Covid Tenders

Caraga Regional Hospital Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-02-12 (01) Supply And Delivery Of Various Sutures Under Single-year Framework Agreement Approved Budget For The Contract: Php 18,993,947.40 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Eighteen Million Nine Hundred Ninety Three Nine Hundred Forty Seven Pesos And 40/100 Only As To Payment Under The Contract For Supply And Delivery Of Various Sutures Under Single-year Framework Agreement (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Partial Bid Or Line Item Bid. Sequence No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Suture Silk 3.0 Braided, No Needle, Length 35cm, Ties, Braided, Non-absorbable, Radiation,long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 2 Suture Polypropylene 2-0 Round;1/20, Length70cm, Monofilament,ultra Sharp Non-absorbable,gas Eo(s), Needle Lenght 45mm,ss420,rc,long-term Wound Support ;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 41 Doz 5,500.00 225,500.00 3 Suture Polypropylene 4-0 With Cutting Needle,lenght 70cm, Monofilament, Ultra Sharp With Smooth Strand,non-absorbable,gas Eo(s) 17mm, Ss4310, Tc, Long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Doz 2,800.00 25,200.00 4 Suture Chromic 3.0 Round Needle For Circumcision, Length75cm,seromucosa,absorbable,radiation,needle Length30mm,ultra Sharp With Smooth Strand,ss420,rb,long-term Wound Support; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Doz 6,000.00 360,000.00 5 Suture Polyglactin 0 Round, Length70cm, Braided, Absorbable, Eto-t.s.cycle,needle Length 40mm, Ss40,rb,ultra Sharp With Smooth Strand,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 40 Doz 3,000.00 120,000.00 6 Suture Polyglactin 2.0 Cutting ,coated ; Ultra Sharp With Smooth Strand, 36mm 1/2c Tapercut Polyglactin 910 Rapide;undyed Braided Absorbable Suture;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 4,500.00 45,000.00 7 Suture Silk 0 Without Needle,length 35cm,ultra Sharp With Smooth Strand,ties,braided,non-absorbable,radiation,long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 8 Polypropylene Knitted Non-absorbable Mesh Undyed, Size 7.6cm X15xm, Ultra Sharp With Smooth Strand,category Hernia Mesh & Fixation, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Pcs 3,550.00 17,750.00 9 Suture Polyglactin 1 W/ Cutting Needle,length 90cm,dyed,braided,absorbable,eto-t.s,needle Length40mm, Ultrasharp,ss420, Rc,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 4,368.00 43,680.00 10 Suture Polyprolene 0 Nylon W/round Needle/dozen, Ultra Sharp With Smooth Strand, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Doz 3,853.20 34,678.80 11 Suture Polypropylene 3-0 Reverse Cutting Suture 75cm Lenght,ultra Sharp With Smooth Strand, 30mm Needle Lenght; 3/8 Circle Reverse Cut; Blue Thread Color ,long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 90 Doz 5,555.55 499,999.50 12 Suture Polypropylene 3 With Cutting Needle,26 Mm 3/8c,reverse Cutting, 18"(45cm),monofilament,ultra Sharp With Smooth Strand,non-absorbable ,blue,long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 57 Box 5,120.00 291,840.00 13 Suture Nylon 10-0 Round, Monofilament, Ultra Sharp With Smooth Strand,non-absorbable,3/8 Circlemicropoint Spatula,needle Size 6.5mm Suture Length, Ultra Sharp,30cm,double-ended/suture Nylon10-0 Round,spatulated Micropoint, Double Armed Needle; Nylon Black Monofilament 10-0, 12inch/30cm, 1x12" Tg140-6 Double Armed, 12/box; Polyamide 6; Cutting Edge Spatula Reverse; Non-absorbable, Silver Color, Needle Length 6.5mm; 1 Strand Per Pack ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Pcs 620 37,200.00 14 Suture Nylon 10-0 Cutting,spatulatedmicropoint,double Armed Needle; Ultra Sharp With Smooth Strand,nylon Black Monofilament10-0,12inch/30cm, 1x12"tg140-6doublearmed,12/box;polyamide 6;cutting Edge Spatula Reverse;non-absorbable, Silver Color, Needle Length 6.5mm; 1 Strand Per Pack ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Pcs 620 37,200.00 15 Suture Polyglactin 2.0 Round,braided,absorbable,round 1/2 Circle Taper Point,needle Size 26mm,suture Length75cm,ultra Sharp,smooth Strand,antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 250 Doz 4,500.00 1,125,000.00 16 Suture Polyglactin 2.0 Cutting ,coated ; Ultra Sharp With Smooth Strand, 36mm 1/2c Tapercut Polyglactin 910 Rapide;undyed Braided Absorbable Suture;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 550 Doz 4,500.00 2,475,000.00 17 Suture Polyglactin 3.0 Cutting,braided,absorbable,cutting 1/2 Circle Taper Point,needle Size 26mm,suture Length 75mm, Ultra Sharp,smooth Strand Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 20 Doz 4,500.00 90,000.00 18 Suture Polyglactin 3.0 Round,braided, Absorbable, Round 1/2 Circle Taper Point,needle Size 26mm,suture Length75mm,ultra Sharp, Smooth Strand,antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 16 Doz 4,500.00 72,000.00 19 Suture Polyglactin 4.0 Cutting, Braided, Absorbable, Cutting 3/8 Circle Reverse Cutting, Needle Size 19mm, Suture Length 45cm; Ultra Sharp,smooth Strand,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 20 Doz 4,170.00 83,400.00 20 Suture Polyglactin 5.0 Cutting, 1/2 Circle Taper Point,needle Size 13mm, Suture Length 45mm; Ultra Sharp; Smooth Strand Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 3 Doz 4,500.00 13,500.00 21 Suture Polyglactin 5.0 Round,1/2 Circle Taper Point,needle Size 13mm,suture Length 45mm; Ultra Sharp; Smooth Strand,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 3 Doz 4,500.00 13,500.00 22 Suture Polypropylene 4-0 Round;ps-2 19mm (45cm 45cm); Blue; 8682h W8015t;suture Monofilament, Ultra Sharp, Smooth Strand,non-absorbable;long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 18 Box 6,500.00 117,000.00 23 Suture Monofilament Polypropylene 6-0 With Round Body Needle, Double-armed;needle Curvature 1/2 Circle, Ultra Sharp,smooth Strand,sterilized By Ethylene Oxide Gas;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 28 Doz 13,000.00 364,000.00 24 Suture Chromic 2.0 Cutting Needle;suture,surgical Gut-chromic,reverse Cutting,cp-2 26mm 1/2c,27inch (70cm),size2-0.mfid:887h;blue Or Undyed,natural And Collagen, Ultra Sharp, Smooth Strand,suture Monofilament,absorbable; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 30 Doz 3,800.00 114,000.00 25 Suture Polypropylene 0 Roundlength90cm,mitral Valve Annulas,monofilament,non-absorbable,gas Eo(s), Needlelength30mm,ss420,tc,long-term Wound Support,ultra Sharp,smoothstrand,outstanding Product Quality Assurance Evaluation By End User 50 Doz 5,500.00 275,000.00 26 Suture Polyglecaprone 1 Synthetic Monofilament Absorbable Suture, 90cm Suture Length 40mm Ct Needle, Ultra Sharp, Smooth Strand ;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 5,940.00 59,400.00 27 Suture Polyglecaprone 3.0 Synthetic Monofilament Absorbable Suture, 70cm Suture Length 26mm Sh Needle , Dyed, Ultra Sharp, Smooth Strand;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 5,746.80 57,468.00 28 Suture Polyprolene 5-0 Nylon W/ Cutting Needle/dozen, Length 70cm,dyed,monofilament, Non-absorbable,gas Eo(s),needle Length20mm, Ultra Sharp, Smooth Strand,ethalloy, Rb, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Doz 7,140.00 64,260.00 29 Suture Polypropylene 2-0 Cutting Suture 45cm Lenght;26mm Needle Lenght; 3/8 Circle Reverse Cut,ultra Sharp,smooth Strand,long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 31 Doz 5,500.00 170,500.00 30 Suture Silk 1.0 Without Needle,length 75cm, Ultra Sharp, Smooth Strand,rectraction, Braided, Non-absorbable,radiation,long-term Wound Support,outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 31 Suture Polypropylene 1 Round,length 100cm,mas Closure(muscle/sheath), Monofilament,non-absorbable,gas Eo (s), Needle Length 45mm, Ultra Sharp, Smooth Strand,ss420, Rc,long-term Wound Support;outstanding Product Quality Assuranceevaluation 30 Doz 5,500.00 165,000.00 32 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 31mm Suture Size 2-0 Suture Length 75mm; Excellent Product Quality And Must Be Sharp, Smooth Strand 60 Box 500 30,000.00 33 Suture Polypropylene1cutting;length100cm,mas Closure(muscle / Sheath), Monofilament,non-absorbable,gaseo(s),needle Length 45mm,ss420,rc,long-term Wound Support; Ultra Sharp,smooth Strand Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 180 Doz 5,500.00 990,000.00 34 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 13mm Suture Size 5-0 Suture Length 75mm Double-ended; Must Be Sharp,smooth Strand And Excellent Product Quality 60 Box 1,500.00 90,000.00 35 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 22mm Suture Size 3-0 Suture Length 75mm; Excellent Product Quality; Must Be Sharp; Smooth Strand 180 Box 4,500.00 810,000.00 36 Suture Polypropylene 5-0 With Cutting Needle, Length 70cm, Monofilament, Ultra Sharp With Smooth Strand, Non-absorbable, Gas Eo(s), Ethiprime, Needle Lenght 12mm, Ethalloy, Rc, Long-term Wound Support;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 3 Doz 8,450.00 25,350.00 37 Poliglecaprone Monofilament Absorbable Needle Type Round 1/2 Circle Taper Point, Must Be Ultra Sharp With Smooth Strand, Needle Size 26mm Suture Size 2-0 Suture Length 90cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 5,000.00 25,000.00 38 Suture Polyglactin 1 W/ Round Needle , Ultra Sharp With Smooth Strand, 1/2 Circle Tapered Point, 70 Cm, Dyed, Braided, Absorbable, Eto-t.s. Cycle, Needle Length 40mm, Ss420, Rb, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 4,368.00 43,680.00 39 Catgut Absorbable Needle Type Round 1/2 Ultra Sharp With Smooth Strand, Circle Taper Point Needle Size 37mm Suture Size 2-0 Suture Length 30cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 6,000.00 60,000.00 40 Poliglecaprone Monofilament Absorbable Ultra Sharp With Smooth Strand, Needle Type Cutting 3/8 Circle Reverse Cutting Needle Size 19mm Suture Size 4-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 5,000.00 25,000.00 41 Catgut Absorbable Needle Type Round 1/2 Ultra Sharp With Smooth Strand, Circle Taper Point Needle Size 37mm Suture Size 2-0 Suture Length 30cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 10 Doz 6,000.00 60,000.00 42 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Needle Size 26mm Must Be Ultra Sharp With Smooth Strand Suture Size 2-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 43 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Needle Size 19mm Must Be Ultra Sharp With Smooth Strand Suture Size 3-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 44 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 16mm Suture Size 4-0 Suture Length 45cm ;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 45 Nylon, Monofilament, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting, Ultra Sharp With Smooth Strand, Needle Size 13mm Suture Size 5-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 46 Nylon, Monofilament, Non-absorbable Needle Type 3/8 Circle Micropoint Spatula Ultra Sharp With Smooth Strand Needle Size 6.5mm Suture Size 10-0 Suture Length 30cm Double-ended, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 9 Box 7,440.00 66,960.00 47 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 36mm Suture Size1-0 Suture Length 90cm Brand Name Vicryl 1-0 Ct;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 48 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 36mm Suture Size 0 Suture Length 75-90cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 49 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 75cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 50 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 17mm Suture Size 4-0 Suture Length 75cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 51 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 75cm Antibacterial-coated;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 52 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 22mm Suture Size 4-0 Suture Length 45cm Antibacterial-coated Ultra Sharp With Smooth Strand;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 53 Polyglactin, Braided, Absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 19mm Suture Size 4-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 54 Polyglactin, Braided, Absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 13mm Suture Size 5-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 55 Polyglactin, Braided, Absorbable Needle Type 3/8 Circle Spatulated Ultra Sharp With Smooth Strand Needle Size 11mm Suture Size 6-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 56 Polyglactin, Braided, Absorbable Needle Type 3/8 Circle Micro-point Spatula Ultra Sharp With Smooth Strand Needle Size 6.5mm Suture Size 10-0 Suture Length 10cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 57 Polypropylene, Monofilament Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 20mm Suture Size 4-0 Suture Length 90cm Double-ended 180 Box 2,000.00 360,000.00 58 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Needle Size 31mm Suture Size 0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 30 Box 9,000.00 270,000.00 59 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 18,000.00 1,080,000.00 60 Silk, Braided, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 2-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 2,400.00 144,000.00 61 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 26mm Suture Size 3-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 18,000.00 1,080,000.00 62 Silk, Braided, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 19mm Suture Size 3-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 60 Box 2,400.00 144,000.00 63 Silk, Braided, Non-absorbable Needle Type Round 1/2 Circle Taper Point Ultra Sharp With Smooth Strand Needle Size 20mm Suture Size 4-0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 30 Box 2,400.00 72,000.00 64 Silk, Braided, Non-absorbable Needle Type Cutting 3/8 Circle Reverse Cutting Ultra Sharp With Smooth Strand Needle Size 16mm Suture Size 6-0 Suture Length 45cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 240 Box 2,400.00 576,000.00 65 Polyglactin, Braided, Absorbable Needle Type Round 5/8 Circle Taper Point Needle Size 40mm Suture Size 0 Suture Length 75cm;outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 100 Box 5,000.00 500,000.00 66 Suture Silk 4-0 Without Needle, Length 75cm, Ultra Sharp With Smooth Strand,ties, Braided, Non-absorbbable, Radiation, Long-term Wound Support ; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 5 Doz 2,400.00 12,000.00 67 Suture Polypropylene 3-0 With Round Needle,ultra Sharp With Smooth Strand, Length 70cm,monofilament, Non -absorbable, Gas Eo (s), Needle Lenght 22 Mm, Ss 420, Ct, Long-term Wound Support; Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality 23 Doz 8,480.00 195,040.00 68 Nylon 6,0 Suture Usp, Length 45cm, Undyed, Braided, Absorbable, Eto-t.s. Cycle, Ethiprime, Needle Length 13mm, Ethalloy, Ct, Outstanding Product Quality Assurance Evaluation By End User And Excellent Quality ; Made In Usa/china 10 Pcs 3,400.16 34,001.60 Terms Of Reference Terms Of Delivery: 15-20 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 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. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 12, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 28, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/85094859247?pwd=dbihhx3ubayttyantc7eaez081wofi.1 Meeting Id: 850 9485 9247 Passcode: 513324 Deadline Of Submission Of Bids February 12, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids February 12, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/88103458254?pwd=omscssurlykg9nnlrphc5371vpndn8.1 Meeting Id: 881 0345 8254 Passcode: 061156 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Bidding Documents Php 25,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before February 12, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 12, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date12 Feb 2025
Tender AmountPHP 18.9 Million (USD 327.3 K)

AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender

Others
United States
