Chair Tenders

Chair Tenders

Island Garden City Of Samal, Davao Del Norte Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 1 65 Bottle Air Freshener, 500 Ml 19,500.00 2 177 Can Air Freshener, Aerosol Type 18,554.91 3 31 Bottle Alcohol With Pump, 70% Solution, 1000ml 9,300.00 4 75 Gallon Alcohol, Ethyl, 1 Gallon 32,138.25 5 60 Bottle Alcohol. 70% Solution, 250ml 3,900.00 6 90 Pc Bathsoap 25grams 2,250.00 7 46 Pack Battery, Dry Cell, Aaa 1,090.66 8 50 Pack Battery, Dry Cell, Size Aa 1,310.50 9 37 Galoon Bleaching Liquid, 1000ml 11,100.00 10 110 Bottle Bleaching Liquid, 500ml 16,500.00 11 144 Piece Broom (walis Tambo) 22,104.00 12 67 Piece Broom (walis Ting-ting) 1,922.90 13 34 Can Car Freshener, 350grams 11,900.00 14 10 Piece Certificate Holder, A4 Size 1,000.00 15 20 Kls Chlorine Granules 4,200.00 16 4 Drum Chlorine, 40kls/drum 20,000.00 17 130 Bottle Cleaner, Toilet And Urinal 6,489.60 18 16 Pc Data File Box (hard) Not Plastic, For Long Size Folder, W/ Cover Preferably Box Type, Blue Color 9,600.00 19 81 Piece Detergent Bar, 140g 908.01 20 357 Pouch Detergent Powder, All Purpose, 500gms. 28,560.00 21 150 Kls Detergent Powder, Total Care With Fabcon 28,350.00 22 168 Bottle Dishwashing Liquid, 500 Ml 11,760.00 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 23 203 Jar Dishwashing Paste, 400 Grams 14,210.00 24 65 Piece Dishwashing Sponge 1,625.00 25 12 Piece Dishwshing Paste, 250 Grams 1,200.00 26 50 Can Disinfectant Spray, Aerosol, 400g (min) 8,393.50 27 94 Bottle Disinfectant Spray, Antibacterial 400gm 32,900.00 28 5 Piece Document Rack 3 Layers (stainless Metal Made) 4,250.00 29 2 Pc Extension Wire (10mtrs) W/ 3 Outlet 1,200.00 30 20 Galloon Fabric Conditioner 6,000.00 31 198 Bottle Fabric Conditioner, 1 Liter 29,700.00 32 11 Piece Feather Duster 660.00 33 38 Piece Filing Box With Cover, Size 11"x15 5/8"x11 (wxlxh) 22,800.00 34 45 Piece Floor Rug, 40 X 60, Heavy Duty 8,100.00 35 186 Roll Garbage Black Bag, Mediumsized, 10's/roll 18,600.00 36 415 Roll Garbage Black Bag, Size Xxl 10's/roll 49,800.00 37 65 Bottle Glass Cleaner, 1000ml 19,500.00 38 76 Bottle Glass Cleaner, 500ml 13,680.00 39 12 Piece Glass Wiper With Sponge 3,600.00 40 25 Piece Hand Towel, Size At Least 16" X 28" To 18" X 30" 750.00 41 72 Bottle Handsoap Liquid Antibacterial, 250ml 13,680.00 42 50 Bottle Handsoap Liquid Antibacterial, 500ml 10,000.00 43 3 Bottle Insecticde Spray 900.00 44 9 Piece Kitchen Towel, Super Absorbent, Microfiber Cleaning Cloth 3,150.00 45 15 Piece Monobloc Chair, Beige 6,140.10 46 2 Piece Monobloc Table, White 3,237.32 47 39 Piece Mop Head, Made Of Rayon 5,337.15 48 36 Piece Mophandle, Screw Type, Aluminum Handle 18,000.00 49 2 Unit Mouse, Optical, Usb Connection Type 600.00 50 32 Gallon Muriatic Acid, 1 Gallon 9,600.00 51 12 Set Pail With Cover 16 Liters 3,000.00 52 6 Piece Paper Tray With 3 Layers, Metal 4,200.00 53 10 Pad Reimbursement Expense Receipt (rer) 1,170.00 54 208 Piece Toilet Bathroom Deodorizer, 100g 20,800.00 55 10 Pc Toilet Bowl And Urinal Cleaner, 500ml 2,500.00 56 110 Bottle Toilet Bowl Cleaner, 1000 Ml 33,000.00 57 4 Set Toilet Brush And Holder Set Silicone Bristles Bathroom Cleaning Bowl Brush Kit 2,000.00 58 12 Set Toilet Brush With Holder, Heavy Duty 2,400.00 59 10 Pack Trashbag, Large Size 711.40 60 30 Pack Trashbag, Xl Size 3,332.10 61 5 Pack Trashbag, Xxl Size 780.00 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 62 50 Pack Ultra Power Liquid Detergent Cherry Blossom 2.5l 14,850.00 63 15 Piece Utility Box, 100 Liters, Black 9,000.00 64 32 Piece Water Dipper, 1 Liter 1,600.00 *** Nothing Follows *** Total Approved Budget For The Contract 669,395.40
Closing Date4 Feb 2025
Tender AmountPHP 669.3 K (USD 11.4 K)

SAN AGUSTIN HIGH SCHOOL CASTILLEJOS ZAMBALES Tender

Others
Philippines
Details: Description Item No. Item Description No. Of Items Statement Of Compliance (state “compliant” Or “not Compliant”) Total Bid Price Procurement Of School And Office Supplies 1. Alcohol, Ethyl, 500 Ml 11 Bottle 2. Alcohol, Ethyl, 1 Gallon 12 Gallon 3. Clearbook, 20 Transparent Pockets, A4 6 Piece 4. Clearbook, 20 Transparent Pockets, Legal 8 Piece 5. Eraser, Plastic/ Rubber 3 Piece 6. Sign Pen, Extra Fine Tip, Black 10 Piece 7. Sign Pen, Fine Tip, Black 22 Piece 8. Sign Pen, Medium Tip, Black 12 Piece 9. Sign Pen, Medium Tip, Blue 1 Piece 10. Sign Pen, Fine Tip, Red 10 Piece 11. Air Freshener 13 Can 12. Broom, Soft (walis Tambo) 2 Piece 13. Broom, Stick (walis Ting-ting) 3 Piece 14. Disinfectant Spray 5 Can 15. Dust Pan 1 Piece 16. Liquid Hand Soap,500ml 22 Bottle 17. Rags 4 Bundle 18. Scouring Pad 5 Pack 19. Trashbag,large Size 8 Pack/roll 20. Trashbag,xl Size 26 Pack/roll 21. Wastebasket 6 Piece 22. Acetate 2 Roll 23. Fire Extinguisher, Dry Chemical 10 Unit 24. Electric Fan, Ceiling Mount, Orbit Type 3 Unit 25. Electric Fan, Stand Type 5 Unit 26. Electric Fan, Wall Mount 1 Unit 27. Glue, All-purpose 8 Jar 28. Staple Wire, Standard 13 Box 29. Tape, Electrical 2 Roll 30. Tape, Masking, 24mm 4 Roll 31. Tape, Masking, 48 Mm 5 Roll 32. Tape, Transparent, 24mm 28 Roll 33. Twine, Plastic 3 Roll 34. Ruler, Plastic, 450 Mm 4 Piece 35. Calculator, Compact 5 Unit 36. Clip, Backfold, 19mm 6 Box 37. Clip, Backfold, 25mm 6 Box 38. Clip, Backfold, 32mm 6 Box 39. Clip, Backfold, 50mm 5 Box 40. Correction Tape 40 Piece 41. Cutter/utility Knife, For General Purpose 1 Piece 42. Data File Box 8 Piece 43. Eraser, Felt, For Blackboard/whiteboard 6 Piece 44. Paper Fastener 5 Box 45. File Organizer, Expanding, Plastic, Legal 2 Piece 46. Folder, L-type, A4 2 Pack 47. Folder With Tab, A4 1 Pack 48. Marker, Permanent, Black 17 Piece 49. Marker, Permanent, Blue 5 Piece 50. Marker, Permanent, Red 5 Piece 51. Marker, Whiteboard, Black 20 Piece 52. Paper Clip, Vinly/plastic Coated, 33mm 9 Box 53. Paper Clip, Vinly/plastic Coated, Jumbo, 50mm 10 Box 54. Pencil, Lead/graphite, With Eraser, One (1) Dozen Per Box 6 Box 55. Pencil Sharpener 2 Piece 56. Puncher, Paper, Heavy Duty 3 Piece 57. Scissors, Symmetrical Or Asymmetrical 8 Pair 58. Stapler, Standard Type 6 Piece 59. Tape Dispenser, Table Top 6 Piece 60. Note Pad, Stick On, 2" X 3", 100 Sheets Per Pad 3 Pad 61. Note Pad, Stick On, 3" X 4", 100 Sheets Per Pad 4 Pad 62. Note Pad, Stick On, 3" X 3", 100 Sheets Per Pad 3 Pad 63. Notebook, Stenographer 2 Piece 64. Paper, Multicopy A4 8 Ream 65. Paper, Multicopy Legal 3 Ream 66. Paper, Multipurpose A4 87 Ream 67. Paper, Multipurpose Legal 25 Ream 68. Record Book, 300 Pages 2 Book 69. Record Book, 500 Pages 11 Book 70. Tissue, Interfolded Paper