboc
2,587
5 Daysâ
lorain Cboc
1,360
2 Daysâ
mansfield Cboc
1,587
2 Daysâ
parma Cboc
2,668
5 Daysâ
youngstown Cboc
2,342
5 Daysâ
vamc Chillicothe
7,901*
5 Daysâ
vamc Cincinnati
9,730*
5 Daysâ
vamc Cleveland
9,168*
5 Daysâ
vamc Columbus
13,188*
5 Daysâ
vamc Dayton
10,390*
5 Daysâ
lake County Cboc
1,639
5 Daysâ
grove City Cboc
907
2 Daysâ
total Estimate For Ordering Period # 1 (base Year)
66,054
*denotes Locations Where Off-site Volume Was Included In Estimates
**these Locations And Days Of Operation Requirements May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer.
part 5
specific Tasks
5.0 Specific Tasks:
5.0.1 Specific Task # 1:
the Contractor Shall Provide The Following Services When Fitting For Or Dispensing Eyeglasses:
vendor Shall Fit The Veteran With The Proper Frame Style For The Veteran And His/her Prescription.
vendor Shall Determine The Pupillary Distance, Segment Height, And/or Optical Center Height.
vendor Shall Troubleshoot Any Optical Issues Before Sending The Veteran Back To The Eye Clinic.
vendor Shall Fit And Adjust Glasses For The Veteran.
vendor Shall Perform Minor Repairs On Glasses (i.e., Adjust Nose Pads And Screws And Make Other Minor Adjustments).
vendor Shall Educate Veterans On The Advantages And Disadvantages Of Different Segment Styles.
vendor Shall Only Use Va Sample Frames As Sample/trial Frames. Sample Frames Shall Not To Be Sold Or Issued To Veterans Or Used For Repairs.
vendor Shall Wash/sanitize Hands And All Sample Frames And Surfaces Used Between Each Patient With Va-approved Sanitizer As Part Of Infection Control Requirements.
vendor Shall Be Required To Obtain Access To The Va S Roe And Enter Prescription And Patient Measurements Into The System. Vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included In The Roe.
vendor Shall Be Required To Maintain A High Level Of Accuracy When Entering Orders Into Roe. Frequent Optician Errors Shall Be Addressed By The Vendor And Additional Training Shall Be Documented.
vendor Shall Use The Va S Roe Unless It Is Not Available. For Off-site Vendors, The Off-site Vendor Shall Fax Orders To An On-site Vendor Location For Order Entry. Every Faxed Order Shall Include A Cover Sheet, Location, And Account Number If Not Using The Roe System.
in The Event Roe Is Not Operational, The Vendor Shall Fax Orders To The Visnâ 10/12 Optical Lab Only On A Contingency Basis And Only With The Approval Of The Visn 10 Acquisition And Utilization Specialist (aus) Program Manager And/or Cor.
vendor Shall Be Required To Obtain Access To Vista And Add A Comment To Veteran S Electronic Consult Indicating When The Veteran Ordered Glasses.
as The Va S Electronic Health Record Program, Cerner, Is Implemented At Care Sites, Vendor Shall Be Required To Undergo Required Training To Gain Appropriate Access And Knowledge Of The System. During Training, The Optical Shop Hours May Be Reduced In Order To Fulfill Requirements For Go-live.
once The Cerner System Is Implemented, The Vendor Shall Be Required To Maintain Appropriate Access And Follow Outlined Procedures To Ensure Accurate Eyeglass Processing.
vendor May Not Batch Orders For More Than One Day.
vendor Shall Respond To All Voicemail, My Healthevet Messages From Veterans, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day.
vendor Shall Offer A Retail Selection Of Frames, Lenses, And Add-on Options For Veteran To Choose From At Their Own Expense.