Details: **this Solicitation Has Been Updated To Reflect Overseas Comparability Pay, As Updated In Aapd 25-02. All Other Information Remains The Same. ** solicitation Number 7200aa25r00012 issuance Date: December 5, 2024 closing Date And Time: January 6, 2025, 1:00 Pm Eastern Standard Time (est) subject: Solicitation For U.s. Personal Service Contractor (uspsc) dear Prospective Offerors: the United States Government (usg), Represented By The U.s. Agency For International development (usaid), Is Seeking Offers From Qualified U.s. Citizens To Provide Personal services As A Country Representative – Senegal (fs-02) Under A Personal Services Contract, As described In The Attached Solicitation. offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of all Offer Materials For Their Records. usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The solicitation. offerors Interested In Applying For This Position Must Submit The Following Materials: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting the Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That you Fully Meet The Experience Requirements As Stated In This Solicitation This Information 1 | Page should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. 2. Supplemental Document Specifically Addressing: each Of The Three (3) Evaluation Factors Shown In The Solicitation. Responses Must Be Limited to 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To address Each Of The Evaluation Factors In A Separate Document Describing Specifically And accurately What Experience, Training, Education And/or Awards They Have Received That Are relevant To Each Factor. 3. Uspsc Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors are Required To Complete And Sign The Form. We Are Currently Accepting Electronic signatures On The Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be considered. Your Complete Resume And The Aid 309-2 Form Must Be Emailed To otijobs@usaid.gov offerors Can Expect To Receive A Confirmation Email When Offer Materials Have Been Received. offerors Should Retain For Their Records Copies Of All Enclosures Which Accompany Their Offers. this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance. Any Questions on This Solicitation May Be Directed To: oti Recruitment Team e-mail Address: Otijobs@usaid.gov website: Www.otijobs.net sincerely, maria Del Carmen Grizzard contracting Officer m/oaa/cps 2 | Page 7200aa25r00012 attachment I i. General Information 1. Solicitation No.: 7200aa25r00012 2. Issuance Date: December 5, 2024 3. Closing Date And Time For Receipt Of Offers: January 6, 2025, 1:00 Pm eastern Time 4. Point Of Contact: Oti Recruitment Team, E-mail At Otijobs@usaid.gov. 5. Position Title: Country Representative 6. Market Value: This Position Has Been Designated At The Fs-02 Equivalent Level, Overseas non-locality Pay ($121,803-$178,873). Final Compensation Will Be Negotiated Within The Listed market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary and Educational Background. Salaries Over And Above The Pay Range Will Not Be Entertained or Negotiated. please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel to The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50 miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal expense. 7. Period Of Performance: One Year, With Four One-year Option Periods. start Date: Within 45 Days Of Receiving Notification That Required Security And Medical clearances Have Been Obtained. 8. Place Of Performance: Senegal overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location within The Country Of Performance, In Accordance With Mission Policy. Telework Or 3 | Page remote Work From Outside The Country Of Performance May Only Be Authorized In Certain situations In Accordance With The Terms And Conditions Of The Contract. 9. Eligible Offerors: United States Citizens 10. Security Level Required: Secret 11. Statement Of Duties position Description background usaid’s Office Of Transition Initiatives (oti) Is Seeking Highly Motivated, Highly Qualified individuals Who Want The Opportunity To Help Support Rapid International Transition Programs For priority Conflict-prone Countries. Created In 1994 As A Distinct Operating Unit Within Usaid, Oti helps Local Partners Advance Peace And Democracy In Politically-transitioning Countries. In support Of U.s. Foreign Policy, Oti Seizes Emerging Windows Of Opportunity In The Political landscape To Promote Stability, Peace, And Democracy By Catalyzing Local Initiatives Through adaptive And Agile Programming. countries Experiencing A Significant Political Transition In The Midst Of A Disaster Or Emerging from Civil Conflict Have Unique Needs That Cannot Be Fully Addressed By Traditional Disaster Relief. timely And Effective Assistance To Promote And Consolidate Peaceful, Democratic Advances Can make The Difference Between A Successful Or A Failed Transition. Oti Assists In Securing Peace By aiding Indigenous, Mostly Non-governmental, Civil Society And Media Organizations. Oti Uses such Mechanisms As Support For Re-integration Of Ex-combatants Into Civilian Society; development Of Initiatives To Promote National Reconciliation; Identification Of Quick-impact community Self-help Projects To Meet Urgent Economic Needs; And Aid To Independent Media outlets And Community-based Organizations To Help Promote Informed Debate And Broaden Public participation. to Respond Quickly And Effectively And Meet Its Program Objectives And Mandate Oti Retains A group Of High Level Professionals And Experts Under U.s. Personal Services Contracts (uspscs). these Knowledgeable And Skilled Professionals Make Up The Vast Majority Of The Oti Work Force and Are At Its Forefront Implementing And Achieving The Office’s Programmatic Goals And objectives. There Are Several Benefits That Uspscs May Participate In, Such As Partial reimbursement For Health And Life Insurance Costs, As Well As Full Coverage Of Workers’ compensation, Among Other Benefits. For More Complete Information On Uspsc Benefits, Please see Section Vi Of This Solicitation. oti’s Core Values: agility 4 | Page oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates timely Positive Change. political oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power dynamics And Harness Them For Transformation. accountability oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance with Our Implementing Partners, And The Taxpayer. curiosity oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder about People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches. diversity & Inclusion oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect. courage oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change. oti’s Deia Vision Statement: Oti Is A Collaborative Environment That Represents The Global community At All Levels Of Our Organization. Uniting Diverse Backgrounds And Experiences, We value Individual Expertise To Advance Peace And Democracy Around The World. values And Associated Behaviors That Will Enable This Vision Are: trust ● Model Open Communication, Active Listening And Candor. 5 | Page ● Believe Others When They Share Their Experiences. respect ● A Respectful Attitude Should Be Shown To Everyone. ● Allow For Others To Express Complete Opinion/thoughts Without Interruption, While recognizing That There Are Other Perspectives And Lived Experiences. belonging (accessibility) ● Serve As An Ally To Those Who Feel Excluded (professionally, Socially, Personally, Etc.). ● Promote Togetherness And Acceptance Through Equitable Behavior. empathy ● Listen To Understand, Create Space To Be Real/feel. ● Remind Yourself To Be Conscious Of How Others May Feel Or Receive Your Words self-awareness/accountability ● Supervisors Hold Their Peers To Account On Their Expectations And Behaviors. ● Seek Regular, Constructive Feedback To Understand How Your Words And Actions Affect And influence Others, And How They Are Being Perceived And Interpreted. ● Acknowledge Unconscious Bias And Be Willing To Learn And Change Behavior When confronted/corrected. for More Information About Oti And Its Country Programs Please See: https://www.usaid.gov/stabilization-and-transitions introduction the Oti Country Representative – Senegal Is A Member Of The Conflict Prevention And stabilization (cps)/oti West And Central Africa (wca) Regional Team, Reports To The Oti west And Central Africa Team Lead Or Designee, And Is Based In Senegal. The Incumbent May Be required To Travel Regionally As Necessary. The Country Representative’s Principal Responsibility will Be Development, Oversight And Management Of Cps/oti's Senegal Country Program. The incumbent Will Be Called Upon To Represent Oti’s Mission And Programs To Senior-level government Officials, In-country Visitors, Senior Officials From Other International Organizations, bilateral Donors And Local Government Officials. core Functional Areas Of Responsibility duties And Responsibilities the Work Of The Country Representative Requires Teamwork, The Exercise Of Discretion, Judgment, and Personal Responsibility. As A Member Of A Highly Operational Office, You Are Willing And Able to Perform A Wide Range Of Administrative Functions To Help Ensure Programmatic Success. You have A High Level Of Integrity And Attention To Detail To Ensure The Use Of Oti Systems And 6 | Page procedures To Maintain Effective And Efficient Management Of Funds, Programming, And monitoring And Evaluation. You Are Highly Flexible And Willing To Work Under Conditions Of ongoing Change, And Remain Professional And Respectful Of Colleagues And Authority In A Diverse workforce. You Place A Premium On The Building Of Positive Relationships With Your Respective team In Washington, D.c., Colleagues In The Field, And With Key Stakeholders Both In And Outside of Usaid. You Are Able To Prioritize And Complete Tasks Without Follow-up By The Supervisor, while Also Filling In Gaps As Needed To Ensure The Responsiveness Of The Team. You Are A Strategic thinker, Articulates Innovative Ideas, Presents Solutions, And Are A Positive Role Model For colleagues Both In And Outside Of Oti. You Are Also Committed To Upholding Usaid/oti’s diversity, Equity, Inclusion, And Accessibility’s (deia) Vision And Values As Outlined In The background. under The Direct Supervision Of The Washington-based Cps/oti Regional Team Leader For senegal Or His/her Designee, The Country Representative Will Perform The Following Duties: ● Manage A High-profile Program In A Dynamic Environment And Provide Strategic, programmatic, And Operational Guidance To Oti’s Implementing Partners (contractors and/or Grantees) While Leveraging Critical Local Staff Input, And The Partner’s Role In strategy Co-creation, To Ensure That Activities Are Contributing To Oti’s Program objectives; ● Conceptualize And Design Program Strategies And Objectives In Close Coordination With oti Staff In Washington And In The Field, The Embassy, Host Country Government, implementing Partner Staff And Local Civil Society Actors Based On Political And Context analysis And U.s. Government Policy; Initiate Strategy Reviews As Needed In Line With changes In Context And Policy; ● Analyze, Synthesize And Report On Current Political Developments, Security Concerns, And other Pertinent Information Required To Achieve Oti’s Program Objectives; Monitor Local and Regional Political Developments And Regularly Brief Oti And Partner Staff On Their potential Programmatic Impact; ● Responsible For Managing Program Effectiveness; Ensuring Strategic Accountability; setting Realistic Intended Program Results And Program Achievements By Utilizing Oti’s programming Principles And Processes And Regularly Engaging With The Resources available To Support And Measure Program Effectiveness; ● Articulate Program Strategy, As Well As Communicate And Coordinate Oti’s In-country activities Between Oti And Its Implementing Partners, Usaid, The Embassy And Other donor Organizations; Prepare And Disseminate Programmatic, Financial And Periodic reports To The Usaid Mission, Oti/washington And Other Organizations As Appropriate; ● Serve As Oti’s Primary Liaison With Usaid Mission Personnel, U.s. Embassy Staff, host-country Government Officials, Un Organizations, Indigenous And International non-governmental Organizations (ngos), And Other Stakeholder Organizations. Develop 7 | Page and Maintain Collaborative Relationships To Ensure Close Coordination At The Field Level, identify The Widest Range Of Potential Local Partners And Opportunities, And Achieve maximum Synergy With Other Programs; ● Build, Lead, Supervise, And Motivate A Team Composed Of Uspscs And A Significant number Of Implementing Partner Staff In Senegal. In Close Coordination With The implementing Partner, Continuously Review And Design Staffing Plans To Meet Overall program Objectives. Recruit, Train, Supervise, And Evaluate The Performance Of In-country oti Staff. Maintain Staff Morale In A Difficult Security And Work Environment; ● Provide Recommendations To The Washington-based Contracting Officer Representative (cor) And/or The Regional Team Leader On Implementing Partner Performance, Budgets, contract Modifications, Among Other Partner Related Issues; ● Provide Usaid Concurrence On All Implementing Partner Activities, Including Final approval Of Grantees For Grants Under Contract, In Accordance With The Usaid’s automated Directives System (ads); ● Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient management Of Funds And Programming; ● Ensure That Oti’s Programs And Activities Are Monitored And Evaluated And That Lessons learned Are Applied To Ongoing Or Future Activities; ● Prepare Operational Plans In Collaboration With The U.s. Embassy, Including Logistics And property Use Guidelines, Closeout And Hand-over, Security Procedures, And Contingency and Evacuation Plans; Review And Concur On Oti Program Budgets For Field Operations; ● Ensure That All Oti Field Staff Adhere To In-country Security Guidelines Set By The U.s. embassy Regional Security Officer And Other Organizations Such As The United Nations Or host Government, As Appropriate; Coordinate Closely With Implementing Partner Senior management To Provide Relevant Security Related Information From The Embassy; ● Travel Within The Country/region To Monitor And Assess Political Conditions, And implementing Partner Operational Platforms, Meet With Potential Grantees, Senior host-country Government And Other Program Counterparts, And Develop Recommendations to Respond To Evolving Dynamics; And, ● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s. government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6) months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work, but May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co) approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months requires Co Approval. supervisory Relationship: 8 | Page the Country Representative – Senegal Will Report To Oti’s Washington-based Regional Team leader For The West And Central Africa (wca) Or His/her Designee. The Country Representative is Expected To Take Initiative, Act Independently, And Manage His/her Tasks With Minimal supervision. Though This Is A Senior Field-based Position, The Incumbent Is Expected To Actively and Proactively Collaborate With Oti/washington Leadership, And To Fully Utilize, Embrace, And become An Expert On Oti Systems And Processes. Failure To Adequately Perform The Scope Of work Above And/or Failure To Take Direction From The Supervisor May Result In Corrective Actions, including Denial Of Step Or Grade Increases, Extension Of Contract Probationary Periods, performance Improvement Plans, And/or Termination For The Convenience Of Usaid/oti. supervisory Controls: at The Fs-02 Level, The Supervisor Provides Administrative Direction In Terms Of Broadly Defined missions Or Functions. The Incumbent Independently Plans, Designs And Carries Out Projects, studies, And Programs. Results Of The Work Are Considered Technically Authoritative. There Is No higher Level Official Technically Responsible For Administering The Program/project. 12. Physical Demands while In Senegal, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands. however, The Position May Require Travel Throughout The Country Of Assignment, Which May involve Some Additional Physical Exertion, Including Long Periods Of Standing, Walking Over rough Terrain, Or Carrying Of Moderately Heavy Items (less Than 50 Pounds). 