Towel 19 Pack 71. Toilet Tissue Paper, 2 Ply 25 Pack 72. Hand Sanitizer 19 Bottle 73. Insecticide 4 Can 74. Ballpen 25 Piece 75. Sticker Paper 6 Pack 76. Double Sided Tape 9 Pc 77. Photo Paper 5 Pack 78. Bleaching Solution 5 Gal 79. Dishwashing Liquid 5 Gal 80. Plastic Fastener 4 Box 81. Steel Filing Cabinet 2 Pc 82. Extension Cord 3 Unit 83. Push Pin 3 Pack 84. Door Mat 3 Piece 85. Glue Stick (for Gglue Gun) 2 Pack 86. Office Chair 2 Unit 87. Storage Box 9 Pc 88. Face Mask 5 Box 89. Folder, Pressboard 15 Pc 90. Electric Fan, Desk Fan 2 Unit 91. Epson Ink 003 ( Black ) 5 Bottle 92. Epson Ink 003 ( Cyan ) 5 Bottle 93. Epson Ink 003 ( Yellow ) 5 Bottle 94. Epson Ink 003 ( Magenta ) 5 Bottle 95. Epson Ink 664 ( Black ) 5 Bottle 96. Epson Ink 664 ( Cyan ) 5 Bottle 97. Epson Ink 664 ( Yellow ) 5 Bottle 98. Epson Ink 664 ( Magenta ) 5 Bottle 99. Epson Ink 001 ( Black ) 1 Bottle 100. Epson Ink 001 ( Cyan ) 1 Bottle 101. Epson Ink 001 ( Yellow ) 1 Bottle 102. Epson Ink 001 ( Magenta ) 1 Bottle 103. Genuine Brother Ink Btd60 - Black 4 Bottle 104. Genuine Brother Ink Bt500-magenta 2 Bottle 105. Genuine Brother Ink Bt500-cyan 2 Bottle 106. Genuine Brother Ink Bt500-yellow 2 Bottle 107. Toilet Brush 5 Piece 108. Long Cleaning Broom (pang-agiw Na Walis) 5 Piece 109. Linoleum, Thick,(light Color)- Submit Sample Picture For Reference 12 Meter **nothing Follows** Approved Budget For The Contract (abc) – Php 136,302.46 *inclusive Of 12% Evat Office Address For Delivery: Purok 4,san Agustin, Castillejos, Zambales
Closing Date11 Feb 2025
Tender AmountPHP 136.3 K (USD 2.3 K)

ZHEJOHN ELEMENTARY SCHOOL Tender

Publishing and Printing
Philippines
Details: Description Zhejohn Elementary School Herein After Referred To As “the Purchaser”, Through Its Bids And Awards Committee (bac), Invite Interested Parties To Submit Price Quotation For The Supply And Delivery Of Various School Supplies And Equipment For School Management And Operation Purposes Through (sec. 52.1 (b), Irr Of R.a. No. 9184) With Approved Budget For The Contract (abc) Of One Hundred Fifty-seven Thousand: 8 Pcs Wall Fan 16’’ 3 Plastic Leaf (405mm), Plastic Blade; 65w; 3 Speed Settings, Max Speed 1,500 Rpm; Max Airflow: 72.3 M3/min; 90° Oscillation 1 Pcs Printer With Scanner Long, Inkjet, Multi-function Ink Tank Printer, Functions: Print, Scan Copy (at Least A4 Size); A4 Print Speed Up To 17 Ipm (black)/ 16.5 Ipm (colour); Auto 2-sided (duplex) Printing, 20 Sheets Auto-document Feeder (adf), 1 Line Lcd; Wifi, Airprint, Mopria, Wifi Direct, Usb 2.0; Full Ink Bottles Included. Yield Up To 7500/5000 Pages (black/color) 7 Pcs Printer With Scanner Short, Inkjet, Eco Tank - A4 All-in-one Ink Tank Printer, Functions: Print, Scan Copy (at Least A4 Size); Scanner Type: Flatbed Colour Image Scanner; Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless); Draft, A4 (black / Colour):up To 33.0 Ppm / 15.0 Ppm*2;iso 24734, A4 Simplex (black / Colour):up To 10.0 Ipm / 5.0 Ipm*2; Print Method:on-demand Inkjet (piezoelectric); Automatic 2-sided Printing 8 Pcs Printer Ink Black Colors, 664, 70ml 8 Pcs Printer Ink Yellow Colors, 664, 70ml 8 Pcs Printer Ink Magenta Colors, 664, 70ml 8 Pcs Printer Ink Cyan Colors, 644, 70ml 12 Boxes Bond Paper Long Subs 20 14 Boxes Bond Paper A4 Subs 20 8 Rms Colored Paper Short 200 Pcs Folder Violet Long 4 Rms Ordinary Folder (cream) Long 10 Pcs Push Pin (50 Pcs) 25 Pcs Pentel Pen Black, Broad 10 Pcs Clear Tape 2x100 10 Boxes Fastener (50 Sets) 375 Pcs Brown Envelope Long 400 Pcs Brown Envelope Short 1 Rm Laminating Film (long, 125/250 Microns) 4 Pcs Philippine Flag 3ftx5ft 1 Roll Plastic Cover Clear (48’’x50 Yards) 2 Pcs Stapler With Remover (hd 50r No. 35) 8 Pcs Puncher, 2 Holes Heavy Duty All Items Listed Under The Purchaser’s Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements Will Result In Rejection. Likewise, It Is Understood That Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. Procurement Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (government Procurement Reform Act). It Is The Intent Of The Purchaser To Evaluate The Quotation For Each Item/lot And Compare It With Other Bids/quotation Separately And Recommend For Contract Award Separately. Contract Award Will Be Made To The Lowest Evaluated Quotation, Meeting Purchaser’s Technical Specifications. Likewise, In Accordance With Section 54.6 And Appendix A Of Annex "h" (consolidated Guidelines For The Alternative Methods Of Procurement) Of The Irr Of Ra 9184, The Supplier Shall Provide The Following Documentary Requirements, Which Shall Be Submitted Within Three (3) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lowest Calculated Bid (lcb), As A Condition For Award Of The Contract: 1. Philgeps Registration Number; And 2. Mayor’s/business Permit. Your Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. All Quotations May Be Typewritten Or Handwritten And May Be Placed In Sealed Envelope Marked “supply And Delivery Of Various School And Office Supplies And Equipment For School And Management Operation (rfq No. 2025-01-003) And Must Be Delivered/submitted Not Later February 13, 2025, 11:00 Am At Zhejohn Elementary School, Sinampad, B.del Mundo, Mansalay Oriental Mindoro. Opening Of Quotations/proposals Shall Be On February 13, 2025, 12:00 Noon At Zhejohn Elementary School, Sinampad, B. Del Mundo, Mansalay, Oriental Mindoro. Quotations Shall Be Valid For Thirty (30) Calendar Days From The Deadline Of Submission Of The Same. The Delivery Period Shall Be Within Ten (10) Calendar Days From Receipt Of The Purchase Order (po). The Supplier Should Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. Delivery Site: Zhejohn Elementary School, Sinampad, B. Del Mundo, Mansalay Oriental Mindoro The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. The Prospective Supplier Shall Submit The Following: A) Duly Accomplished Quotation Form (attachment A); And B) Brochures Of The Items Offered, If Any. Zhejohn Elementary School Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Procurement Process And Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers. Zhejohn Elementary School Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. Jennette F. Ortega (sgd) Teacher Iii Bac Chair
Closing Date13 Feb 2025
Tender AmountPHP 157 K (USD 2.7 K)

BARANGAY BALILI MANKAYAN, BENGUET Tender

Automobiles and Auto Parts
Philippines