if A Veteran Is Eligible For Eyewear, He/she Should Choose From The Collection Provided From The Visn 10/12 Optical Lab. Vendor Shall Not Attempt To Upgrade Eyewear By Soliciting Add-ons; The Add-ons Must Solely Be At The Request Of The Veteran And May Be Provided By The Vendor. Any Add-on Orders And Agreements Are Between The Veteran And The Vendor, And The Vendor Will Manufacture/supply The Upgraded Eyewear.
vendor Awarded This Contract Must Enter Into An Agreement With The Veteran Canteen Service For Sale Of Goods On Government Property. This Agreement Will Include A Commission Payment On Retail Sales To The Veteran Canteen Service. This Refers To The Eyeglasses Sold To The Veteran That Are Not Part Of The Va Benefits. The Agreement With The Veteran Canteen Service Is A Requirement For Any Goods Sold At Va Facilities.
vendor Shall Ensure That The Dispensary Is Open And Staffed During The Same Hours As The Servicing Eye Clinic, And For The Minimum Number Of Days Per Week Established In Section 4.0.3 Of This Pws. Vendor Shall Also Ensure Vendor Is Capable Of Providing Services To Patients Commensurate With The Government-provided Estimates. Each Site Should Be Staffed With The Appropriate Number Of Qualified Personnel To Provide Adequate Services To The Estimated Number Of Customers As Provided By The Government For Each Site. Dispensing Sites That Have Two Or More Personnel Shall Be Open During Lunch Period. Locations That Have One Personnel May Be Closed To Meet Legal Requirements For Lunch And Breaks.
5.0.2 Specific Task # 2:
the Contractor Shall Conduct The Ordering, Delivery, And Inspection Functions Of The Eyeglasses In Accordance With The Following:
the Visn 10/12 Optical Lab Will Ship All Completed Eyeglasses To The Appropriate Location And Include Packing Slips For Verification. If Discrepancies Are Found, The Vendor Must Notify The Visnâ 10/12 Optical Lab Within 24 Hours After Discovery Of The Discrepancy.
the Va Reserves The Right To Ship Completed Eyeglasses Directly To The Veteran. Contractor Will Be Paid The Lower Rate When Eyeglasses Are Shipped Directly To The Veteran.
vendor Will Notify The Veteran When Glasses Are Ready For Pick Up, No Later Than The Next Business Day After Delivery To The Dispensary.
vendor Will Fit And Adjust On Site (preferred Method) Or Mail Glasses To The Veteran S Home If The Veteran Requests Them To Be Mailed. Vendor Will Be Responsible For All Shipping/mailing Costs Associated With Eyeglasses That Are Not Shipped Directly To The Veteran By The Va. The Vendor Shall Have A Confirmation Of Delivery (i.e., Ups, Fedex With Tracking Number, Or Usps-certified Mail (no Signature Required)). Regardless Of The Dispensing Method Chosen By The Veteran, The Vendor Will Document The Dispensing Date Or If Mailed, The Shipping Date In Vista Or Comparable Va Software Program. The Vendor Is Responsible For Tracking All Packages Until Delivery.
any Packages Left In Status Other Than Delivered Are The Responsibility Of The Vendor To Resolve Within Seven (7) Business Days Of The Expected Delivery Date.
vendor Will Provide The Local Prosthetic Service With A Copy Of The Visn 10/12 Optical Lab Invoice And An Invoice For Dispensing Fees. The Dispensing Fee Invoice Shall Be In Excel Format. The Invoice Must Be Typed And At Minimum, List The Veteran S Last Name, First Name, The Last Four Of His/her Social Security Number, Consult Number And The Date The Eyeglasses Were Dispensed To The Veteran Or Shipped. This Will Be Done For Each Individual Pair Of Eyeglasses Dispensed To The Veteran Or Shipped.
vendor Is Responsible For Shipments Sent To The Visn 10/12 Optical Lab Including Patient Owned Frames. All Shipments Will Be Sent Via A Carrier That Can Be Tracked And Must Include A Packing Slip With Patient S Name, Last 4, Optical Shop Account Number, And A Detailed Description Of Items In The Shipment.
vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included On The Order Form Sent To The Visn 10/12 Optical Lab No Later Than 5:00â p.m. The Following Workday.
vendor Will Bring Any Quality Issues To The Attention Of The Visn 10 Aus Program Manager And/or Cor Within 24 Hours Of Receipt Of The Eyewear.
vendor Will Receive The Prescription Consult From The Optometrist And Enter The Prescription And Patient Measurements Into The Roe System (where Available). Vendor Shall Ensure That All Information Needed To Fabricate The Eyeglasses Is Included In The Roe System. The Visn 10/12 Optical Lab Has Access To The Roe System.
vendor Shall Use The Va S Roe System Unless It Is Not Available. Vendor S Third Party, Off-site Locations May Not Have Access To The Roe System. In Those Cases, The Third Party/off-site Vendor Shall Send Orders To The On-site Vendor S Location Of Choice And The On-site Vendor Will Be Responsible For Entering Into The Roe System.
roe System Will Allow The Optician To View The Status Of The Eyeglasses, Including Whether They Have Been Dispensed Or Shipped. Vendor Can Enter Notes, Including But Not Limited To Special Instructions To The Lab Using The Roe System.
5.0.3 Specific Task # 3:
the Contractor Shall Provide To The Cor Or Designee The Following Monthly Reports, Submitted Via Email, No Later Than Five (5) Business Days Following The End Of The Previous Month:
patient Satisfaction Survey: A Survey Which The Contractor Is Required To Develop And Update As Needed. The Survey Will Be Approved By The Government Prior To Use. Contractor Shall Ensure A Minimum Of 50 Patients Per Month Complete The Survey At Each Location (vamc, Cbocs, And Clinics).
timeliness Report: Measure Turnaround Times From Point Of Initial Contact (fitting) To Eyeglasses Being Dispensed. The Report Will Include At A Minimum The Following:
the Location, Date Of Fitting, Optical Lab Order Date, Receipt Date From Optical Lab, And Date Dispensed/mailed To Patient.
quality Report: Evaluate Any Issues With Eyeglass Frames, Lenses And Document The Findings, Recommendations And Actions Taken (this Report Addresses Common Problems With Eyeglasses Received From The Lab).
part 6
attachment/technical Exhibit Listing
6.0 Attachment/technical Exhibit List
6.0.1 Attachment/technical Exhibit List Performance Requirements Summary:
performance Requirements Summary
performance Objective
standard
required Adherence Level
the Contractor Shall Provide Services When Fitting For Or Dispensing Eyeglasses.
all Customers Serviced (see Section 5.0.1 Of Pws)
100%
the Contractor Shall Order, Accept Delivery, And Inspect All Eyeglasses Upon Receipt.
all Orders (see Section 5.0.2 Of Pws)
98%
the Contractor Shall Provide All Reports To The Government As Required.
all Reports Received Within Five Business Days Of The End Of The Previous Month (see Section 5.0.3 Of Pws)
95%
the Contractor Shall Provide All Completed Orders To The Optical Lab No Later Than 5:00 P.m. The Following Business Day.
all Orders (see Section 5.0.2 Of Pws)
99%
the Contractor Shall Respond To All Voicemails, My Healthevet Messages, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day.
all Customers Serviced (see Section 5.0.1 Of Pws)
100%
the Contractor Shall Monitor Staff Compliance To Ensure Limited Optician Errors.
all Orders (see Section 5.0.1 Of Pws)
no More Than Two (2) Optician Errors Per Optician, Per Calendar Month
disclaimer
this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice.