13. Work Environment: while At Post, The Work Is Generally Performed In An Office Environment. However, The Position also Requires Travel Throughout The Region, Which May Additionally Involve Special Safety And/or security Precautions, Wearing Of Protective Equipment, And Exposure To Severe Weather conditions. ii. Minimum Qualifications Required For This Position (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And experience Factors Are Considered Not Qualified For The Position. See Detailed Instructions For demonstrating Education/experience Under “submitting An Offer”) education/experience Required: at A Minimum, The Offeror Must Have: (1) A Master’s Degree With Seven (7) Years Of Work Experience; or a Bachelor’s Degree With Nine (9) Years Of Work Experience; or an Associate’s Degree With Ten (10) Years Of Work Experience; 9 | Page or a High School Diploma/equivalent With Eleven (11) Years Of Work Experience; and (2) Six (6) Years Of Project Management Experience With A U.s. Government Foreign affairs Agency, Domestic Or International Assistance Organization, Or Non-governmental organization In Community Development, Economic Development, mediation/arbitration, Conflict Resolution, Democracy And Governance, International law, Political Analysis, And/or Human Rights Activities; (3) Two (2) Years Of Overseas Field Experience (in Person Or Virtual). A Virtual Temporary duty (tdy) Is Defined As Work That Would Have Been Conducted In An Overseas location If Not For The Covid Pandemic; (4) Three (3) Years Of Supervisory Experience With At Least One Direct Report. (5) Demonstrated Experience Using French In A Professional Setting Is Required. iii. Evaluation And Selection Factors (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And experience Factors Are Considered Not Qualified For The Position.) the Government May Award A Contract Without Discussions With Offerors In Accordance With far 52.215-1. The Co Reserves The Right At Any Point In The Evaluation Process To Establish a Competitive Range Of Offerors With Whom Negotiations Will Be Conducted Pursuant To far 15.306(c). In Accordance With Far 52.215-1, If The Co Determines That The Number Of offers That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient competition Can Be Conducted, The Co May Limit The Number Of Offerors In The Competitive Range to The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated offers. Far Provisions Of This Solicitation Are Available At https://www.acquisition.gov/browse/index/far. selection Factors: (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Selection factors Are Considered Not Qualified For The Position.) ● Offeror Is A U.s. Citizen; ● Complete Resume Submitted. See Cover Page For Resume Requirements. Experience That cannot Be Quantified Will Not Be Counted Towards Meeting The Solicitation Requirements; ● Supplemental Document Specifically Addressing How The Candidate Meets Each Of The evaluation Factors Submitted; 10 | Page ● Ability To Obtain A Secret Level Security Clearance (note: Dual Citizens May Be asked To Renounce Second-country Citizenship); ● Ability To Obtain A Department Of State Medical Clearance; ● Satisfactory Verification Of Academic Credentials. a Usaid Secret Level Security Clearance And Department Of State Medical Clearance Are Required prior To Issuance Of The Contract For This Position. note: If A Full Security Investigation Package Is Not Submitted By The Selected Within 30 Days after It Is Requested, The Offer May Be Rescinded. If A Security Clearance Is Not Able To Be Obtained within Four Months After The Selected Submits The Initial Security Clearance Documentation, The offer May Be Rescinded. note: The Selected Must Obtain Department Of State Medical Clearance Within Four Months after Offer Acceptance. If Medical Clearance Is Not Obtained Within This Period, The Offer May Be rescinded. due To Anticipated Program Needs, Individuals Should Be Able To Travel To Post Within 60 Days after A Contract Is Awarded. evaluation Factors: (used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors. the Factors Are Listed In Priority Order From Highest To Least.) offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Will Be Rated Using the Point System Described Below. Failure To Fully Respond To Each Element Of Each Evaluation factor Will Result In A Reduction Of Points Awarded. Responses Must Be Limited To 500 Words Per factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. factor #1 Demonstrated Experience In The Management Of Political Transition, Political reform, Or Similar Programs In High-pressure Environments Such As non-permissive Crisis Or Conflict Zones. factor #2 Demonstrated Experience Developing Strategies For Programs That Will Respond To at Least One Of The Following Problem Sets: Violence Prevention, Post-conflict, political Transition, Democracy-building, And/or Humanitarian Assistance. factor #3 Demonstrated Experience Using Political Analysis To Inform Programming Policy, strategies, And Objectives, Especially In Conflict-prone Environments. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements And selection Factors Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing specifically And Accurately What Experience, Training, Education And/or Awards They Have 11 | Page received That Are Relevant To Each Factor. Be Sure To Include Your Name And The Announcement number At The Top Of Each Additional Page. Failure To Specifically Address The Selection And/or evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, education, Training And/or Awards. the Offeror Rating System Is As Follows: evaluation Factors Have Been Assigned The Following Points: factor #1 – 25 factor #2 – 25 factor #3 – 20 total Possible – 70 Points interview Performance – 30 Points satisfactory Professional Reference Checks – Pass/fail (no Points Assigned) total Possible Points: 100 the Most Qualified Offerors May Be Interviewed, Required To Provide A Writing Sample, And demonstrate An Ability To Operate Commonly Used Office Applications. Oti Will Not Pay For Any expenses Associated With The Interviews. In Addition, Offers (written Materials And Interviews) will Be Evaluated Based On Content As Well As On The Offerors Writing, Presentation, And communication Skills. In The Event That An Offeror Has Fully Demonstrated Their Qualifications And there Are No Other Competitive Offerors, Oti Reserves The Right To Forgo The Interview Process. professional References And Academic Credentials Will Be Evaluated For Offerors Being Considered for Selection. Offerors Must Submit At Least Three (3) Professional References, One (1) Of Which must Be A Current Or Former Supervisor. Oti Reserves The Right To Contact Previous Employers To verify Employment History. If The Offeror Had A Previous Position With Usaid, The Tec And/or co Are Encouraged To Obtain Reference Checks From The Previous Supervisor(s) Or Co(s). See ads 309.3.1.11.a.4 iv. Submitting An Offer offers Must Be Received By The Closing Date And Time At The Address Specified In Section I, Item 3, And Submitted To The Point Of Contact In Section I, Item 4. qualified Offerors Are Required To Submit: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates 12 | Page (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting the Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. your Resume Should Contain Explicit Information To Make A Valid Determination That You fully Meet The Minimum Qualification Requirements As Stated In This Solicitation.this information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit information To Determine Your Qualifications For The Position Will Result In Loss Of Full consideration. 2. Supplemental Document Specifically Addressing: each Of The Three (3) Evaluation Factors Shown In The Solicitation. Responses Must Be Limited to 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To address Each Of The Evaluation Factors In A Separate Document Describing Specifically And accurately What Experience, Training, Education And/or Awards They Have Received That Are relevant To Each Factor. 3. Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are required To Complete And Sign The Form. The Form Can Be Found At https://www.usaid.gov/forms. We Are Currently Accepting Electronic Signatures On The aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. to Ensure Consideration Of Offers For The Intended Position, Offers Must Prominently Reference The solicitation Number In The Offer Submission. offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance. document Submittals via Email: Otijobs@usaid.gov please Note In Your Document Submission Where You Heard About This Position. note Regarding Government Obligations For This Solicitation 13 | Page this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. all Qualified Offerors Will Be Considered Regardless Of Age, Race, color, Sex, Creed, National Origin, Lawful Political Affiliation, non-disqualifying Disability, Marital Status, Sexual Orientation, affiliation With An Employee Organization, Or Other Non-merit factor. v. List Of Required Forms Prior To Award once The Contracting Officer (co) Informs The Successful Offeror About Being Selected For A contract Award, The Co Will Provide The Successful Offeror Instructions About How To Complete and Submit The Following Forms. Forms Outlined Below Can Found At Http://www.usaid.gov/forms/ 1. Declaration For Federal Employment (of-306). 2. Medical History And Examination Form (ds-1843). 3. Questionnaire For Sensitive Positions (for National Security) (sf-86), Or Questionnaire for Non-sensitive Positions (sf-85). 4. Finger Print Card (fd-258). vi. Benefits And Allowances as A Matter Of Policy, And As Appropriate, A Uspsc Is Normally Authorized The Following benefits And Allowances: 1. Benefits: a) Employer's Fica Contribution b) Contribution Toward Health & Life Insurance c) Pay Comparability Adjustment d) Annual Increase (pending A Satisfactory Performance Evaluation) e) Eligibility For Worker's Compensation f) Annual And Sick Leave g) Paid Parental Leave h) Relocation Expense Benefit i) 2. Allowances: section Numbers Refer To Rules From The Department Of State Standardized Regulations (government Civilians Foreign Areas), Available At https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential Chapter 500 And Tables In Chapter 900. (b) Living Quarters Allowance Section 130. 14 | Page (c) Temporary Lodging Allowance Section 120. (d) Post Allowance Section 220. (e) Supplemental Post Allowance Section 230. (f) Payments During Evacuation Section 600. (g) Education Allowance Section 270. (h) Separate Maintenance Allowance Section 260. (i) Danger Pay Allowance Section 650. (j) Education Travel Section 280. vii. Taxes uspscs Are Required To Pay Federal Income Taxes, Fica, Medicare And Applicable State Income taxes. viii. Usaid Regulations, Policies And Contract Clauses Pertaining to Pscs usaid Regulations And Policies Governing Uspsc Awards Are Available At These Sources: 1. Usaid Acquisition Regulation (aidar), Appendix D, “direct Usaid Contracts with A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad,” Including contract Clause “general Provisions,” Available At https://www.usaid.gov/ads/policy/300/aidar. 2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms. one Base Year Table – Country Representative item no (a) services (description) (b) qty (c) unit (d) unit Price (e) amount (f) 0001 Base Year 1 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ $____ fringe Benefits/other Direct Costs (odcs) award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 15 | Page total Estimated Cost $____ four Option Years Table- Country Representative item no (a) services (description) (b) qty (c) unit (d) unit Price (e) amount (f) 100 1 option Period (op) 1 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ $____ op 1 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 200 1 op 2 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ $____ op 2 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 300 1 option Period (op) 3 - Compensation award Type:cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ $____ op 3 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 400 1 option Period (op) 4 - Compensation award Type: Cost 1 Lot $____ $____ 16 | Page product Service Code: R497 accounting Info: [insert From Phoenix] op 4 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] total Estimated Cost [base + Options] $____ 3. Acquisition And Assistance Policy Directives/contract Information Bulletins (aapds/cibs) For Personal Services Contracts With Individuals Available At http://www.usaid.gov/work-usaid/aapds-cibs. 4. Ethical Conduct. By The Acceptance Of A Usaid Personal Services Contract As An individual, The Contractor Will Be Acknowledging Receipt Of The “standards Of Ethical conduct For Employees Of The Executive Branch,” Available From The U.s. Office of Government Ethics, In Accordance With General Provision 2 And 5 Cfr 2635. see Https://www.oge.gov/web/oge.nsf/oge%20regulations aapds And Cibs Contain Changes To Usaid Policy And General Provisions In Usaid regulations And Contracts. Please Refer To Http://www.usaid.gov/work-usaid/aapds-cibs#psc To determine Which Aapds And Cibs Apply To This Contract. 5. Psc Ombudsman The Psc Ombudsman Serves As A Resource For Any Personal Services contractor Who Has Entered Into A Contract With The United States Agency For International development And Is Available To Provide Clarity On Their Specific Contract With The Agency. Please visit Our Page For Additional Information: https://www.usaid.gov/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman the Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov. 6. Far Provisions Incorporated By Reference 52.204-27 Prohibition On The Bytedance Covered application (date) aapd 06-10 – Psc Medical Expense Payment Responsibility general Provision 28, Medical Expense Payment Responsibility 17 | Page (october 2006) (a) Definitions. Terms Used In This General Provision Are Defined In 16 Fam 116 Available At http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal Services Contractors Are Not eligible To Participate In The Federal Employees Health Programs. (b) Medical Evacuation (medevac) Services – Please See Attachment 2 To This solicitation For Information On Aapd No. 18-02. (c) When The Contractor Or Eligible Family Member Is Covered By Health Insurance, That Insurance Is the Primary Payer For Medical Services Provided To That Contractor Or Eligible Family Member(s) Both in The United States And Abroad. The Primary Insurer’s Liability Is Determined By The Terms, conditions, Limitations, And Exclusions Of The Insurance Policy. When The Contractor Or Eligible family Member Is Not Covered By Health Insurance, The Contractor Is The Primary Payer For The Total amount Of Medical Costs Incurred And The U.s. Government Has No Payment Obligation (see paragraph (f) Of This Provision). (d) Usaid Serves As A Secondary Payer For Medical Expenses Of The Contractor And Eligible Family members Who Are Covered By Health Insurance, Where The Following Conditions Are Met: (1) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Is Incurred, Caused, Or materially Aggravated While The Eligible Individual Is Stationed Or Assigned Abroad; (2) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Required Or Requires hospitalization And The Expense Is Directly Related To The Treatment Of Such Illness, Injury, Or Medical condition, Including Obstetrical Care; And (3) The Office Of Medical Services (m/med) Or A Foreign Service Medical Provider (fsmp) determines That The Treatment Is Appropriate For, And Directly Related To, The Illness, Injury, Or Medical condition. (e) The Mission Director May, On The Advice Of M/med Or An Fsmp At Post, Authorize Medical Travel for The Contractor Or An Eligible Family Member In Accordance With The General Provision 10, Travel and Transportation Expenses (july 1993), Section (i) Entitled “emergency And Irregular Travel And transportation.” In The Event Of A Medical Emergency, When Time Does Not Permit Consultation, The mission Director May Issue A Travel Authorization Form Or Medical Services Authorization Form ds-3067, Provided That The Fsmp Or Post Medical Advisor (pma) Is Notified As Soon As Possible following Such An Issuance. The Contractor Must Promptly File A Claim With His Or Her Medevac insurance Provider And Repay To Usaid Any Amount The Medevac Insurer Pays For Medical Travel, Up to The Amount Usaid Paid Under This Section. The Contractor Must Repay Usaid For Medical Costs paid By The Medevac Insurer In Accordance With Sections (f) And (g) Below. In Order For Medical travel To Be An Allowable Cost Under General Provision 10, The Contractor Must Provide