Details: Description Province Of Benguet –car Municipality Of Mankayan Barangay Balili Barangay Bids And Awards Committee Invitation To Apply For Eligibility And To Bid February 06,2025 The Barangay Local Government Unit Of Barangay Balili, Mankayan, Through Its Bids And Awards Committee, Invites Platinum Philgeps Registered Supplier For Bidders/contractors Registered With And Classified By The Philippine Accreditation Board (pcab)-category C& D, Small B To Apply For Eligibility And To Bid For The Hereunder Listed Projects: Name Of Projects: Procurement Of Wheel Loader Location: Balili, Mankayan, Benguet Solicitation No.: 2025-002-0001 Balili Approved Budget For The Contract(abc): Php 3,000,000.00 Source Of Fund: National Wealth Item Unit Qty Description No. 1 Unit 1 Wheel Loader Description Dimension A. Overall Height- Bucket Raised B. Bucket Pin Height At Max. Lift C. Dump Clearance At Max. Lift (45°) D. Reach At Max. Lift And 45° Dump E. Rack Back Angle At Carry F. Rack Back Angle At Ground G. Digging Depth H. Rack Back Angle At Max. Lift I. Dump Angle At Max. Lift J. Carry Height K. Ground Clearance L. Center Line Of Front Axle To Hitch M. Wheel Base N. Overall Length O. Departure Angle P. Height To Top Of Cab Q. Overall Width Over Bucket R. Min. Turning Radius Over Bucket S. Min. Turning Radius Over Tires T. Steering Angle- Left/right U. Width At Tread Center V. Overall Width Over Tires Technical Parameters Bucket Capacity 1.8m³ Rated Payload 3000kg Operating Weight 10300(10500)±300kg Traction Force 97±3kn Breakout Force 95±3kn L×w×h 7450×2500×3180 Maker/model Weichai/wp6g125e22 Rated Power 92kw/2200rpm Maximum Torque 500nˑm/1400-1600rpm Bore × Stroke (mm) 105×130mm No. Of Cylinders/displacement 6/6.75l Air Cleaner Three Stage Air Cleaner Alternator 70amp Battery 2-24v/105ah Starting Motor 24v/6kw Transmission Type Countershaft Powershift Shift Type Mechanical Powershift Control Pressure Transmission 1.1-1.5mpa Torque Converter Type Single-stage&turbine, 3-element Axles Rigid(front)&oscillating(rear) Rear Axle Oscillation (°) ±10° Differential Conventional Main Reducer Spiral Bevel, 1-stage Reduction Final Reducer Planetary Reduction Tire 17.5-25l-3 12pr Tt Travel Speed-forward 7/12/24/36 Km/h Travel Speed-reverse 8.5/28 Km/h Service Brake Single Circuit Caliper, Dry Brake Setting Pressure 0.70-0.78mpa Parking Brake Flexible Shaft Controlled Emergency Brake Caliper Brake Type Hydraulic Load Sensing System Pump 246l/mlnˑ2200rpm System Pressure 14mpa Cylinder Type Double Acting Steering Angle ±35° Type Joystick Control Pump 246l/mlnˑ2200rpm Control Valve 2 Spool System Pressure 16mpa Cycle Time (sec) 9 Fuel Tank (l) 200l Hydraulic Tank (l) 165/170((3rd Spool)l Crankshaft (l) 14l Transmission (l) 36l Front Axle/rear Axle (l) 18l/18l Configuration Weichai Engine Lonking Transmission Mechanical Powershift Control Lonking Axles (dry Type) Joystick Working Control Flexible Shaft Controlled Caliper Brake Rops&fops Cabin Lcd Dashboard Air Conditioner Optional Oil-bath Air Filter 17.5r25 L-3 Tl 3rd Spool For Auxiliary Function Sliding Cabin Window Electric Heating Rear Window Lockable Oil Tank Cap Rear View Camera Radio/mp3 Bucket (2.0m³) Enlarged Bucket (2.3m³) Coal Bucket (2.5m³) Bucket(3 Piece Cutting Edges) Log Grapple Grass Grapple Side Tip Bucket Log Fork Quick Hitch Coupler Quick Hitch Bucket 4in1 Bucket (quick Hitch Only) Snow Blade ( Quick Hitch Only) Republic Act 9184 And Its Implementing Rules And Regulations Shall Govern All Particulars Relative To The Eligibility Standards And Screening, Bid Security, Performance Security, Pre-bidding Conference, Post-qualification And Awards Of The Contracts. The Barangay Local Government Unit Of Barangay Balili Mankayan Reserves The Right To Reject Any Or All Bids, Waive Any Defect Or Informality Therein, Or Accept Any Bid Maybe Consider To Be Advantageous And Beneficial To The Barangay Local Government Unit Of Barangay Balili, Mankayan. Further, The Barangay Local Government Unit Of Barangay Balili, Mankayan Assumes No Obligation Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Or Loss That They May Incur In Their Undertaking Nor Does It Guarantee That An Award Will Be Made. Schedule Of Bac Activities As Follows: February 13, 2025 Last Submission Of Letter Of Intent And Purchase Of Bid Docs(5:00pm) February 18,2025 Pre-bid Conference ,(10:00am)at Atayan Barangtay Hall, Mankayan February 26, 2025 Dropping Of Bids, (08:00am- 09:30am) At Atayan Barangtay Hall, Mankayan February 26, 2025 Opening Of Bids, (10:00am) At Atayan Barangtay Hall, Mankayan A Complete Set Of Bid Documents May Be Acquired From The Barangay Bac, Balili, Mankayan, Benguet Upon Payment Of Non-refundable Fee Corresponding To The Amount Of The Contract. Jovencio L. Lanso-an Barangaybac-chair Noted: Jerry S. Balong-angey Punong Barangay The Philgeps Team Is Not Responsible For Any Typographical Errors Or Misinformation Presented In The System. Philgeps Only Displays Information Provided For By Its Clients, And Any Queries Regarding The Posting Should Be Directed To The Contact Person/s Of The Concerned Party. Jovencio L. Lanso-an Bac Chairman Barangay Hall, Atayan, Balili Mankayan, Benguet Philippines 2608
Closing Date13 Feb 2025
Tender AmountPHP 3 Million (USD 51.6 K)

Department Of Health Regional Office Ii Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-094 Location Of The Project – Tuguegarao City Request For Quotation Date:02/11/25 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am February 17, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost March 3, 2025 (day 0) Pax 7 7,875.00 Supply Of Dinner And Lodging March 4, 2025 (day 1) Pax 7 1,400.00 Supply Of Breakfast - Rice With Egg And Tocino With Coffee/juice Pax 74 11,100.00 Supply Of Am Snack - Tuna Sandwich And Bottled Calamansi Juice 330ml Pax 74 27,750.00 Supply Of Lunch - Grilled Pork Liempo, 1 Fish Fillet, Chopsuey, Rice, 500ml Bottled Water, Dessert Leche Flan Pax 74 11,100.00 Supply Of Pm Snack - Clubhouse With Fries And 240ml Orange Juice In Can Terms And Conditions: - Room Accommodattion Is Limited To 2-4 Participants Only With Own Clean Restroom Each And Is Fully Airconditioned. No Participants Should Sleep On The Floor - Menu Should Be Strictly Followed - The Following Time Shall Be Followed In Serving The Meals And Snacks: - Breakfast: 6:30 Am Am Snack: 9:30 Am Lunch: 11:45 Am - Pm Snack: 2:30 Pm Dinner: 6:00 Pm - Venue Should Be Smoke Free - With Free Use Of One Big Fully Airconditioned Function Room To Accommodate The Number Of Participants With Water Dispenser And With Free Flowing Coffee - With Free Use Of Lcd Projector And Wide White Screen With Complete And Functional/very Good Sound System And With At Least 2 Microphones (preferrably Wireless) - With Free And Strong Wifi Connection In The Rooms And Function Hall - Statement Of Account And Check In Card Shall Be Submitted To The End User After The Conduct Of Activity To Be Serve During The Consultative Meeting With Selected Barangay Officials On Immunization On March 4, 2025 In Maddela, Quirino "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: __________ Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." Page 1 Of 2 After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-02-0295 Page 2 Of 2 /kevin