Closing Date28 Jan 2025
Tender AmountRefer Documents
Lenzen Elbtalaue Office For The City Of Lenzen Tender
Civil And Construction...+1Civil Works Others
Germany
Details: General building description: The client is planning to renovate the building at Neustadtstrasse 5 (former executioner's house) in Lenzen. The building is a listed building (individual monument). The building ensemble is made up of three building sections, each with its own roof structure and two or three smaller extensions. The oldest part of the building and part of the residential building is the so-called executioner's tower. The two-storey part of the building consists of brickwork with a 1.50 m high base structure. The wall thickness on the ground floor is 1-1.2 m and on the upper floor 40-50 cm. To the south of the tower, a half-timbered extension is attached as an extension to the residential building. The two-storey extension is built using carpentry as a half-timbered construction. The brick infills are coated with a colored lime slurry. The roof structure is a collar beam roof with a double standing chair. To the north-east, a rectangular stable building with a cantilevered upper floor adjoins the tower. The building is a purely half-timbered structure, filled with bricks and clay stakes. The roof is a gable roof with a collar beam roof as the roof support, with double-standing chairs. The roof covering is designed as a crown covering with plain tiles. An outbuilding, built as a solid, two-storey building with a pent roof and a brick facade, borders the ensemble at the north-west corner of the property. According to the expert reports, all parts of the building have significant structural defects and damage caused by moisture and dry rot. The planned services include the renovation of the damaged findings and the structural reinforcement of undersized structural components. The following construction measures are to be carried out: scaffolding, demolition work, bricklaying and plastering work, carpentry work, roofing work, joinery work, painting work. The overall work will be awarded and carried out according to combined or individual trades in accordance with the following division into lots: Lot 2 - scaffolding Lot 3 - demolition work Lot 4 - main construction trade Lot 5 - carpentry work Lot 6 - roofing work Lot 7 - joinery work Lot 8 - painting work Subject of this tender: Lot 8 - painting work with the following essential services: Construction elements: - 10 wooden windows, renew paint coating - 2 external wooden doors, renew paint coating Facade: - 100 m² glaze, wood, not dimensionally accurate, outside - 165 m² facade coating, compartments
Closing Date4 Feb 2025
Tender AmountRefer Documents
Lenzen Elbtalaue Office For The City Of Lenzen Tender
Civil And Construction...+1Civil Works Others
Germany
Details: General building description: The client is planning to renovate the building at Neustadtstrasse 5 (former executioner's house) in Lenzen. The building is a listed building (individual monument). The building ensemble is made up of three building sections, each with its own roof structure and two or three smaller extensions. The oldest part of the building and part of the residential building is the so-called executioner's tower. The two-storey part of the building consists of brickwork with a 1.50 m high base structure. The wall thickness on the ground floor is 1-1.2 m and on the upper floor 40-50 cm. To the south of the tower, a half-timbered extension is attached as an extension to the residential building. The two-storey extension is built using carpentry as a half-timbered construction. The brick infills are coated with a colored lime slurry. The roof structure is a collar beam roof with a double standing chair. To the north-east, a rectangular stable building with a cantilevered upper floor adjoins the tower. The building is a purely half-timbered structure, filled with bricks and clay stakes. The roof is a gable roof with a collar beam roof as the roof support, with double-standing chairs. The roof covering is designed as a crown covering with plain tiles. An outbuilding, built as a solid, two-storey building with a pent roof and a brick facade, borders the ensemble at the north-west corner of the property. According to the expert reports, all parts of the building have significant structural defects and damage caused by moisture and dry rot. The planned services include the renovation of the damaged findings and the structural reinforcement of undersized structural components. The following construction work is to be carried out: scaffolding, demolition work, bricklaying and plastering work, carpentry work, roofing work, joinery work, painting work. The overall work will be awarded and carried out according to combined or individual trades in accordance with the following division into lots: Lot 2 - scaffolding Lot 3 - demolition work Lot 4 - main construction work Lot 5 - carpentry work Lot 6 - roofing work Lot 7 - joinery work Lot 8 - painting work Subject of this tender: Lot 2 - scaffolding construction with the following essential services: - 450 m² frame scaffolding for facade areas - 450 m² scaffolding cladding with reinforced construction film - 65 m roof guard scaffolding - stair tower for facade scaffolding
Closing Date4 Feb 2025
Tender AmountRefer Documents
3771-3780 of 3789 archived Tenders