Usaid written Evidence That Medevac Insurance Does Not Cover These Medical Travel Costs. (f) If The Contractor Or Eligible Family Member Is Not Covered By Primary Health Insurance, The contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred. In The Event Of A medical Emergency, The Medical And Health Program May Authorize Issuance Of Form Ds-3067, 18 | Page authorization For Medical Services For Employees And/or Dependents, To Secure Admission To A hospital Located Abroad For The Uninsured Contractor Or Eligible Family Member. In That Case, The contractor Will Be Required To Reimburse Usaid In Full For Funds Advanced By Usaid Pursuant To The issuance Of The Authorization. The Contractor May Reimburse Usaid Directly Or Usaid May Offset the Cost From The Contractor’s Invoice Payments Under This Contract, Any Other Contract The Individual has With The U.s. Government, Or Through Any Other Available Debt Collection Mechanism. (g) When Usaid Pays Medical Expenses (e.g., Pursuant To Form Ds-3067, Authorization For medical Services For Employees And/or Dependents), Repayment Must Be Made To Usaid Either By insurance Payment Or Directly By The Contractor, Except For The Amount Of Such Expenses Usaid Is obligated To Pay Under This Provision. The Contracting Officer Will Determine The Repayment Amount in Accordance With The Terms Of This Provision And The Policies And Procedures For Employees contained In 16 Fam 521. When Usaid Pays The Medical Expenses, Including Medical Travel Costs (see Section (e) Above), Of An Individual (either The Contractor Or An Eligible Family Member) Who Is covered By Insurance, That Individual Promptly Must Claim His Or Her Benefits Under Any Applicable insurance Policy Or Policies. As Soon As The Individual Receives The Insurance Payment, The Contractor must Reimburse Usaid For The Full Amount That Usaid Paid On The Individual’s Behalf Or The repayment Amount Determined By The Contracting Officer In Accordance With This Paragraph, whichever Is Less. If An Individual Is Not Covered By Insurance, The Contractor Must Reimburse usaid For The Entire Amount Of All Medical Expenses And Any Travel Costs The Contractor Receives from His/her Medevac Provider. (h) In The Event That The Contractor Or Eligible Family Member Fails To Recover Insurance Payments Or transfer The Amount Of Such Payments To Usaid Within 90 Days, Usaid Will Take Appropriate Action to Collect The Payments Due, Unless Such Failure Is For Reasons Beyond The Control Of The uspsc/dependent. (i) Before Departing Post Or Terminating The Contract, The Contractor Must Settle All Medical Expense and Medical Travel Costs. If The Contractor Is Insured, He Or She Must Provide Proof To The Contracting officer That Those Insurance Claims Have Been Submitted To The Insurance Carrier(s) And Sign A repayment Agreement To Repay To Usaid Any Amounts Paid By The Insurance Carrier(s). 19 | Page attachment Ii title 48 Of The Code Of Federal Regulations (cfr) Chapter 7. usaid Acquisition Regulation (aidar) appendix D – Direct Usaid Contracts With A U.s. Citizen Or A U.s. resident Alien For Personal Services Abroad gp 25. Medical Evacuation (medevac) Services (dec 2019) a Contractor Who Is Required To Relocate Abroad And Accompanying Eligible Family Members; Or A contractor On Official Travel Status Abroad On Temporary Duty Or Training, Will Be Provided Medevac services Through The Department Of State, Bureau Of Medical Services, Similar To That Provided To u.s. Government Employees In 16 Fam 300 Medical Travel. Medevac Costs That Will Be Covered By usaid Include Travel And Per Diem, But Do Not Include Medical Care Costs. to Be Eligible For Medevac Services Covered By The Department Of State Medevac Program, The contractor And Accompanying Eligible Family Members Must Obtain And Maintain International Health insurance Coverage In Accordance With The Clause Of The Contract Entitled, “insurance.” gp 29. Incentive Awards (dec 2019) the Contractor Is Eligible To Receive Certain Monetary And Non-monetary Usaid Incentive Awards In accordance With The Aidar And Usaid Internal Policy. 20 | Page
Closing Date6 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation 36c25925q0227 Is Issued As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fy25.05a 02/28/2025, Fac 2025-03 01/17/2025. No Telephone Requests Will Be Accepted. Only Written Requests Received Directly From The Offeror Are Acceptable. The Associated North American Industry Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34 Million. this Solicitation Is 100% Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosbs). If Offeror Is A Gsa Schedule Holder, All Information Requested In This Notice Must Be Provided, Not Just The Offeror S Schedule Number. the Following Is A List Of The Contract Line-item Numbers, Quantities And Units Of Measure. clin description qty unit unit cost total Cost 0001 base Yr: 03/03/2025 - 03/02/2026 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0002 oy1: 03/03/2026 - 03/02/2027 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0003 oy2: 03/03/2027 - 03/02/2028 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0004 oy3: 03/03/2028 - 03/02/2029 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0005 oy4: 03/03/2029 - 03/02/2030 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ total Cost All Clins: $___________________ statement Of Work (sow) preventive Maintenance And Repair On xper Software Maintenance department Of Veterans Affairs (va) veterans Health Administration (vha) purpose: veterans Affairs Requires A Contractor To Provide Software Maintenance With Hardware Support For Cardiology Intellispace Systems At The Oklahoma Va Health Care System. Services Are To Be Performed In Accordance With This Sow And To Oem Standards, With The Intent Of Ensuring The Equipment Operates As The Original Manufacturer Intended, Uninterrupted (95% Uptime), In A Cost-effective, Efficient Manner, Contributing To The Va Mission. services Are Required On The Government-owned Systems Listed In This Sow For The Period Of Performance And At The Location Outlined In This Sow. this Contract Will Be A Non-personal Services Contract. The Contractor, Its Employees, Agents And Subcontractors Shall Not Be Considered Government Employees For Any Purpose. Contractor Shall Furnish All Labor, Materials, Parts, Equipment, Tools, Transportation, And Supervision To Provide Services In Accordance With This Performance Work Statement (sow). the C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required. period Of Performance: Refer To The Price/schedule Page Of This Document location Of Performance: Refer To Page 1 Of This Document background: equipment: The Following Systems Of Equipment Will Require Services Under This Contract. This Includes Sub-systems, Components, Software, Hardware, And Parts. equipment description brand & Model original Equipment Manufacturer (oem) serial Number va pmi Number cardiology Software intellispace Hemo Xper Software philips - - summary Of Requirements contractor Shall Provide Oem-trained Technicians To Perform Oem-standard Services On Equipment In This Sow. Services On The Equipment Include Maintenance Support, Corrective Maintenance Repair, 24x7 Emergency Phone Support, Provision Of Parts, And Service And Modification As Required Due To Safety Or Reliability. All Oem Software Updates Shall Be Included. tasks And Requirements performance And Repairs: All Work Performed Shall Be In Accordance With Manufacturer S Specifications To Keep The Equipment In Operating Condition. Contractor Must Guarantee 95% Up Time For The Equipment. Contractor Shall Guarantee That All Equipment Covered By This Contract Shall Be In Optimum Working Condition At The Completion Of Each Contracted Period Of Performance. Contractor Will Make Every Attempt To Maintain And Repair Equipment On-site Within A Reasonable Time, Unless Local Environment Prohibits On-site Attendance. Failing This, Contractor Will Provide Substitute Equipment In The Event A Repair Continues Beyond The Reasonable Time Frame. a Reasonable Time Frame Ensures The Va Mission Continues Uninterrupted With No Loss, Damage Or Suffering To Va Patients And Resources. preventive Maintenance: Contractor Shall Provide Periodic Preventive Maintenance Service On Equipment Within The Interval(s) Set By The Oem (ie, Annual, Semi-annual, Quarterly), In Scheduled Month Of Each Contracted Period Of Performance, Including All Work Between Standard Business Hours, Weekend Hours, And Non-standard Hours, And Arranged Through The Cor. The Contractor Shall Work With The Cor, Surgery Service And Sterile Processing Service To Not Disrupt Patient Care By Scheduling Pm Visits In Advance. The Visits Will Include Equipment Verification By An Oem-trained Technician. Before The Expiration Of Each Period Of Performance, The Contractor Shall Provide The Cor With A Report Certifying The Equipment Listed In This Sow Has Been Calibrated To O.e.m. Standards Not Less Than Oem Recommended Interval(s) During The Contract Period. All Parts Shall Be O.e.m. Standard Or Certified. service Call: Unscheduled Service Should Be Conducted At No Additional Cost During Standard Business Hours, Monday Through Friday, 8:00 Am 5:00 Pm. Non-emergency Service (machine Still Able To Run With No Increased Patient Risk) Should Be Available, With A Technician Onsite At Location, Within 48 Hours Notice From The Cor. If Support Call For Repair Service Is Deemed Mission-critical, Contractor Will Be On-site Performing Corrective Action Response To Service Calls Within 24 Hours Of Notice From Cor, Barring Special Circumstances. 24 Hour Service Call Center Support Should Be Available To Schedule Corrective Service Calls. technical Phone Support Shall Be Available Weekdays From 7:00 Am 7:00 Pm At No Additional Charge. software Updates: Contractor Shall Provide Any Software Updates, As They Become Available, For All Equipment, At No Additional Cost. All Software Changes Made Become The Property Of The Va. help Desk Support: Contractor Shall Provide Emergency Telephone Support During Standard Business Hours, As A Minimum At No Additional Charge, With Phone Calls Returned No Later Than 2 Hours After A Voice Message Has Been Left By The Cor. modifications: If Contractor Or External Hazard Assessment/notification By The Fda, Ncps, Or Ceosh Determines That A Modification Is Necessary To Address Safety Concerns Or Reliability, Installation And Modification Will Be Performed At No Additional Charge. parts: As Part Of The Oem-standard Of Service Required On This Contract, Contractor Must Provide Unique And/or High Mortality Replacement Parts. All Parts Will Be O.e.m. Recommended Parts. Contractor Must Provide Repair Services On Batteries And Handpieces, At No Additional Cost To The Government. This Includes Provision Of Replacement/loaner Parts And Shipment Costs, Such As Loaner Handpieces. To Maintain Continuity Of Patient Care, Contractor Must Ship Replacement/loaner Handpieces Overnight To The Va Within 48 Hours Of Receipt Of Notice By The Va That A Hand Piece Needs To Be Repaired Due To Normal Wear And Tear. Once The Loaner Is Received By The Va, The Va Will Ship The Government-owned Hand Piece To The Contractor. if The Government-owned Hand Piece Is Not Able To Be Repaired The Contractor Must Return The Broken Handpiece To The Va With Written Notification Of What Prevented The Repair And The Issues Causing The Part Not To Function The Way The Oem Intended. if Any Contractor Personnel Performing Service On Site At The Va Brings Parts, Devices, Or Equipment That Have Serial Numbers And Will Be Used In Patient Care, These Items Must Be Checked In Upon Entry And Checked Out Upon Exiting The Va With Both Logistics And Biomed Departments. shipment: Contractor Shall Be Responsible For Shipment Of Repair Parts And Substitute Equipment At No Expense To The Government, With Fob Destination Terms Applicable In These Circumstances, And In Favor Of The Va Medical Center At This Location. All Shipments, Labels, Invoices And Correspondence Related To This Contract Must Include The Contract Number And Marked Attn: Cor/local Va Poc [insert Individual Name] . Contractor Must Email The Local Va Poc Or Cor With Carrier And Tracking Information In Advance Of All Shipment Of Parts And Equipment So The Va May Be Prepared To Receive The Items And Track Them To Avoid Loss. government Furnished Equipment / Property (gfe / Gfp) government Property Is Any Real Property At The Vamc Accessed By The Contractor In The Performance Of Services In Accordance With The Sow. condition Of Equipment the Contractor Shall Accept Responsibility For The Equipment In "as Is" Condition. Failure To Inspect The Equipment Prior To Contract Award Shall Not Relieve The Contractor From Performance Of The Requirements Of This Contract. storage storage For Contractor Equipment Is Not Provided At The Vamc. The Contractor Is Responsible For The Security Of Its Equipment. The Government Is Not Responsible For The Security Of Contractor Equipment. contractor Furnished Equipment / Property (cfe / Cfp) service Manuals/tools/equipment the Vamc Shall Not Provide Tools, (test) Equipment, Service Manuals Or Service Diagnostic Software To The Contractor. The Contractor Shall Obtain, Have On File, And Make Available To Its Fse's All Operational And Technical Documentation (such As; Operational And Service Manuals, Schematics, And Parts List) Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Data Manuals, By Name And/or The Manuals Themselves Shall Be Provided To The Co Upon Request. quality conformance Standards contractor Shall Ensure That Their Services, Staff And Equipment Used In The Performance Of This Contract Conform And Comply With The Latest Industry Service Standards, Information, Guidance, Regulations And Publications Of The Following: aami-ansi St-79:2010 Part 7.7 Standards (servicing And Repairs Of Devices In The Health Care Facility). This Can Be Obtained At Http://www.aami.org/publications/standards/st79.html iahcsmm - International Association Of Healthcare Central Service Materiel Management us Fda Us Food And Drug Administration cdc Centers For Disease Control And Prevention cdrh Center For Devices And Radiological Health iso (as A Minimum: Iso 9001:2008 Certification And Iso 13485:2003 Certification (medical Devices)) asq American Society For Quality ul Underwriters Laboratories osha Occupational Safety And Health Administration safety the Contractor Must Perform Services In Accordance With: local, State And Federal Occupational Safety And Health Guidelines And Legislation, To Include Occupational Safety And Health Administration (osha), The American National Standards Institute (ansi) Safety Guidelines, And Any Va Medical Center Directives; local, State And Federal Fire And Safety Legislation And Guidelines, To Include Va Medical Center Directives And Legislation On Fire And Safety; all Other Conformance Standards Identified In This Sow medical Center Policies each Va Medical Center Has Policies That Are Updated From Time To Time. The Cor Can Provide More Detailed Information To The Contractor Of These Upon Commencement Of The Contract And Throughout The Term Of The Contract, As Needed, Especially Policies Regarding, Parking, Possession Of Weapons, Cell Phone Use And Photography As Well As Smoking On Va Property. Violations Of Such Policies May Result In Individual Fines Or Citation Answerable In The United States (federal) District Court. remedy Or Rework rework Or Remedy Is Defined As Performing The Service Again Until The Purpose Of This Sow Is Achieved In Full. This Involves Less Than Satisfactory Service By The Contractor And As Noted By The Cor. rework Or Remedy Must Occur Within 3 Business Days Of The Notice Of The Rework Or Remedy Requirement From The Cor And At No Additional Cost To The Government. inspection And Acceptance Of Services: The Government Reserves The Right To Inspect And Test Services In Accordance With This Sow And The Contract. The Only Individual Authorized To Officially Accept Services Is The Cor. While Inspection Of Services May Be Delegated By The Cor And A Shared Responsibility With Departmental Management Staff, The Cor Is Ultimately The Only Authorized Individual To Approve And Accept Services On Behalf Of The Va. deliverables (refer Also To Technical Qualification And Contact Points For Additional Deliverables) service Report (sr) contractor Is Responsible For Providing Service Reports For Every