Closing Date17 Feb 2025
Tender AmountPHP 59.2 K (USD 1 K)

Department Of Education Division Of Surigao Del Sur Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of Batunan Es, Tagbina 1, Surigao Del Sur Request For Quotation: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Ream Bondpaper A4 Size 40 220.00 8,800.00 2 Ream Bondpaper Legal Size 5 230.00 1,150.00 3 Ream Neon Paper 7 270.00 1,890.00 4 Box Ballpen 15 96.00 1,440.00 5 Box Permanent Marker 3 480.00 1,440.00 6 Bot Pilot Ink Refill 14 95.00 1,330.00 7 Box Signpen 3 360.00 1,080.00 8 Bundle Manila Paper 1 3,120.00 3,120.00 9 Roll Fastener 2 40.00 80.00 10 Box Glue 9 65.00 585.00 11 Box Transparent Tape # 2 9 59.00 531.00 12 Box Sharpener 3 105.00 315.00 13 Pcs Eraser Pencil 2 240.00 480.00 14 Pcs Paper Clip 9 40.00 360.00 15 Ream Ringcomb 8 78.00 624.00 16 Ream Pvc Cover 1 742.00 742.00 17 Box Laminating Film 1 842.00 842.00 18 Roll Staple Wire 9 55.00 495.00 19 Pcs Paper Tape 7 40.00 280.00 20 Pcs Cartolina 70 15.00 1,050.00 21 Bot Eraser Board 7 30.00 210.00 22 Pcs Whiteboard Ink 3 120.00 360.00 23 Pcs Whiteboard Pen 15 65.00 975.00 24 Pad Highlighter 9 45.00 405.00 25 Pcs Sticky Note 10 55.00 550.00 26 Pack Stapler 3 160.00 480.00 27 Pack Photo Paper 20 120.00 2,400.00 28 Pcs Parchment Paper 11 45.00 495.00 29 Pcs Plastic Envelope 20 18.00 360.00 30 Set Dictionary 2 600.00 1,200.00 31 Pcs File Organizer 2 633.00 1,266.00 32 Pcs Expanded Envelope 140 18.00 2,520.00 33 Bot Stamp Pad 9 65.00 585.00 34 Pcs Stamp Pad Ink 9 30.00 270.00 35 Pcs Scissor 9 38.00 342.00 36 Pcs Stick Glue Small 20 5.00 100.00 37 Pcs Glue Gun 5 95.00 475.00 38 Pcs Tape Dispenser 8 290.00 2,320.00 39 Roll Scotchtape #1/2 8 38.00 304.00 40 Bot Toilet Bowl Cleaner 5 295.00 1,475.00 41 Bot Dishwashing Liquid 8 120.00 960.00 42 Doz Soap Powder 8 190.00 1,520.00 43 Pack Floorwax 8 360.00 2,880.00 44 Pcs Hand Soap 42 28.00 1,176.00 45 Roll Trash Bag 8 80.00 640.00 46 Pack Alcampor 8 60.00 480.00 47 Pack Toilet Paper 5 540.00 2,700.00 48 Bot Alcohol 9 150.00 1,350.00 49 Pack Napkin 4 69.75 279.00 50 Pcs Flower Pot 70 50.00 3,500.00 51 Pack Trash Can 24 350.00 8,400.00 52 Pack Dust Pan 8 120.00 960.00 53 Pcs Rag 16 60.00 960.00 54 Pcs Broom 8 90.00 720.00 55 Pcs Certificate Holder 20 50.00 1,000.00 56 Roll Ribbonet 7 250.00 1,750.00 57 Pcs Ribbon Graduate 20 20.00 400.00 58 Pcs Ribbon Parent 20 20.00 400.00 59 Pcs Lei Garland 15 150.00 2,250.00 60 Pcs Medal Standard Size 40 55.00 2,200.00 61 Pcs Medal Ordinary 150 25.00 3,750.00 62 Box Thumbtacks 1 310.00 310.00 63 Box Pins/ Pokpok 2 120.00 240.00 64 Pcs Floral Foam 10 70.00 700.00 65 Bundle Fresh Flowers 5 200.00 1,000.00 66 Set Epson Ink 664 8 920.00 7,360.00 67 Set Brother Ink 2 1,070.00 2,140.00 68 Unit Laptop 1 42,000.00 42,000.00 69 Pcs Microphone 1 2,400.00 2,400.00 70 Set Sound System Equalizer 1 4,500.00 4,500.00 71 Pcs Javelin 1 1,260.00 1,260.00 72 Pcs Shotpot 1 1,000.00 1,000.00 73 Pcs Discuss 1 1,100.00 1,100.00 74 Pcs Monoblock Chair Without Arm 32 485.32 15,530.24 75 Unit Grasscutter 1 18,025.00 18,025.00 Abc: 179,566.24 Note: To Be Delivered At Batunan Es, Tagbina, Surigao Del Sur
Closing Date18 Feb 2025
Tender AmountPHP 179.5 K (USD 3.1 K)

City Government Iligan Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 2,801,581.61 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Drainage System Improvement Program. Brgy. Luinab, Iligan City With Project No. Cb(b)-25-003 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Drainage System Improvement Program. Brgy. Luinab, Iligan City General Requirements •installation Of Project Billboards •occupational Safety And Health Program •mobilization And Demobilization Earth Works •excavation For Box Culvert, Rcp,catch Basin, Pccp, Roadside And Riprap.. •embankment From Excavation For Box Culvert, Rcp And Catch Basins •gravel Filling For Box Culvert, Rcp, Catch Basin, Pccp, Roadside And Riprap. • Filling Of Aggregate Base Coarse For Pccp. Grouted Riprap •installation Of Grouted Riprap (class A) Clearing, Grubbing & Dredging •clearing Of Trashes •grubbing Of Soil •dredging Of Soils And Other Sedimentation Concrete Works •concrete Pouring For Roadside, Lean Concrete, And Side Drainage @ 3000psi. Catch Basins •concrete Pouring For Catch Basins @ 3500psi •installation Of 16mm Ø Rsb Reinforced Concrete Pipe •installation Of 24" Dia. Reinforece Concrete Pipe •concrete Collar For Evey Joint Of Rcp Demolition And Removal •demolition Of Existing Pccp •demolition Of Existing Boxculvert •demolition Of One Side Drainage •removal Of Demolished Materials Steel Reinforcement •installation Of 12mm Ø Rsb •installation Of 16mm Ø Rsb Box Culvert •concrete Pouring For Box Culvert @ 3500psi •installation Of 16mm 0 Rsb •boulder ( 6" Ø To 12" Ø) Filling For Box Culvert Pccp (reinforced) - 0.2m Thk. •ready Mix Concrete Pouring For Pccp @ 3500psi •installation Of 16mm Ø Rsb •boulder ( 6"0 To 12"0) Filling For Pccp (block1) I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 3"x 10' Coco Lumber, Assorted Sizes C.w Nails. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes The Contractor Shall Furnished Temporary Field Office/bunkhouse For The Use Of Field Engineers, Project -in-charge,technicals Personnels To Include Tables And Chairs, Latest Laptop Suitable For The Use Of Engineering Softwares And Other Related Facilities Provided By The Contractor; Site Of Temporary Facilities Will Be Determined By The Project Engineer; Field Office For The Field Engineer (standard Engineer Field Camp,office Table And Chair) V.clearing, Grubbing & Dredging (q = 1.00 Lot) Vi.demolition And Removal (q = 1.00 Lot) Vii.earthworks (q = 137.73 Cu.m.) Includes Volume To Be Excavated: Box Culvert Excavation = 41.77 Cu.m.; Reinforce Concrete Pipe Excavation = 12 Cu.m.; Catch Basin - 1excavation = 4.95 Cu.m.; Catch Basin - 2 Excavation = 6.19 Cu.m.; Pccp = 28.18 Cu.m.; Roadside And Riprap Excavation =17.72 Cu.m.; Embankment From Excavation (15% Shrinkage Factor): Box Culvert Soil Embankment = 14.41 Cu.m.; Reinforce Concerete Pipe Soil Embankment = 3 Cu.m.; Side Drainage = 6.00 Cu.m.; Washed Gravel (gravel Bedding With 20% Shrinkage Factor): Box Culvert = 1.71 Cu.m.; Reinforce Concerete Pipe = 9.00 Cu.m.; Catch Basin = 0.47 Cu.m.; Pccp = 14.09 Cu.m.; Riprap = 2.16 Cu.m.; Side Drainage = 4.38 Cu.m.; Aggregate Base Coarse (gravel Bedding With 20% Shrinkage Factor): Roadside = 0.43 Cu.m.; Box Culvert (pccp Restoration) = 1.22 Cu.m.; Reinforce Concrete Pipe (pccp Restoration) = 3.00 Cu.m.; Pccp = 14.09 Cu.m. Viii. Concrete Works (q = 26.05 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. Ix.steel Reinforcements (q = 898.61 Kgs.) Includes 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.catch Basin (q = 4.03 Cu.m.) Includes 12mm Dia. X 6m Dsb, #16 G. I. Tie Wire, Portland Cement (3500psi), Wash Sand, Washed Gravel. Xi.box Culvert (q = 7.43 Cu.m.) Includes 16mm Dia. X 6m Dsb, #16 G. I.tie Wire, Ready Mix Concrete (3500 Psi @ 14 Days), Marine Plywood 12mm Thk 4 ' X 8 ', Assorted Coco Lumber, Assorted Sizes C.w Nails, Boulders : 6"ø To 12" Ø. Xii.reinforce Concrete Pipe (q = 10.00 L.m.) Includes 24" Dia. Reinforece Concrete Pipe - 1m/pc, Portland Cement, Collar (3000psi), Washed Sand, Washed Gravel. Xiii. Pccp (reinforced) - 0.2m Thk. (q = 18.31 Cu.m.) Includes Ready Mix Concrete (3500 Psi @ 14 Days): Pccp Restoration (box Culvert) = 1.22 Cu.m., Pccp Restoration (rcp) = 3.00 Cu.m., Pccp = 14.09 Cu.m.; Steel Forms (rental); Curing Compund; Concrete Saw (diamond Blade 14"); Asphalt Sealant; Grease/tar; Boulders : 6110 To 12"ø (pccp (block 2) = 5.49 Cu.m.). Xiv.grouted Riprap (class A) (q = 11.97 Cu.m.) Includes Portland Cement, Washed Sand, Boulders - Class A, 8" Ø To 14" Ø, Washed Gravel. Approved Budget For The Contract (abc): P 2,801,581.61 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Twenty (120) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-003 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 2.8 Million (USD 47.7 K)

Municipality Of Aparri, Cagayan Tender

Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Details: Description Standard Form Number: Sf-good-05 Revised On: July 28, 2004 Republic Of The Philippines Province Of Cagayan Municipality Of Aparri Bids And Awards Committee January 30, 2025 Invitation To Apply For Eligibility And To Bid The Municipality Of Aparri, Through Its Bids And Awards Committee (bac), Invites Suppliers/ Manufacturers/distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply And Delivery Of Medicines For Mho-east (marked Annex “a”) Location : Lgu-aparri Brief Description : Medicines For Mho-east Approved Budget For The Contract : ₱ 499,900.40 Contract Duration : 45 Calendar Days Delivery Period : 45 Days Upon Issuance Of Notice To Proceed Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last 5 Years, Minimum Of 2 Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Bac Activities Schedule 1. Period Of Advertisement/posting Of Invitation To Bid January 31, 2025- February 7, 2025 2. Issuance Of Eligibility Forms And Bid Documents Upon Payment Of Non-refundable Amount To The Municipality Of Aparri. January 31, 2025 To February 18, 2025, At The Bac Secretariat/mpdc Office 3. Pre-bid Conference February 6, 2025 At 10:00 A.m. At The Bac Conference Room 4.receipt And Opening Of Bids • Eligibility Checking • Opening And Preliminary Examination Of Bids • Bid Evaluation February 18, 2025 At 10:00 A.m. At The Bac Secretariat, Mpdc Office. 5. Post Qualification February 25, 2025 6. Recommendation Of Award February 25, 2025 7. Notice Of Award February 26, 2025 8. Signing Of Contract February 27, 2025 9. Notice To Proceed February 28, 2025 The Bac Will Issue To Prospective Bidders Complete Eligibility Forms And Bidding Documents At Bac Secretariat, Mpdc Office At Municipal Hall, Aparri, Cagayan Upon Their Payment Of A Non-refundable Amount To The Municipality Of Aparri, Municipal Treasurer’s Office/cashier. The Municipality Of Aparri Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process And Reject All Bids At Any Time Prior To Contract Of Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Approved By: Marvin V. Danao Bac Chairperson Encl. A/s: Advertised At: 1.phil-geps 2.lgu-bulletin(town Hall, Toll House & Mho) C.c. 1. Mayor Bryan Dale G. Chan 2. The Bac Members 3. The Twg 4. The Municipal Accountant 5. The Cmau Item No. Unit Description Qty 1 Pc Adult Stethoscope Cardiostethoscope 2 2 100's /box 10cc Syringe 7 3 100's /box 5cc Syringe 6 4 Pc Cotton Gauze With White Soft Paraffin Containing 0.5% Chlorhexidine Acetate (10cmx10cm) 5 5 Bottles Benedicts Solution 500ml 2 6 Pc Blood Chem Machine (3 In 1) (glucose) 1 7 10's /box Blood Cholesterol Strips Box 5 8 25's /box Blood Glucose Strips 5 9 25's /box Blood Uric Acid 5 10 Packs Butterfly Needle (25 Gauge)/100's 1 11 Pcs Capillary Tube Heparinized 10 12 Pcs Capillary Clay Sealer 5 13 Pcs Capillary Microhematocrit Tube 5 14 Bottles Cholesterol Strip 6 15 Boxes Chromic 3.0 10 16 Boxes Chromic 4.0 10 17 Pcs Contrifuge Microplastic Plastic Tube 100 18 Pcs Pediatric Resuscutation Mask #2 5 19 Pcs Pediatric Resuscutation Mask #1 5 20 Pcs Pediatric Resuscutation Mask #0 5 21 Pcs Pediatric Resuscutation Mask #00 5 22 Pcs Curve Scissor 6 23 Liter Cutasept 5 24 Pack Disposable Bib (100pcs) 2 25 Boxes Silk 3.0 (25 Pcs) 5 26 Boxes Silk 4.0 (25 Pcs) 5 27 Boxes Silk 5.0 (25 Pcs) 5 28 Set Medical Pvc Inflatable 1 29 Pcs Medical Examination Drop Light 3 30 100's /box Disposable Strip Cap 10 31 100's /box Scalpel Size (no.3 And No.4) 10 32 Set Commode Chairs 3 33 Boxes Transpore Surgical Tape 10 34 12's /box Transpore Tape 1/2 Inch 10 35 Set Bassinet With Foam 2 36 Piece O2 Hood For Newborn Babies 2 37 Set Ob Surgical Set 5 38 Piece Stainless Crib For Pedia Patient 1 39 Boxes Hepatitis B Surface Antigen Screening Test (50 Strips) 3 40 Pc High Chair 1 41 Pc Hot / Cold Packs 5 42 Pc Kidney Basin Stainless (medium) 3 43 Pc Kidney Basin Stainless (small) 3 44 Box / 100's Lubricating Jelly Sachet For Obstetric Patients 10 45 Pc Medical Clining Folding Screen Partition 3 Folds 1 46 Box Micropore 1'' 2 47 Box Micropore 2'' 2 48 20's / Boxes N95 (green) 5 49 Pc/set Nebulizing Kit (pedia Mask) 10 50 Pc Needle Holder (big) 15 51 Pc Needle Holder (small) 15 52 Pcs Iv Catheter 20 6 53 Pcs Iv Catheter 22 6 54 Pcs Iv Catheter 24 6 55 Pcs Iv Catheter 26 6 56 Pcs Suction Tip French 5 30 57 Pcs Heplock 50 58 Pack Tegaderm 10x10 Microfilm Plaster 15 59 Pc Mobile Led Surgical Light 2 60 Pcs 3 Way-stop Lock 10 61 Pc