Service. A Service Report Is Required For All: outgoing Serviced Equipment With An Inventory Of All Equipment Collected By The Contractor, And incoming Serviced Equipment With An Inventory Of All Equipment Completely Serviced And Delivered By The Contractor And With The Service Report Provided To The Cor At The Time Of Delivery Of Serviced Equipment. such Documentation Shall Meet The Guidelines As Set Forth In The Conformance Standards. in Addition, Each Service Report Shall, At A Minimum, Document The Following Data Legibly And In Complete Detail: name Of Contractor And Contract Number. name Of Field Technician Who Performed Services. contractor S Service Report Number/log Number. date And Time (arrival And Departure) Of Field Technician On-site At Va Collecting And Delivering Equipment va Purchase Order Number description Of Problem Reported By Cor. details Of Equipment Serviced: equipment Set Numbers device Name, Instrument Type serial Number any Other Manufacturer's Identification Numbers. pmr And Service Description total Itemized Cost Of All Parts And/or Services Provided signatures: field Technician Performing Services Described. cor Acceptance Signature invoices: The Contractor Must Include The Service Report Number On The Associated Invoice. service Reports (engineers Service Report (esr) Or Service Report) when The Service Is Completed, The Field Technician Shall Document Services Rendered On A Legible Service Report(s). During Check In/check Out Procedures With The Cor, The Field Technician Must Provide The Cor With The Service Report(s) For That Service Visit. Esr Can Be Submitted Electronically To The Cor, Not Exceeding 5mb In Size, Following Service Completion Yet Before The Technician Departs The Location To Ensure The Cor Has An Opportunity To Review And Provide An Acceptance Signature. All Service Reports Shall Be Submitted To The Cor For An "acceptance Signature". If The Cor Is Unavailable, A Signed Copy Of The Service Report Shall Be Sent To The Contractor After The Work Can Be Reviewed (if Requested Or Noted On The Service Report). the Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor (in Writing) Of The Existence Or The Development Of Any Defects In The Equipment Submitted For Service Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract And Where Replacement Is Recommended. technical Qualifications And Personnel Standards calibration Of Vendor S Equipment: Contractor Must Provide The Cor With Certification Attesting That All Gauging And Measurement Equipment Used To Check And Calibrate The Subject Items Of Equipment Has Been Calibrated Either According To The Manufacturer S Specifications Or Within The Last Twelve Months Against A Standard That Is Traceable To The National Bureau Of Standards. contractor Must Provide The Cor And Contracting Office With Such Documentation, As A Minimum: within 5 Business Days Of Contract Award, within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And In Advance Of Commencing Services On Equipment Identified In This Sow. qualifications Of Contractor Oem-trained Technicians: Contractor Shall Document, In Writing, Their Experience In Working On The Identical Make And Model Equipment Listed In This Sow As Well As The Qualifications Of Individuals Who Will Work On The Equipment. Where The Sow Requires Oem-trained Technicians, Demonstration Of This Will Also Be Required In The Documentation. contractor Must Provide The Cor And Contracting Office With Such Documentation, As A Minimum: within 5 Business Days Of Contract Award, within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And immediately, When Previously Assigned Oem-trained Technicians Have Been Replaced, And In Advance Of Commencing Services On Equipment Identified In This Sow. the Contractor Shall Have Sufficient Staff To Satisfactorily Support This Contract, Including The Sow And Its Purpose. Contractor Staff Providing Services On This Contract Must Include A "fully Qualified" Filed Service Engineer (fse) And A "fully Qualified" Fse Who Shall Serve As The Backup. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance Of The Equipment In This Contract the Fses Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fses. The Contractor Shall Provide Written Assurance Of The Competency Of Their Personnel And A List Of Credentials Of Approved Fses For Each Make And Model The Contractor Services At The Vamc. The Co May Authenticate The Training Requirements, Request Training Certificates Or Credentials From The Contractor At Any Time For Any Personnel Who Are Servicing Or Installing Any Vamc Equipment. The Co And/or Cor Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. if Subcontractor(s) Are Used, They Shall Be Approved By The Co Prior To Commencement Of Services. The Contractor Shall Submit Any Proposed Change In Subcontractor(s) To The Co For Approval/disapproval. contractor Employee S On-site At Location: At All Times During Performance Of Services, In Accordance With This Sow, The Contractor Must Ensure Contractor Personnel: be Able To Function Professionally Amongst The General Public In A Hospital And Health Care Environment. Where Possible, A Warm-natured And Humane Approach Is Preferred. be Able To Read, Understand And Apply Printed Rules, Detailed Orders, And Instructions be Familiar With And Compliant With This Sow And Contractual Requirements. be Displaying Va Identification Badges And Contractor-issued Name Tags, Clearly Visible To The General Public be Directly And Personally Escorted By The Contractor S On-site Supervisor When Contractor Personnel Are Not Displaying Va Identification Badges And Contractor-issued Name Tags maintain A Neat, Clean, Professional Appearance be Properly Attired In Contractor-issued Uniforms Which Clearly Display Contractor Branding, Keeping In Accordance With Vha Dress Policies. compliant With Va Safety And Osha Regulations Throughout The Va Medical Center, As Well As Va Medical Center Policies. compliant With Parking Requirements At The Vamc And Park Only In The Designated Parking Areas As Assigned By The Cor. maintain Decorum At All Times. During The Performance Of Services Care And Consideration Must Be Given To Va Visitors And Staff. All Services Must Be Performed With Minimal Disturbance Or Hindrance To Va Medical Center Visitors And Staff, Specifically Maintaining The Requirements Identified In The Overview Of This Sow. contractor Shall Not Be Considered Government Employees For Any Purpose. Security Procedures And Operating Hours check In/out Procedures prior To Commencement Of Services, And When Visiting The Va Medical Center, The Contractor Or Contractor S Authorized Field Technician, Must Check In And Out With The Biomed Administrative Officer Located In The Basement At The Va Location, Room Be-100. Only Individual Va Biomedical Management Staff, As Delegated By The Cor, Can Coordinate Check In And Check Out Procedures For The Contractor In The Absence Of The Cor. Due To Heightened Security Requirements, The Contractor Or Their Authorized Service Representative Will Be Required To Wear An Id Badge Which Will Be Signed For Upon Arrival And Turned In When Leaving. All Badges Must Be Worn At Or Above The Waist And Facing Forward. This Badge Must Be Turned In Before Leaving The Premises; Otherwise The Person Signing For It Will Be Required To Pay For The Unreturned Id Badge. standard Business Hours And Federal Holidays: Contract Performance Shall Occur During Standard Business Hours Unless Approved And Arranged Through The Cor. Standard Hospital Hours Are 8 Am To 5 Pm. Contractor Must Coordinate All Services With The Cor. the Federal Government Observes The Following Days As Holidays. new Year S Day january 1st * martin Luther King S Birthday third Monday In January presidents Day third Monday In February memorial Day last Monday In May juneteenth june 19th * independence Day july 4th * labor Day first Monday In September columbus Day second Monday In October veterans Day november 11th * thanksgiving Day fourth Thursday In November christmas Day december 25th * *holidays That Fall On Saturday Are Observed On The Preceding Friday. Holidays That Fall On Sunday Are Observed On The Following Monday. in Addition To The Days Designated As Holidays, The Government Observes The Following Days: any Other Day Designated By Federal Statute any Other Day Designated By Executive Order any Other Day Designated By The President Of The United States To Be A Federal Holiday contractor Holidays Not Included In The Table Of Government Holidays Or Other Observation Days Listed Above Shall Not Be Considered Official Holidays And Shall Be Included In The Contract Performance As Standard Business Days For The Purposes Of Repairs And Maintenance. contact Points contractor Point Of Contact (poc) the Contractor Shall Specify An Individual Who Shall Serve As A Single Point Of Contact For All Contract Issues (poc). Contractor Must Provide The Cor And Contracting Office With The Poc Contact Details, To Include Business Phone Number Or Cell Phone Number And Email, As A Minimum: within 5 Business Days Of Contract Award, within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And within 5 Business Days Prior To A Change In The Poc By The Contractor. the Poc Must Be Easily Accessible By Phone And Return Cor Calls Within 48 Hours Of A Voice Message Left By The Cor. contracting Officer S Representative (cor) upon Contract Commencement, The Contracting Officer Will Notify The Contractor In Writing As To The Cor Assigned To This Contract, And Upon Reassignment Of A New Cor, As Applicable. Contractor Shall Only Respond To Requests For Service From The Cor Or The Co. If Service Is Requested From Any Source, Other Than The Cor Or The Co, The Contractor Is To Advise The Individual Of This Requirement And Refuse To Respond. Any Billing Resulting From Unauthorized Service Will Not Be Paid By The Government. The Cor Will Evaluate The Contractor S Performance Through Review Of The Contractor S Quality Control Procedures In Accordance With This Contract And Sow. authority Of The Cor the Contracting Officer Is The Only Person Authorized To Approve Changes In Any Of The Requirements Of This Contract. In The Event The Contractor Affects Any Changes At The Direction Of Any Person Other Than The Contracting Officer, The Changes Will Be Considered To Have Been Made Without Authority And No Adjustment Will Be Made In The Contract Price Or Schedule To Cover Any Increase In Costs Incurred As A Result Thereof. The Contracting Officer Shall Be The Only Individual Authorized To Accept Nonconforming Work, Waive Any Requirement Of The Contract, And/or Modify Any Term Or Condition Of The Contract. The Contracting Officer Is The Only Individual Who Can Legally Obligate Government Funds. No Costs Chargeable To The Proposed Contract Can Be Incurred Before Receipt Of A Fully Executed Contract Or Specific Authorization From The Contracting Officer. Any Invoicing Or Charges Resulting From Unauthorized Service Will Not Be Paid By The Government. government Alternate Points Of Contact (poc) Emergencies Only the Cor Will Identify Alternate Points Of Contact (poc) To Be Used Only For Instances Of Emergencies When The Cor Is Not Easily Contactable. These Will Be Individuals In Supervisory Or Managerial Roles Within The Biomed Department. The Contractor Will Be Provided This Information Within 5 Days After Contract Award And Within 48 Hours Of A Change To This Information. An Alternate Poc Does Not Replace The Cor Nor Do They Replace The Contracting Officer During The Performance And Administration Of This Contract, Nor Does It Relinquish Or Diminish The Contractor S Requirements In Relation To The Performance Of This Contract. liabilities And Insurances protection From Damage contractor Shall Provide All Labor, Materials, And Equipment Necessary For Protection Of Vamc Personnel, Furnishings, Equipment, And Buildings From Damage, And Shall Replace Or Repair Any Damage Due To Work Performed Under This Contract Equal To Its Original Construction And Finish. liability Insurance contractor Must Provide The Cor And The Co With Written Confirmation That Contractor Has Adequate Insurance Protection Against Negligent Work And Other Forms Of Liability. definitions acceptance Signature - Cor's Signature; Indicates Cor Accepts Work Status As Stated In Service Report. contractor Employees Has The Same Meaning As Contractor Personnel contractor Personnel - Has The Same Meaning As Contractor Employees cor Contracting Officer S Representative fda - Food And Drug Administration (u.s. Department Of Health And Human Services) field Technician Or Field Service Engineer (fse) - A Person Who Is Authorized By The Contractor To Perform Pmr Services On Va Premises. Also Known As Technically Trained Personnel. iso - International Organization For Standardization labor Refer To Technically Trained Personnel, Also Field Technician o.e.m. Or Oem Original Equipment Manufacturer. The Actual Manufacturer And Point Of Origin Of The Equipment. The Oem Provides Schematics And Standards For Maintenance And Repair Of The Equipment And Equipment Shall Be Maintained In Accordance With These Practices. The Oem Is Identified In The Background Section Of This Sow. oem-trained Technicians Means Contractor Technicians (technically Trained Personnel, Fse, Field Technicians), Be They Oem Or Third Party Provided, Who Are Formally Trained To Oem Standards To Satisfactorily Perform Services On Equipment In This Sow. Where Oem-trained Technicians Are Required In The Sow It Means That Services Are To Be Performed At No Less Than This Criteria, For The Period Of Performance At The Location, To Ensure The Sow Purpose Is Met In Order To Avoid Future Equipment Breakdowns Or Malfunctions Which Could Lead To The Va Being Accused Of Malpractice Or Negligence. This Assists The Va In Meeting Its Mission. original Equipment Manufacturer - Oem osha Occupational Safety And Health Administration pmi - Preventive Maintenance Inspection service Report - A Documentation Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract. services Includes Preventive Maintenance And Repair For Equipment And Components Listed In This Sow And In Accordance With This Sow sr Service Report technically Trained Personnel Are Personnel And/or Employees Who Shall Be Suitably Knowledgeable In The Field Related To The Services In This Sow In Order To Satisfactorily Perform Services In Accordance With The Sow. The Contractor Shall Provide Personnel Experienced And Qualified To Perform The Required Services In Accordance With Industry Practices And Standards. Also Known As Field Technician Or Field Service Engineer (fse). For Example, This Could Mean German-trained Technicians, Certified Technicians Etc. Technically Trained Personnel Are Also Known As Contractor Personnel Or Contractor Employees Or Technicians. vamc Veterans Affairs Medical Center the Provision At Far 52.212-1, Instruction To Offerors -- Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition With The Following Addendum: far 52.204-7, System For Award Management (oct 2018); far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020); far 52.216-1, Type Of Contract (apr 1984): The Government Anticipates The Awarding Of A Single Firm-fixed Price Definitized Contract To Fulfill This Requirement. the Provision At Far 52.212-2, Evaluation -- Commercial Items (nov 2021), Applies To This Acquisition. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: contract Award Will Be Made Based On The Solicitation Response That Represents The Best Value To The Government Using A Contracting Officer S Comparative Analysis. Since The Contracting Officer Is Considering Price And Other Factors, The Co May Award To Other Than The Lowest-priced Offer. The Information Below Explains The Evaluation Approach: the Contracting Officer Will Make A Comparative Analysis Of All Offers Against The Solicitation, Using The Following Factors To Decide Which Offer(s) Represent The Best Value To The Government: factor 1: Technical Ability the Offer Shall Be Evaluated On The Conformance To The Requirements Listed In The Statement Of Work. The Offeror Shall Submit A Technical Narrative, That Describes The Means And Methods Of Successfully Performing All Work Detailed In The Sow, To Include The Personnel Being Proposed To Perform The Work. Narrative Should Demonstrate That Offeror Possesses A Clear Understanding Of The Requirements In The Sow. Any Training Certifications For The Repair Of Said Equipment Should Be Provided With Quote. factor 2: Past Performance offeror Shall Provide No More Than Three References Of Relatively The Same Size And Complexity. Include The Following Information For Each Contract: Name And Address Of Contracting Activity (company Name), Contract Number, Type Of Contract, Total Contract Amount, And Status, Date Of Award And Completion, Description And Location Of Contract Work, List Of Major Subcontractors If Any, Contracting Officer Or Individual Responsible For Signing The Contract, And Their Telephone And Fax Number, And The Cor S/administrator S Name, Telephone And Fax Numbers. Offerors May Provide Information On Problems Encountered On Identified Contracts And The Offeror S Corrective Action. Searches In Cpars (contractor Performance Assessment Reporting System), As Well As Past Performance Questionnaires May Be Utilized. factor 3: Price Offerors Shall Provide One Copy Of The Fully Completed Price Schedule In The Format Listed Above. Proposed Prices Will Be Evaluated For Realism And Reasonableness. the Comparative Analysis Method Will Be Used To Evaluate Offers. Offers Will Be Evaluated To Determine Which Offer Provides The Overall Best Value To The Government, All Factors Considered. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) a Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services (may 2024) Shall Be Submitted With The Offer. the Clause At Far 52.212-4 Contract Terms And Conditions-commercial Products And Services (nov 2023), Applies To This Acquisition, With The Following Addendum: far 52.204-9, Personal Identity Verification Of Contractor Personnel (jan 2011); far 52.204-13, System For Award Management Maintenance (oct 2018); far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020); far 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6â months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within Fifteen (15) Days Of The Expiration Date Of The Current Contract Period. for The Purposes Of The Award Of This Contract, The Government Intends To Evaluate The Option To Extend Services Under Far 52.217-8 As Follows: the Evaluation Will Consider The Possibility That The Option Can Be Exercised At Any Time, And Can Be Exercised In Increments Of One To Six Months, But Not For More Than A Total Of Six Months During The Life Of The Contract.â  The Evaluation Will Assume That The Prices For Any Option Exercised Under Far 52.217-8 Will Be At The Same Rates As Those In Effect Under The Contract At The Time The Option Is Exercised.â  The Evaluation Will Therefore Assume That The Addition Of The Price Or Prices Of Any Possible Extension Or Extensions Under Far 52.217-8 To The Total Price For The Basic Requirement And The Total Price For The Priced Options Has The Same Effect On The Total Price Of All Quotes Relative To Each Other, And Will Not Affect The Ranking Of Quotes Based On Price, Unless, After Reviewing The Quotes, The Government Determines That There Is A Basis For Finding Otherwise.â  This Evaluation Will Not Obligate The Government To Exercise Any Option Under Far 52.217-8. The `specified' Rates Under This Clause Will Be Those Rates In Effect Under The Contract Each Time An Option Is Exercised Under This Clause. (end Of Clause) far 52.223-6 Drug-free Workplace (may 2001); far 52.223-99 Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (deviation) far 52.228-5 Insurance Work On A Government Installation (jan 1997); cl 120 - Supplemental Insurance Requirements: In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract: (a) Workers' Compensation And Employers Liability: Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes. If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage. Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers. (b) General Liability: $500,000.00 Per Occurrences. (c) Automobile Liability: $200,000.00 Per Person; $500,000.00 Per Occurrence And $20,000.00 Property Damage. (d) The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. (end Of Clause) far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984); far 52.237-3, Continuity Of Services (jan 1991); vaar 852.203-70, Commercial Advertising (may 2008); vaar 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (nov 2020) (deviation); vaar 852.204-70 Personal Identity Verification Of Contractor Personnel (may 2020) vaar 852.219-74, Limitations On Subcontracting Monitoring And Compliance (jul 2018) (deviation) (a) This Solicitation Includes Vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (b) Accordingly, This Contract Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) vaar 852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. as Prescribed In 819.7009(c) Insert The Following Clause: va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.] (i) [ ] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. The Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Quote. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification: i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: _________________________________ printed Title Of Signee: ________________________________ signature: ______________________________________________ date: ___________________________________________________ company Name And Address: _______________________________ (end Of Clause) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018); vaar, 852.270-1 Representatives Of Contracting Officers (jan 2008). the Clause At Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2022) Applies To This Acquisition Including The Following Clauses: far 52.204-10 Reporting Executive Compensation & First-tier Subcontract Awards (jun 2020); far 52.209-6 Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021); far 52.219-28, Post Award Small Business Program Rerepresentation (sep 2021); far 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020); far 52.222-3, Convict Labor (august 2003); far 52.222-21, Prohibition Of Segregated Facilities (apr 2015); far 52.222-26, Equal Opportunity (sep 2016); far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); far 52.222-40, Notice Of Employees Rights Under The National Labor Relations Act (dec 2010); far 52.222-50, Combating Trafficking In Persons (nov 2021); far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020); far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); far 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018); afar 52.222-41 Service Contract Labor Standards (aug 2018); far 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014); far 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022); far 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) any Questions Regarding This Solicitation Must Be Submitted In Writing To The Contracting Officer No Later Than 12:00 P.m. Mt, Wednesday, February 19, 2025. All Responses To Questions Received Will Be Posted To The Contracting Opportunities Website Via An Amendment.
Closing Date14 Apr 2025
Tender AmountRefer Documents 

AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender

Others
United States
Details: Solicitation Number: 7200aa25r00016 issuance Date: December 23, 2024 closing Date And Time: January 23, 2025, 1:00 Pm Eastern Standard Time (est) subject: Solicitation For U.s. Personal Service Contractor (uspsc) dear Prospective Offerors: the United States Government (usg), Represented By The U.s. Agency For International Development (usaid), Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services As Deputy Country Representative - Angola (fs-03) Under A Personal Services Contract, As Described In The Attached Solicitation. offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time Specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of All Offer Materials For Their Records. usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All Individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The Solicitation. offerors Interested In Applying For This Position Must Submit The Following Materials: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas Field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. 1 | Page 2. Uspsc Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. We Are Currently Accepting Electronic And Typed Signatures On The Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Your Complete Resume And The Aid 309-2 Form Must Be Mailed Or Emailed To Otijobs@usaid.gov offerors Can Expect To Receive A Confirmation Email When Offer Materials Have Been Received. Offerors Should Retain For Their Records Copies Of All Enclosures Which Accompany Their Offers. This Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit Usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance. Any Questions On This Solicitation May Be Directed To: oti Recruitment Team e-mail Address: Otijobs@usaid.gov website: Www.otijobs.net sincerely, maria Del Carmen Grizzard contracting Officer m/oaa/cps 2 | Page 7200aa25r00016 attachment I i. General Information 1. Solicitation No.: 7200aa25r00016 2. Issuance Date: December 23, 2024 3. Closing Date And Time For Receipt Of Offers: January 23, 2025, 1:00 Pm Eastern Time 4. Point Of Contact: Oti Recruitment Team, Email At Otijobs@usaid.gov. 5. Position Title: Deputy Country Representative 6. Market Value: This Position Has Been Designated At The Fs-03 Equivalent Level, Overseas Comparability Pay, Ocp, ($98,697 - $144,940 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries Over And Above The Pay Range Will Not Be Entertained Or Negotiated. please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency Onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of Record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel To The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must Have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile Dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process Will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50 Miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal Expense. 7. Period Of Performance: One Year, With Four One-year Option Periods. start Date: Within 45 Days Of Receiving Notification That Required Security And Medical Clearances Have Been Obtained. 8. Place Of Performance: Angola overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location Within The Country Of Performance, In Accordance With Mission Policy. Telework Or Remote Work From Outside The Country Of Performance May Only Be Authorized In Certain Situations In Accordance With The Terms And Conditions Of The Contract. 9. Eligible Offerors: United States Citizens 3 | Page 10. Security Level Required: Secret 11. Statement Of Duties position Description background usaid’s Office Of Transition Initiatives (oti) Is Seeking Highly Motivated, Highly Qualified Individuals Who Want The Opportunity To Help Support Rapid International Transition Programs For Priority Conflict-prone Countries. Created In 1994 As A Distinct Operating Unit Within Usaid, Oti Helps Local Partners Advance Peace And Democracy In Politically-transitioning Countries. In Support Of U.s. Foreign Policy, Oti Seizes Emerging Windows Of Opportunity In The Political Landscape To Promote Stability, Peace, And Democracy By Catalyzing Local Initiatives Through Adaptive And Agile Programming. countries Experiencing A Significant Political Transition In The Midst Of A Disaster Or Emerging From Civil Conflict Have Unique Needs That Cannot Be Fully Addressed By Traditional Disaster Relief. Timely And Effective Assistance To Promote And Consolidate Peaceful, Democratic Advances Can Make The Difference Between A Successful Or A Failed Transition. Oti Assists In Securing Peace By Aiding Indigenous, Mostly Non-governmental, Civil Society And Media Organizations. Oti Uses Such Mechanisms As Support For Re-integration Of Ex-combatants Into Civilian Society; Development Of Initiatives To Promote National Reconciliation; Identification Of Quick-impact Community Self-help Projects To Meet Urgent Economic Needs; And Aid To Independent Media Outlets And Community-based Organizations To Help Promote Informed Debate And Broaden Public Participation. to Respond Quickly And Effectively And Meet Its Program Objectives And Mandate Oti Retains A Group Of High Level Professionals And Experts Under U.s. Personal Services Contracts (uspscs). These Knowledgeable And Skilled Professionals Make Up The Vast Majority Of The Oti Work Force And Are At Its Forefront Implementing And Achieving The Office’s Programmatic Goals And Objectives. There Are Several Benefits That Uspscs May Participate In, Such As Partial Reimbursement For Health And Life Insurance Costs, As Well As Full Coverage Of Workers’ Compensation, Among Other Benefits. For More Complete Information On Uspsc Benefits, Please See Section Vi Of This Solicitation. oti’s Core Values: agility oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And Strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates Timely Positive Change. 4 | Page political oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We Acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power Dynamics And Harness Them For Transformation. accountability oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of Responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance With Our Implementing Partners, And The Taxpayer. curiosity oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder About People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid Uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches. diversity & Inclusion oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective Responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The Diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect. courage oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With Intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle Difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change. oti’s Deia Vision Statement: Oti Is A Collaborative Environment That Represents The Global Community At All Levels Of Our Organization. Uniting Diverse Backgrounds And Experiences, We Value Individual Expertise To Advance Peace And Democracy Around The World. values And Associated Behaviors That Will Enable This Vision Are: trust ● Model Open Communication, Active Listening And Candor. ● Believe Others When They Share Their Experiences. respect ● A Respectful Attitude Should Be Shown To Everyone. ● Allow For Others To Express Complete Opinion/thoughts Without Interruption, While Recognizing That There Are Other Perspectives And Lived Experiences. 