Pulse Oximeter Finger 10 62 Pc Ifc 2way Fr16 20 63 Pc Scalpel Holder (3) 5 64 Pc Scalpel Holder (4) 5 65 Pc Scalpel Holder Size #3 9 66 Pc Scalpel Holder Size #4 10 67 2's / Packs Urine Bag 10 68 Pcs Bactigras 10x10 15 69 Pack Spreader Slide 5 70 Pc Room Thermometer With Humidity And Moisture 5 71 Box Sterile Dressing 10x30 30 72 Liter Sterilium 4 73 Pc Suture Scissors 12 74 Pc Straight Scissors 30 75 Box Surgical Urs-1da- Urme Strip 5 76 Bottles D5nm 1l 24 77 Bottles D5rl 1l 72 78 Bottles Pnss Irrig 1l 12 79 Pcs Micropore 1 Inch 50 80 Pcs Sterile Water 50cc 50 81 Pcs Pnss 50cc 50 82 Pcs Power Scissors 5 83 Bottles Typing Sera Anti A & B & D 6 84 Box Surgical Gloves 7.0 5 85 Box Surgical Gloves 8.0 3 86 Pcs Incadescent Bulb 25 Watts 10 87 Pcs Doppler Battery Triple Aaa 30 88 Pcs Digital Thermometer For Vaccine Ref 5 89 Kit First Aid Kit Tackle Box 1 90 Roll Ecg Paper Se-1200 Express Model 10 91 50's / Box Face Mask 3 Ply 10 92 Set Blood Chem Machine - Easy Touch (3in1) 2 93 Box Of 200 Blood Lancet G.23 2 94 Boxes Blood Cholesterol Strip Compatible With Easytouch 5 95 Box Dengue Ns1 Antigen/lgg/lgm 1 96 Pcs Digital Timer 3 97 Tray Of 100 Edta Lavander Tube 3ml 2 98 Box Face Mask 15 99 Box Of 72 Glass Slide Plain 10 100 Set Gram Stain 1 101 Box Of 40 Hbsag Testing Kit Whole Blood/ Serum/ Plasma With Fda Cpr 1 102 Set Hema-quick Stain Set 1 103 Set Improved Neubauer Counting Chamber With Cover Slip 1 104 Bottle Lugol's Iodine 1 105 Bottle Methanol 2 106 Pcs Non-mercurial Room & Refrerator Thermometer 3 107 Box Serum/plasma/urine Pregnancy Test Kit W/fda-cpr 3 108 Pcs Sliding Staining Rack 1 109 Box Of 40 Syphilis Testing Kit Whole Blood/serum/plasma With Fda-cpr 3 110 Bottle Rbc Diluting Fluid 1 111 Bottle Wbc Diluting Fluid 1 112 Tray Of 100 Yellow Top Tube 4ml 2 113 Pcs 11ml Test Tube (pyrex Material 16x100) 15 114 Pc Diagnostic Led Ophthalmoscope/otoscope Set 250-2 With Handle 1
Closing Date7 Feb 2025
Tender AmountPHP 499.9 K (USD 8.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: 5. Project Number (if Applicable) code 7. Administered By 2. Amendment/modification Number code 6. Issued By 8. Name And Address Of Contractor 4. Requisition/purchase Req. Number 3. Effective Date 9a. Amendment Of Solicitation Number 9b. Dated page Of Pages 10a. Modification Of Contract/order Number 10b. Dated bpa No. 1. Contract Id Code facility Code code offers Must Acknowledge Receipt Of This Amendment Prior To The Hour And Date Specified In The Solicitation Or As Amended, By One Of The Following Methods: the Above Numbered Solicitation Is Amended As Set Forth In Item 14. The Hour And Date Specified For Receipt Of Offers e. Important: is Extended, (a) By Completing Items 8 And 15, And Returning __________ Copies Of The Amendment; (b) By Acknowledging Receipt Of This Amendment On Each Copy Of The offer Submitted; Or (c) By Separate Letter Or Electronic Communication Which Includes A Reference To The Solicitation And Amendment Numbers. Failure Of Your acknowledgment To Be Received At The Place Designated For The Receipt Of Offers Prior To The Hour And Date Specified May is Not Extended. 12. Accounting And Appropriation Data (rev. 11/2016) is Required To Sign This Document And Return ___________ Copies To The Issuing Office. is Not, a. This Change Order Is Issued Pursuant To: (specify Authority) The Changes Set Forth In Item 14 Are Made In The Contract Order No. In Item 10a. 15c. Date Signed b. The Above Numbered Contract/order Is Modified To Reflect The Administrative Changes set Forth In Item 14, Pursuant To The Authority Of Far 43.103(b). result In Rejection Of Your Offer. If By Virtue Of This Amendment You Desire To Change An Offer Already Submitted, Such Change May Be Made By Letter or Electronic Communication, Provided Each Letter Or Electronic Communication Makes Reference To The Solicitation And This Amendment, And Is Received Prior To the Opening Hour And Date Specified. c. This Supplemental Agreement Is Entered Into Pursuant To Authority Of: d. Other contractor 16c. Date Signed 14. Description Of Amendment/modification 16b. United States Of America except As Provided Herein, All Terms And Conditions Of The Document Referenced In Item 9a Or 10a, As Heretofore Changed, Remains Unchanged And In Full Force And Effect. 15a. Name And Title Of Signer 16a. Name And Title Of Contracting Officer 15b. Contractor/offeror standard Form 30 previous Edition Not Usable prescribed By Gsa - Far (48 Cfr) 53.243 (type Or Print) (type Or Print) (organized By Ucf Section Headings, Including Solicitation/contract Subject Matter Where Feasible.) (number, Street, County, State And Zip Code) (if Other Than Item 6) (specify Type Of Modification And Authority) (such As Changes In Paying Office, Appropriation Date, Etc.) (if Required) (see Item 11) (see Item 13) (x) check one 13. This Item Applies Only To Modifications Of Contracts/orders, it Modifies The Contract/order No. As Described In Item 14. 11. This Item Only Applies To Amendments Of Solicitations amendment Of Solicitation/modification Of Contract (signature Of Person Authorized To Sign) (signature Of Contracting Officer) 1 5 0001 01-02-2025 544-25-2-4075-0004 none 36c247 department Of Veterans Affairs visn 7 Network Contracting Activity central Alabama Healthcare System 215 Perry Hill Road montgomery Al 36109 36c247 department Of Veterans Affairs visn 7 Network Contracting Activity 215 Perry Hill Road montgomery Al 36109 to All Offerors/bidders 36c24725q0195 x x x x 1 this Amendment To Solicitation 36c24725q0195 Is To Do The Following: (1) Add Additional Language To The Scope Of Work (2) Provide Responses To The Request For Information (rfi) Received Prior To Due Date (see Attached). *all Other Terms And Conditions Remain Unchanged. quentin Deloney contracting Officer, Nco-07 page 5 Of 5 request For Information 36c24725q0195 facility Mover And Event Set-up Services *any Questions Received That Have Not Been Answered In This Amendment Have Already Been Addressed In The Posted Solicitation. scope Of Work Is Amended To Add The Following: The Contractor Shall Furnish All Contract Oversight, Management; Supervisory And Technically Trained Personnel; Uniforms; Equipment, Materials, And Supplies Necessary To Provide Commercial Office Moving And Relocation Services For Cavhcs. This Includes, But Is Not Limited To The Following, Providing All Labor, Materials, And Equipment Necessary To Accomplish The Work As Stated Herein, E.g., Excess Property Pickup; Furniture Installation; Systems Furniture Installation, Breakdown And Repair; Routine Moving Services Activities; Special Event Set-ups And Breakdown; Special Furniture Cleaning And Repair; Special Moving Activities; Place Furnishing In Designated Storage Areas In An Organized Manner; And Special Handling Moving Activities. Contractor Shall Furnish All Vehicles, Insurance, Drivers, Supervision, Maintenance, Equipment, And Operating Supplies/services Required For The Safe Transport Of The Property And Performing All Services Necessary To Provide Moving And Relocation Services. 