5 | Page belonging (accessibility) ● Serve As An Ally To Those Who Feel Excluded (professionally, Socially, Personally, Etc.). ● Promote Togetherness And Acceptance Through Equitable Behavior. empathy ● Listen To Understand, Create Space To Be Real/feel. ● Remind Yourself To Be Conscious Of How Others May Feel Or Receive Your Words self-awareness/accountability ● Supervisors Hold Their Peers To Account On Their Expectations And Behaviors. ● Seek Regular, Constructive Feedback To Understand How Your Words And Actions Affect And Influence Others, And How They Are Being Perceived And Interpreted. ● Acknowledge Unconscious Bias And Be Willing To Learn And Change Behavior When Confronted/corrected. for More Information About Oti And Its Country Programs Please See: https://www.usaid.gov/stabilization-and-transitions introduction the Oti Deputy Country Representative – Angola Is A Member Of The Bureau For Conflict Prevention And Stabilization (cps)/oti Southern And East Africa (sea) Regional Team, And Reports To The Oti Country Representative In Angola. The Deputy Country Representative’s Principal Responsibility Will Be Development, Oversight And Management Of Usaid/oti's Angola Country Program. The Incumbent Will Be Called On To Support The Oti Country Representative With Managing An Implementing Partner And May Be Called Upon To Represent Oti’s Program To Local Partners, Senior-level U.s. Government Officials, In-country Visitors, Senior Officials From Other International Organizations, Bilateral Donors And Local Government Officials. core Functional Areas Of Responsibility duties And Responsibilities the Work Of The Deputy Country Representative Requires Teamwork, The Exercise Of Discretion, Judgment, And Personal Responsibility. As A Member Of A Highly Operational Office, You Are Willing And Able To Perform A Wide Range Of Administrative Functions To Help Ensure Programmatic Success. You Have A High Level Of Integrity And Attention To Detail To Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And Evaluation. You Are Highly Flexible And Willing To Work Under Conditions Of Ongoing Changes, And Remain Professional And Respectful Of Colleagues And Authority In A Diverse Workforce. You Place A Premium On The Building Of Positive Relationships With Your Respective Team In Washington, D.c., Colleagues In The Field, And With Key Stakeholders 6 | Page both In And Outside Of Usaid. You Are Able To Prioritize And Complete Tasks Without Follow-up By The Supervisor, While Also Filling In Gaps As Needed To Ensure The Responsiveness Of The Team. You Are A Strategic Thinker, Articulate Innovative Ideas, Present Solutions, And Are A Positive Role Model For Colleagues Both In And Outside Of Oti. You Are Also Committed To Upholding Usaid/oti’s Diversity, Equity, Inclusion, And Accessibility’s (deia) Vision And Values As Outlined In The Background. under The Direct Supervision Of The Angola-based Cps/oti Country Representative For Angola Or Their Designee, The Deputy Country Representative Will Perform The Following Duties: ● Represent Oti Interests During Meetings With Usaid/angola Personnel, U.s. Embassy Staff, Host-country Government Officials, International Organizations, Indigenous And International Non-governmental Organizations (ngos), And International Donors Interested in Cps/oti Activities; ● Provide Guidance On The Identification And Development Of Projects That Meet Oti Funding Criteria, Further Oti Programmatic Objectives, And Complement Other Projects And Programs Implemented By Other Usaid Offices, U.s. Government Agencies And Donor Organizations; ● Provide Support For The Design And Execution Of Programs That Follow Oti’s Quick Impact Programming Model In Us Embassies Or Usaid Missions. Support To Us Embassies And Usaid Missions May Include Attendance And/or Facilitation Of Program Management Processes For Follow-on Programming, Including Rolling Assessments, Strategy Review Sessions, Program Performance Reviews And Management Reviews; ● Review Proposals And Grant Concepts And Work With Diverse Groups, Many Of Which Have Not Previously Had International Funding; ● Collaborate With The Country Representative In Monitoring The Performance Of Oti Implementing Partners In The Implementation Of Oti-financed Activities Designed To Achieve Strategic Objectives; ● Travel To Monitor And Assess Political Conditions, Implementing Partner Operational Platforms, Meet With Potential Grantees, Host-country Government And Other Program Counterparts, And Develop Activity Ideas; ● Mentor And Train Other Oti And Implementing Partner Field Staff; ● Assume The Lead On Collecting Information And Drafting/editing Regular Reporting Products; ● Assume Higher Representational Responsibilities, Potentially Serving As Acting Oti Country Representative In Their Absence; 7 | Page ● Perform A Wide Range Of Administrative Functions Including Budget Preparation, Financial Management, Records Management, And Travel Assistance To Help Ensure Programmatic Success; ● Coordinate With The Oti Country Representative To Develop An Exit Strategy That Ensures Reasonable Time To Transition From Oti Programs To Follow-on Usaid Or Other Donor Programs; ● Communicate Regularly And Share Program Information With Other Usaid Project Managers, The Us Embassy, Bilateral Donors, Un Organizations, International Organizations, And Indigenous And International Ngos To Ensure Visibility And Synergy Of Usaid/oti Activities; ● Support The Country Representative To Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And Evaluation; ● Report To The Oti Country Representative And Oti/washington On The Status Of: 1) Grant Development And Implementation, 2) Oti Contractor Performance, 3) Foreign Service National (fsn) Staff Support Needs And Morale, 4) Communication And Coordination Issues Among Oti Offices With Other U.s. Government Entities, 5) Security Concerns, 6) Relations With Local Partners Including Local, State And National Government Representatives, And 7) Other Pertinent Information Required To Achieve Oti’s Program Objectives; ● Manage And/or Supervise The Fsn Staff, Including Program Officers, Administrative Assistants And Drivers Alongside Of The Country Representative; ● Supervise Staff As Delegated By The Country Representative (e.g. Program Managers, Program Assistants, Administrative Program Assistants, Etc.). Provide Orientation, Training And Mentoring For Usaid Staff Supervised; Assign Work, Explain How Duties Are To Be Performed To Meet Expectations, And Communicate How The Successful Performance Of Those Duties Will Be Measured; Evaluate Staff Performance; Recognize Good Performance; Communicate Where Performance Needs To Be Improved; Resolve Complaints; And Approve Leave Requests And Timesheets As Well As Training, Travel And Program And Operations Requests; ● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s. Government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6) Months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work, But May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co) Approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months Requires Co Approval. 8 | Page supervisory Relationship: the Deputy Country Representative Will Be Supervised By The Oti Country Representative Or His/her Designee In Angola. The Incumbent Is Expected To Take Initiative, Act Independently, And Manage His/her Tasks With Minimal Supervision. Though This Is A Senior Field-based Position, The Incumbent Is Expected To Actively And Proactively Collaborate With Oti/washington Leadership, And To Fully Utilize, Embrace, And Become An Expert On Oti Systems And Processes. Failure To Adequately Perform The Scope Of Work Above And/or Failure To Take Direction From The Supervisor May Result In Corrective Actions, Including Denial Of Step Or Grade Increases, Extension Of Contract Probationary Periods, Performance Improvement Plans, And/or Termination For The Convenience Of Usaid/oti. supervisory Controls: at The Fs-03 Level, The Incumbent’s Supervisor Sets Overall Objectives. The Incumbent And Supervisor Together Develop Deadlines, Projects, And Work To Be Done. The Incumbent Independently Plans, Designs, And Carries Out Projects, Studies, And Programs. Completed Work Is Reviewed Only From An Overall Standpoint In Terms Of Feasibility, Compatibility With Other Work, Or Effectiveness In Meeting Requirements, Or Expected Results. Technical Problems Are Generally Resolved Without Reference To Supervisors. 12. Physical Demands while In Angola, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands. However, The Position May Require Travel Throughout The Country Of Assignment, Which May Involve Some Additional Physical Exertion, Including Long Periods Of Standing, Walking Over Rough Terrain, Or Carrying Of Moderately Heavy Items (less Than 50 Pounds). 13. Work Environment: while At Post, The Work Is Generally Performed In An Office Environment. However, The Position Also Requires Travel Throughout The Region, Which May Additionally Involve Special Safety And/or Security Precautions, Wearing Of Protective Equipment, And Exposure To Severe Weather Conditions. ii. Minimum Qualifications Required For This Position (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And Experience Factors Are Considered Not Qualified For The Position. See Detailed Instructions For Demonstrating Education/experience Under “submitting An Offer”) at A Minimum, The Offeror Must Have: (1) A Master’s Degree With Five (5) Years Of Work Experience; or a Bachelor’s Degree With Seven (7) Years Of Work Experience; or 9 | Page an Associate’s Degree With Eight (8) Years Of Work Experience; or a High School Diploma With Nine (9) Years Of Work Experience; and (2) Five (5) Years Of Project Management Experience With A U.s. Government Foreign Affairs Agency, Domestic Or International Assistance Organization, Or Non-governmental Organization In Community Development, Economic Development, Mediation/arbitration, Conflict Resolution, Democracy And Governance, International Law, Political Analysis, And/or Human Rights Activities; (3) One (1) Year Of Overseas Field Experience (in Person Or Virtual). A Virtual Temporary Duty (tdy) Is Defined As Work That Would Have Been Conducted In An Overseas Location If Not For The Covid Pandemic; (4) One (1) Year Of Supervisory Experience (including But Not Limited To Mentoring, Training, And Guiding Staff); (5) Demonstrated Experience Using Portuguese In A Professional Setting Is Preferred. iii. Evaluation And Selection Factors (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And Experience Factors Are Considered Not Qualified For The Position. the Government May Award A Contract Without Discussions With Offerors In Accordance With Far 52.215-1. The Co Reserves The Right At Any Point In The Evaluation Process To Establish A Competitive Range Of Offerors With Whom Negotiations Will Be Conducted Pursuant To Far 15.306(c). In Accordance With Far 52.215-1, If The Co Determines That The Number Of Offers That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient Competition Can Be Conducted, The Co May Limit The Number Of Offerors In The Competitive Range To The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated Offers. Far Provisions Of This Solicitation Are Available At https://www.acquisition.gov/browse/index/far. selection Factors: (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Selection Factors Are Considered Not Qualified For The Position.) ● Offeror Is A U.s. Citizen; ● Complete Resume Submitted. See Cover Page For Resume Requirements. Experience That Cannot Be Quantified Will Not Be Counted Towards Meeting The Solicitation Requirements; 10 | Page ● Ability To Obtain A Secret Level Security Clearance (note: Dual Citizens May Be Asked To Renounce Second-country Citizenship); ● Ability To Obtain A Department Of State Medical Clearance; ● Satisfactory Verification Of Academic Credentials. a Usaid Secret Level Security Clearance And Department Of State Medical Clearance Are Required Prior To Issuance Of The Contract For This Position. note: If A Full Security Investigation Package Is Not Submitted By The Selected Within 30 Days After It Is Requested, The Offer May Be Rescinded. If A Security Clearance Is Not Able To Be Obtained Within Four Months After The Selected Submits The Initial Security Clearance Documentation, The Offer May Be Rescinded. note: The Selected Must Obtain Department Of State Medical Clearance Within Four Months After Offer Acceptance. If Medical Clearance Is Not Obtained Within This Period, The Offer May Be Rescinded. due To Anticipated Program Needs, Individuals Should Be Able To Travel To Post Within 60 Days After A Contract Is Awarded. offeror Rating System the Offeror Rating System Factors Are Used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To The Technical Evaluation Criteria. Offerors Must Demonstrate The Rating Factors Outlined Below Within Their Resume, As They Are Evaluated Strictly By The Information Provided. note: Supplemental Documentation With Written Responses Is Not Required And Will Not Be Reviewed For This Solicitation. note: Offerors Are Required To Address Each Factor Of The Offeror Rating System In Their Resume, Describing Specifically And Accurately What Experience, Training, Education, And/or Awards They Have Received As It Pertains To Each Factor. Failure To Address The Selection Factors And/or Offeror Rating System Evaluation Factors May Result In Not Receiving Credit For All Pertinent Experience, Education, Training And/or Awards. the Evaluation Factors Are As Follows: industry Experience (20 Points): ● Demonstrated Experience In The Design, Management, And Implementation Of Post-conflict, Political Transition, And/or Political Reform Programs. ● Demonstrated Experience Independently Managing Projects In High-visibility And High-pressure Environments, Including Transitional, Crisis, Or Conflict Zones. program Operations And Management (30 Points): 11 | Page ● Demonstrated Experience In Contract And Grant Management Of A Non-federal Organization Implementing An Assistance Or Acquisition Activity Under A Federal Contract, Grant, Or Cooperative Agreement. ● Demonstrated Experience Monitoring The Performance Of Implementing Partners. ● Demonstrated Experience Mentoring, Guiding, Training, And Evaluating Staff, Including Local Staff. representation (20 Points): ● Demonstrated Experience Interacting With And Representing An Organization To U.s. Government Agencies, Host-country Government Counterparts, Civil Society, And Other Stakeholders. ● Demonstrated Experience Building And Managing Relationships With Local Counterparts Including Beneficiaries. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements And Selection Factors Will Be Further Evaluated In Accordance With The Offeror Rating System. Those Offerors Determined To Be Competitively Ranked May Also Be Evaluated On Interview Performance And Satisfactory Professional Reference Checks. In The Event That A Offeror Has Fully Demonstrated Their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forego The Interview Process. the Offeror Rating System Is As Follows: evaluation Factors – 70 Points interview Performance - 30 Points satisfactory Professional Reference Checks - Pass/fail (no Points Assigned) Total Possible Points: 100 the Most Qualified Offerors May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Oti Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Offers (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Offerors Writing, Presentation, And Communication Skills. In The Event That An Offeror Has Fully Demonstrated Their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forego The Interview Process. Professional References And Academic Credentials Will Be Evaluated For Offerors Being Considered For Selection. Offerors Must Submit At Least Three (3) Professional References, One (1) Of Which Must Be A Current Or Former Supervisor. Oti Reserves The Right To Contact Previous Employers To Verify Employment History. If The Offeror Had A Previous Position With Usaid, The Tec And/or Co Are Encouraged To Obtain Reference Checks From The Previous Supervisor(s) Or Co(s). See Ads 309.3.1.11.a.4 iv. Submitting An Offer offers Must Be Received By The Closing Date And Time At The Address Specified In Section I, Item 3, And Submitted To The Point Of Contact In Section I, Item 4. 12 | Page qualified Offerors Are Required To Submit: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas Field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Minimum Qualification Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. note: The Offeror Rating System Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Factor Of The Offeror Rating System In Their Resume, Describing Specifically And Accurately What Experience, Training, Education, And/or Awards they Have Received As It Pertains To Each Factor. Failure To Address The Selection Factors And/or Offeror Rating System Factors May Result In Not Receiving Credit For All Pertinent Experience, Education, Training And/or Awards. 2. Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. The Form Can Be Found At Https://www.usaid.gov/forms. We Are Currently Accepting Electronic Signatures On The Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. to Ensure Consideration Of Offers For The Intended Position, Offers Must Prominently Reference The Solicitation Number In The Offer Submission. offeror Resources Are Available At https://otijobs.net/uspsc-application-guidance. Document Submittals Via Email: Otijobs@usaid.gov please Note In Your Document Submittal Where You Heard About This Position. 13 | Page note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit Usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. all Qualified Offerors Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Non-disqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. v. List Of Required Forms Prior To Award once The Contracting Officer (co) Informs The Successful Offeror About Being Selected For A Contract Award, The Co Will Provide The Successful Offeror Instructions About How To Complete And Submit The Following Forms. Forms Outlined Below Can Found At Http://www.usaid.gov/forms/ 1. Declaration For Federal Employment (of-306). 2. Medical History And Examination Form (ds-1843). 