1. Confirm There Are 6 Locations With 4 Being In Alabama And 2 In Ga. That Will Need To Be covered. -9 Possible Work Locations; 3 Georgia Locations; 6 Alabama Locations -215 Perry Hill Road, Montgomery, Al 36109-3725 (main Work Site) -8105 Veterans Way, Montgomery, Al 36117-3879 -2400 Hospital Road, Tuskegee, Al 36083 (main Work Site) -3753 Ross Clark Circle, Suite 4, Dothan, Al 36303-2291 -159 Whetstone Street, Monroeville, Al 36460-2625 -301 Andrews Ave, Fort Rucker, Al 36362-5107 -6635 Bass Road, Fort Moore, Ga 31905-5602 -2100 Comer Avenue, Plaza G, Columbus, Ga 31904-8725 -6910 River Road, Columbus, Ga 61904-2316 2. In The Previous Notification We Seen 2 Locations Located On A Military Base That Were Not Listed On the Solicitation. Will They Be Covered? -past Solicitations/contract Awards Will Not Be Addressed 3. Will The Us Veterans Affairs Be Assisting In Obtaining Military Passes To Gain Access To The bases? - When Delivering To Those Locations, Contractor Must Meet All Requirements By The Base To Gain Access. A Va Representative Will Be Onsite, But This Does Not Mean Any Of The Requirements Will Be Waived. Contractor Will Know At Least A Week In Advance Of Any Deliveries Going To The Base. 4. You Stated Work Is To Be Performed Mon- Fri. But Days Can Be Changed And On Calls Can Bedone. Please Clarify? -please Read The Solicitation In Its Entirety. Solicitation States As Needed Schedule Updates Shall Be Coordinated With And Approved By The Cor. Such Changes Will Be Coordinated In A Manner Both Parties Can Agree On. 5. Will There Be A Set Schedule Confirmed At The Beginning Of The Contract For The Duration Of the Contract? - No Set Schedule But Schedule Will Be Reasonable And Agreed Upon By Va And Contractor. 6. If No Set Schedule, When Will We Be Notified Services Are Needed? -a Week In Advance 7. Will The Va Be Able To Add Days On Through The Week With Last Minute Notices? -yes, As Long As The Hours Do Not Exceed The 860 Hours Allotted For The Year. 8. Is The Price Schedule 860 Hours? -please Read The Solicitation In Its Entirety. The Base And Each Option Year Is Allotted 860 Hours. 9. Is 860 Hours Guaranteed For The Year? -no; 860 Hours Worth Of Work Are Not Guaranteed To Be Used Each Year. 10. Are You Guaranteeing 8-hour Workdays? -no 11. Are We Working 1-2 Hours, 4-5 Hours, Or Full 8-hour Days? - Contractor Should Plan For Between 4 To 8-hour Days. 12. Will Items Be Left On The Truck From The Prior Day, Overnight, To Be Delivered The Following day? - The Government Does Not Expect Items To Be Left On Trucks. Contractor Is Responsible For Loading And Unloading Mover Vehicles, Therefore, It Is At The Contractor S Discretion And Cost To Store Any Items During Moving Activities And Should Be With The Approval And Proper Notification Being Made To The Cor. 13. Can You Clarify Excess Pickup? Are We Expected To Move Medical And It Equipment? Could You Give Examples Of Oversized Items? - This Could Be Cubical Panels, White/glass Boards, Desks, Etc.. Examples Of Oversized Equipment May Include Pews, Conference Room Tables, Desks, And Storage Cabinets. 14. Confirm That You Are Aware That There Are 6-8 Services Added On That Were Not There In The previous Years? Therefore, This Will Drive The Hourly Rate Up Tremendously. -previous Contract Awards; Solicitations; Or Occurrences Will Not Be Addressed. Only Clarifications On The Information Presented In The Current Solicitation Will Be Made. 15. Our Hourly Rate Are To Include Pricing For Equipment, Labor, Fuel, Miles, Etc..? -hourly Rate In Proposals Should Be All Inclusive. 16. Under Specialty Furniture Cleaning And Repair. Can You Clarify The Repair Service Needed? - Re-attaching Doors To Furniture; Replacing Missing Screws/nuts On Furniture; Replacing Arms On Task Chairs; Or Glides On Tables/chairs. 17. If A Repair Is Performed Who Takes The Liability Of That Item Breaking Again? - If A Repaired Item Breaks Due To The Repair Being Negligent, The Contractor Will Be Held Liable. 18. Will We Be Moving Equipment That Is Still Covered Under The Warranty? - Yes, Some Items May Be Under Warranty Such As Desk And Chairs. 19. Will We Be Mounting Items On Walls? Provide Examples? - Not On A Regular Basis. For Example, Some Workstations Mount To The Wall And Other Furniture Must Anchored To The Wall To Prevent Tilting. 20. Who Will Be Responsible For Holes In The Wall And Where Does That Fall Under The Lease agreements Of These Buildings And Who Will Be Responsible? 21. Could You Provide More Details On The Specific Tasks Involved In The Relocation, Moving, And Event Set-up Services - Please Read The Solicitation In Its Entirety 22. What Is The Expected Volume Of Items (e.g., Office Furniture, Equipment) To Be Moved And Set Up? - Unpredictable; As Needed Basis 23. Are There Any Special Handling Requirements (e.g., Fragile Or High-value Items)? -please Read The Solicitation In Its Entirety. 24. Can You Confirm If This Will Be A Firm-fixed-price Contract? -yes 25. Will The 860 Hours Be Paid Regardless Of Whether They Are Utilized? -no; Only Hours Worked Will Be Payable 26. Will This Be An On-call Contract, Or Will There Be A Confirmed Schedule? - For On Lease Properties, Movers Will Not Be Mounting Anything To The Wall. For The Two Main Campuses (central Alabama Veterans Health Care System East Campus 2400 Hospital Road, Tuskegee, Al 36083 And Central Alabama Veterans Health Care System West Campus 215 Perry Hill Road, Montgomery, Al 36109-3725) Cor Will Work With Maintenance To Repair Holes In The Wall From Furniture Removal. The Movers Are Not Expected To Paint Or Patch Unless The Movers Have Damaged Walls Or Doors Due To Negligence And/or Accident. 27. Are There Any Penalties For Delays Or Failure To Meet Performance Standards? -yes, Unsatisfactory Ratings; Opt-out Of Exercising Options; And Possible Termination For Cause 29. Are There Specific Quality Assurance Standards That Need To Be Adhered To? - Please See Attached Quality Assurance Plan Posted On Page 89.
Closing Date15 Jan 2025
Tender AmountUSD 931 K 
This is an estimated amount, exact amount may vary.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Description: Description this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). disclaimer: This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), 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 Rfi. sources Sought Description this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 5 Network Contracting Office, Is Seeking Sources That Can Provide A Compact Eye Exam Lane As Part Of The Expansion Of Service Involved With The Technology-based Eye Care Services (tecs) Program For The Charlotte Hall Va Clinic. statement Of Work (sow) contract Title. Topcon 5000 Exam Lane Tecs Program background. The Charlotte Hall Va Clinic Is Requiring A Compact Eye Exam Lane As Part Of The Expansion Of Service Involved With The Technology-based Eye Care Services (tecs) Program. The Room Will Be Used To Check Patient S Vision, Perform Autorefraction And Slit Lamp Examination. Due To The Size Of The Room, A Compact Equipment System Is Needed To Screen Patients. scope Of Work. The Procurement Shall Include All Parts, Materials, Labor, Software/licenses, Resources, And Training Required To Implement And Utilize The Equipment/system To Their Fullest Capacity. All Items Must Be Covered By Manufacturer S Warranty And Procured Through A Manufacturer-approved Distribution Channel. Distributers And Resellers Must Be Able To Document Ability To Provide Items Through Manufacturer-approved Distribution Channels Upon Request. specifications. 4.1 Equipment line Item Description quantity mini-lane Refraction Desk 1 cv-5000s Digital Phoropter 1 deluxe Stool With Back 2 dual Table-top 1 auto Kerato-refractometer 1 slit Lamp 1 auto Lensmeter 1 4.2 Required Features compact System Combining Exam Lane Equipment Into One Space-saving Set-up: Digital Phoropter, Autorefractor, Lensmeter, Visual Acuity Chart And Chair & Stand customizable Refraction Programs, On-screen Technician Scripts And Emr Connectivity fit In A Foot Print Of 6 X 7 digital Phoropter high-speed Lens Disc Rotation To Reduce Overall Refraction Time, Ocular Stress And Confusion For The Patient ability To Connect To Network For Reduce Potential Transcription Errors small Optical Head Requiring Minimal Space dual Table Top - To Allow For The Use Of Two Instruments, Such As A Slit Lamp And An Auto Refractometer auto Kerato-refractometer ability To Perform Subjective Va Measurement For Far & Near Distance, Glare Test, Grid Test & Contrast Test slit Lamp auto Lensmeter fully Automate To Measure Glasses Prescription. This Is A Required Feature To Allow Staff To Quickly Gather Results With Little Training In A Very Busy Eye Clinic In Dcva specific Tasks. 5.1 Delivery. all Equipment Shall Be Delivered To: washington Dc Va Medical Center 50 Irving St Nw Washington, Dc 20422 attn: Vhawas Equipment Committee contract Va Purchase Order (po) Number Shall Be Included With Delivery Information (e.g., Packing Slip). delivery Hours: The Warehouse Is Open To Receive Deliveries Monday Through Friday, 8:00 A.m. To 4:00 P.m., Excluding Holidays. contractor Shall Coordinate Delivery With The On-site Point Of Contact (poc) And Provide Shipment Tracking Information. contractor Shall Verify Delivery Date And Time With The On-site Poc At Least 3 Business Days Prior To Scheduled Delivery. delivery Is Required Within 90 Days From Award Of The Contract. 5.2 On Site Procedures. covid-19 Screening: All Persons Entering The Facility Shall Be Subject To Screening For Covid-19 Per The Current Cdc (center For Disease Control) Guidelines. mask Requirement: All Contractors Shall Wear Masks While Indoors. contract Personnel 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. time Spent On Site Shall Be For A Period Sufficient To Complete The Work Set Forth In The Statement Of Work. on Site Visits Shall Be Scheduled In Advance With The Designated On-site Poc. contractor Shall Check In And Out With Biomedical Engineering Prior To Visiting The Worksite For Each Day Of Work. the Va Campus Is Non-smoking. Contractor Personnel Are Required To Comply With This Policy. parking: It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. contractor Personnel S Tool Bags Are Subject To Inspection. 5.3 Installation/implementation. installation/implementation Will Be Completed By Personnel Certified And Knowledgeable With The Designated Equipment/system. installation Shall Be Completed Within The Period Of Performance. contractor Shall Be Responsible For Any Personal Protection Equipment (ppe) Required When Performing Work On Site. contractor Shall Submit All Removable Media To Be Used On A Va System To Biomedical Engineering For Scanning With Anti-virus Software Prior To Use. in The Case Turn-in, Exchange, Repair, Or Replacement Of Equipment Containing Hard Drives Used By The Va, The Hard Drives Shall Be Removed From The Equipment And Remain In Possession Of The Va (this Includes Loaned Or Rented Equipment). the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property. The Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor, Unless Corrective Action Is Taken. Any Damaged Material (i.e., Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer. 5.4 Training. contractor Shall Be Responsible For Providing On-site Training To Clinical Staff/users. training Is To Be Scheduled In Advance With The Designated On-site Poc. education Shall Be Provided Prior To And/or At Time Of Installation. education Professional Shall Be Certified To Provide Instruction On The Designated Equipment/system. education Curriculum Must Include: Operations And Set-up, User Maintenance, Safety, And User Troubleshooting Tips. 5.5 Inspection And Acceptance. contractor Shall Conduct A Joint Inspection With The On-site Poc Upon Completion Of Installation. in The Event Deficiencies Are Identified, The Contractor Shall Provide The Date When The Identified Deficiencies Will Be Addressed If Not Addressed On The Date Of Installation. The Contractor Shall Conduct A Joint Inspection With The On-site Poc After Addressing All Deficiencies. All Deficiencies Identified In The Joint Inspections Shall Be Corrected By The Contractor Prior To Government Acceptance Of The Item. Any Disputes Shall Be Resolved By The Contracting Officer. 5.6 Deliverables. the Contractor Shall Provide The Below Documentation For The Proposed Equipment To Tba Within 10 Business Days Of Work Completion: service Report. warranty Information. electronic Copy Of The Operators Manual. electronic Copies Of The Complete Technical Service Manuals, Including Troubleshooting Guides, Necessary Diagnostic Software And Equipment Information, Schematic Diagrams, And Parts Lists. hours Of Operation. dc Vamc S Normal Business Hours Are Monday-friday, 8:00 Am To 4:30 Pm, Excluding Observed Federal Holidays: new Year S Day labor Day martin Luther King S Birthday columbus Day president S Day veteran S Day memorial Day thanksgiving Day juneteenth christmas Day independence Day any Other National Holiday As Declared By The President Of The United States period Of Performance. Delivery Within 90 Days From Contract Award. item Information item Number description Of Supplies/services quantity unit 0001 1.00 un __________________ __________________ topcon Ids-300 Mini-lane With Cv-5000s Refraction Desk 0002 2.00 un __________________ __________________ topcon Os-300 Deluxe Stool With Back 0003 1.00 un __________________ __________________ topcon Cv-5000s Kit W/polarized Mc-5s 0004 1.00 un __________________ __________________ topcon Ids-300 Dual Table-top 0005 1.00 un __________________ __________________ topcon Kr-800s Auto Kerato-refractometer 0006 1.00 un __________________ __________________ topcon Sl-d701 Slit Lamp 0007 1.00 un __________________ __________________ topcon Solos Auto Lensmeter 0008 1.00 un __________________ __________________ installation, Calibration & On-site Training the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications. If You Are Interested And Are Capable Of Providing The Sought-out Supplies/services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (2) Is Your Company Considered Small Under The Naics Code Identified Under This Rfi? (3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items? (4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number. (6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract? (7) Please Provide General Pricing For Your Products/solutions For Market Research Purposes. (8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? *** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics. responses To This Notice Shall Be Submitted Via Email To Ryan.singletary@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Friday, January 24, 2025, At 10:00 Am Est. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date24 Jan 2025
Tender AmountRefer Documents 
7021-7030 of 7271 archived Tenders