3. Questionnaire For Sensitive Positions (for National Security) (sf-86), Or Questionnaire For Non-sensitive Positions (sf-85). 4. Finger Print Card (fd-258). vi. Benefits And Allowances as A Matter Of Policy, And As Appropriate, A Uspsc Is Normally Authorized The Following Benefits And Allowances: 1. Benefits: a) Employer's Fica Contribution b) Contribution Toward Health & Life Insurance c) Pay Comparability Adjustment d) Annual Increase (pending A Satisfactory Performance Evaluation) e) Eligibility For Worker's Compensation f) Annual And Sick Leave g) Paid Parental Leave h) Relocation Expense Benefit 2. Allowances: section Numbers Refer To Rules From The Department Of State Standardized Regulations (government Civilians Foreign Areas), Available At https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential Chapter 500 And Tables In Chapter 900. 14 | Page (b) Living Quarters Allowance Section 130. (c) Temporary Lodging Allowance Section 120. (d) Post Allowance Section 220. (e) Supplemental Post Allowance Section 230. (f) Payments During Evacuation Section 600. (g) Education Allowance Section 270. (h) Separate Maintenance Allowance Section 260. (i) Danger Pay Allowance Section 650. (j) Education Travel Section 280. vii. Taxes uspscs Are Required To Pay Federal Income Taxes, Fica, Medicare And Applicable State Income Taxes. viii. Usaid Regulations, Policies And Contract Clauses Pertaining To Pscs usaid Regulations And Policies Governing Uspsc Awards Are Available At These Sources: 1. Usaid Acquisition Regulation (aidar), Appendix D, “direct Usaid Contracts With A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad,” Including Contract Clause “general Provisions,” Available At https://www.usaid.gov/ads/policy/300/aidar. 2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms. One Base Year Table – Deputy Country Representative item no (a) services (description) qty unit unit Price (b) (c) (d) (e) amo unt (f) 0001 Base Year 1 - Compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] fringe Benefits/other Direct Costs (odcs) Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 15 | Page 1 Lot $____ $____ total Estimated Cost $____ four Option Years Table- Deputy Country Representative ite m no (a) services (description) qty unit unit Price (b) (c) (d) (e) amount (f) 100 1 200 1 option Period (op) 1 - 1 compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 lot $____ Lot $____ $____ $____ op 1 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 2 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 2 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 300 1 option Period (op) 3 - 1 Lot $____ compensation Award Type:cost product Service Code: R497 accounting Info: [insert From Phoenix] op 3 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 400 1 16 | Page option Period (op) 4 - compensation Award Type: Cost 1 Lot $____ $____ product Service Code: R497 accounting Info: [insert From Phoenix] op 4 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] total Estimated Cost [base + Options] $____ 3. Acquisition And Assistance Policy Directives/contract Information Bulletins (aapds/cibs) For Personal Services Contracts With Individuals Available At Http://www.usaid.gov/work-usaid/aapds-cibs. 4. Ethical Conduct. By The Acceptance Of A Usaid Personal Services Contract As An Individual, The Contractor Will Be Acknowledging Receipt Of The “standards Of Ethical Conduct For Employees Of The Executive Branch,” Available From The U.s. Office Of government Ethics, In Accordance With General Provision 2 And 5 Cfr 2635. See Https://www.oge.gov/web/oge.nsf/oge%20regulations aapds And Cibs Contain Changes To Usaid Policy And General Provisions In Usaid Regulations And Contracts. Please Refer To Http://www.usaid.gov/work-usaid/aapds-cibs#psc To Determine Which Aapds And Cibs Apply To This Contract. 5. Psc Ombudsman The Psc Ombudsman Serves As A Resource For Any Personal Services Contractor Who Has Entered Into A Contract With The United States Agency For International Development And Is Available To Provide Clarity On Their Specific Contract With The Agency. Please Visit Our Page For Additional Information: https://www.usaid.gov/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman The Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov. 6. Far Provisions Incorporated By Reference 52.204-27 prohibition On The Bytedance covered Application (date) aapd 06-10 – Psc Medical Expense Payment Responsibility General Provision 28, Medical Expense Payment Responsibility 17 | Page (october 2006) (a) Definitions. Terms Used In This General Provision Are Defined In 16 Fam 116 Available At Http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal Services Contractors Are Not Eligible To Participate In The Federal Employees Health Programs. (b) Medical Evacuation (medevac) Services – Please See Attachment 2 To This Solicitation For Information On Aapd No. 18-02. (c) When The Contractor Or Eligible Family Member Is Covered By Health Insurance, That Insurance Is The Primary Payer For Medical Services Provided To That Contractor Or Eligible Family Member(s) Both In The United States And Abroad. The Primary Insurer’s Liability Is Determined By The Terms, Conditions, Limitations, And Exclusions Of The Insurance Policy. When The Contractor Or Eligible Family Member Is Not Covered By Health Insurance, The Contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred And The U.s. Government Has No Payment Obligation (see Paragraph (f) Of This Provision). (d) Usaid Serves As A Secondary Payer For Medical Expenses Of The Contractor And Eligible Family Members Who Are Covered By Health Insurance, Where The Following Conditions Are Met: (1) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Is Incurred, Caused, Or Materially Aggravated While The Eligible Individual Is Stationed Or Assigned Abroad; (2) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Required Or Requires Hospitalization And The Expense Is Directly Related To The Treatment Of Such Illness, Injury, Or Medical Condition, Including Obstetrical Care; And (3) The Office Of Medical Services (m/med) Or A Foreign Service Medical Provider (fsmp) Determines That The Treatment Is Appropriate For, And Directly Related To, The Illness, Injury, Or Medical Condition. (e) The Mission Director May, On The Advice Of M/med Or An Fsmp At Post, Authorize Medical Travel For The Contractor Or An Eligible Family Member In Accordance With The General Provision 10, Travel And Transportation Expenses (july 1993), Section (i) Entitled “emergency And Irregular Travel And Transportation.” In The Event Of A Medical Emergency, When Time Does Not Permit Consultation, The Mission Director May Issue A Travel Authorization Form Or Medical Services Authorization Form Ds-3067, Provided That The Fsmp Or Post Medical Advisor (pma) Is Notified As Soon As Possible Following Such An Issuance. The Contractor Must Promptly File A Claim With His Or Her Medevac Insurance Provider And Repay To Usaid Any Amount The Medevac Insurer Pays For Medical Travel, Up To The Amount Usaid Paid Under This Section. The Contractor Must Repay Usaid For Medical Costs Paid By The Medevac Insurer In Accordance With Sections (f) And (g) Below. In Order For Medical Travel To Be An Allowable Cost Under General Provision 10, The Contractor Must Provide Usaid Written Evidence That Medevac Insurance Does Not Cover These Medical Travel Costs. (f) If The Contractor Or Eligible Family Member Is Not Covered By Primary Health Insurance, The Contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred. In The Event Of A Medical Emergency, The Medical And Health Program May Authorize Issuance Of Form Ds-3067, 18 | Page authorization For Medical Services For Employees And/or Dependents, To Secure Admission To A Hospital Located Abroad For The Uninsured Contractor Or Eligible Family Member. In That Case, The Contractor Will Be Required To Reimburse Usaid In Full For Funds Advanced By Usaid Pursuant To The Issuance Of The Authorization. The Contractor May Reimburse Usaid Directly Or Usaid May Offset The Cost From The Contractor’s Invoice Payments Under This Contract, Any Other Contract The Individual Has With The U.s. Government, Or Through Any Other Available Debt Collection Mechanism. (g) When Usaid Pays Medical Expenses (e.g., Pursuant To Form Ds-3067, Authorization For Medical Services For Employees And/or Dependents), Repayment Must Be Made To Usaid Either By Insurance Payment Or Directly By The Contractor, Except For The Amount Of Such Expenses Usaid Is Obligated To Pay Under This Provision. The Contracting Officer Will Determine The Repayment Amount In Accordance With The Terms Of This Provision And The Policies And Procedures For Employees Contained In 16 Fam 521. When Usaid Pays The Medical Expenses, Including Medical Travel Costs (see Section (e) Above), Of An Individual (either The Contractor Or An Eligible Family Member) Who Is Covered By Insurance, That Individual Promptly Must Claim His Or Her Benefits Under Any Applicable Insurance Policy Or Policies. As Soon As The Individual Receives The Insurance Payment, The Contractor Must Reimburse Usaid For The Full Amount That Usaid Paid On The Individual’s Behalf Or The Repayment Amount Determined By The Contracting Officer In Accordance With This Paragraph, Whichever Is Less. If An Individual Is Not Covered By Insurance, The Contractor Must Reimburse Usaid For The Entire Amount Of All Medical Expenses And Any Travel Costs The Contractor Receives From His/her Medevac Provider. (h) In The Event That The Contractor Or Eligible Family Member Fails To Recover Insurance Payments Or Transfer The Amount Of Such Payments To Usaid Within 90 Days, Usaid Will Take Appropriate Action To Collect The Payments Due, Unless Such Failure Is For Reasons Beyond The Control Of The uspsc/dependent. (i) Before Departing Post Or Terminating The Contract, The Contractor Must Settle All Medical Expense And Medical Travel Costs. If The Contractor Is Insured, He Or She Must Provide Proof To The Contracting Officer That Those Insurance Claims Have Been Submitted To The Insurance Carrier(s) And Sign A Repayment Agreement To Repay To Usaid Any Amounts Paid By The Insurance Carrier(s). 19 | Page attachment Ii title 48 Of The Code Of Federal Regulations (cfr) Chapter 7. usaid Acquisition Regulation (aidar) appendix D – Direct Usaid Contracts With A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad gp 25. Medical Evacuation (medevac) Services (dec 2019) a Contractor Who Is Required To Relocate Abroad And Accompanying Eligible Family Members; Or A Contractor On Official Travel Status Abroad On Temporary Duty Or Training, Will Be Provided Medevac Services Through The Department Of State, Bureau Of Medical Services, Similar To That Provided To U.s. Government Employees In 16 Fam 300 Medical Travel. Medevac Costs That Will Be Covered By Usaid Include Travel And Per Diem, But Do Not Include Medical Care Costs. to Be Eligible For Medevac Services Covered By The Department Of State Medevac Program, The Contractor And Accompanying Eligible Family Members Must Obtain And Maintain International Health Insurance Coverage In Accordance With The Clause Of The Contract Entitled, “insurance.” gp 29. Incentive Awards (dec 2019) the Contractor Is Eligible To Receive Certain Monetary And Non-monetary Usaid Incentive Awards In Accordance With The Aidar And Usaid Internal Policy. 20 | Page
Closing Date23 Jan 2025
Tender AmountRefer Documents 

AGENCY FOR INTERNATIONAL DEVELOPMENT USA Tender

Others
United States
Details: Solicitation Number: 7200aa25r00015 issuance Date: December 23, 2024 closing Date And Time: January 23, 2025 , 1:00 Pm Eastern Standard Time (est) subject: Solicitation For U.s. Personal Service Contractor (uspsc) dear Prospective Offerors: the United States Government (usg), Represented By The U.s. Agency For International Development (usaid), Is Seeking Offers From Qualified U.s. Citizens To Provide Personal Services As A Country Representative - Angola (fs-02) Under A Personal Services Contract, As Described In The Attached Solicitation. offers Must Be In Accordance With Attachment 1 Of This Solicitation At The Place And Time Specified. Incomplete Or Unsigned Offers Will Not Be Considered. Offerors Should Retain Copies Of All Offer Materials For Their Records. usaid Will Evaluate All Offerors Based On The Stated Evaluation Criteria. Usaid Encourages All Individuals, Including Those From Disadvantaged And Under-represented Groups, To Respond To The Solicitation. offerors Interested In Applying For This Position Must Submit The Following Materials: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas Field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. note: Your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Experience Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. 1 | Page 2. Supplemental Document Specifically Addressing: each Of The Three (3) Evaluation Factors Shown In The Solicitation. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. 3. Uspsc Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. We Are Currently Accepting Electronic Signatures On The Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. Incomplete Or Late Offers Will Not Be Considered. Your Complete Resume And The Aid 309-2 Form Must Be Mailed Or Emailed To Otijobs@usaid.gov offerors Can Expect To Receive A Confirmation Email When Offer Materials Have Been Received. Offerors Should Retain For Their Records Copies Of All Enclosures Which Accompany Their Offers. This Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit Usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. offeror Resources Are Available At Https://otijobs.net/uspsc-application-guidance. Any Questions On This Solicitation May Be Directed To: oti Recruitment Team e-mail Address: Otijobs@usaid.gov website: Www.otijobs.net sincerely, maria Del Carmen Grizzard contracting Officer m/oaa/cps 2 | Page 7200aa25r00015 attachment I i. General Information 1. Solicitation No.: 7200aa25r00015 2. Issuance Date: December 23, 2024 3. Closing Date And Time For Receipt Of Offers: January 23, 2025, 1:00 Pm Eastern Time 4. Point Of Contact: Oti Recruitment Team, E-mail At Otijobs@usaid.gov. 5. Position Title: Country Representative 6. Market Value: This Position Has Been Designated At The Fs-02 Equivalent Level, Overseas Comparability Pay, Ocp, ($121,803-$178,873 Per Annum). Final Compensation Will Be Negotiated Within The Listed Market Value Based Upon Qualifications, Previous Relevant Experience And Work History, Salary And Educational Background. Salaries Over And Above The Pay Range Will Not Be Entertained Or Negotiated. please Be Advised Selectee(s) Will Be Required To Travel To Washington, Dc For Agency Onboarding Processing And Badging Regardless Of Place Of Performance. Uspscs With A Home Of Record Outside Of The 50 Mile Dc Radius, Per Agency Travel Policy, Will Be Reimbursed For Travel To The Official Usaid Worksite In Washington, Dc. In Order To Be Reimbursed, The Selectee Must Have A Travel Authorization (ta) Completed Prior To Traveling. For Uspscs Within The 50 Mile Dc Radius, Any Required Travel For The Purpose Of Completing The Onboarding And Badging Process Will Be A Personal Expense. Per Agency Regulations, Any Required Travel For Uspscs Within 50 Miles From An Employee’s Residence, Duty Station, Or Place Of Performance Will Be A Personal Expense. 7. Period Of Performance: One Year, With Four One-year Option Periods. start Date: Within 45 Days Of Receiving Notification That Required Security And Medical Clearances Have Been Obtained. 8. Place Of Performance: Angola overseas Uspscs May Be Authorized To Telework Or Remote Work Only From A Location Within The Country Of Performance, In Accordance With Mission Policy. Telework Or Remote Work From Outside The Country Of Performance May Only Be Authorized In Certain Situations In Accordance With The Terms And Conditions Of The Contract. 9. Eligible Offerors: United States Citizens 3 | Page 10. Security Level Required: Secret 11. Statement Of Duties position Description background usaid’s Office Of Transition Initiatives (oti) Is Seeking Highly Motivated, Highly Qualified Individuals Who Want The Opportunity To Help Support Rapid International Transition Programs For Priority Conflict-prone Countries. Created In 1994 As A Distinct Operating Unit Within Usaid, Oti Helps Local Partners Advance Peace And Democracy In Politically-transitioning Countries. In Support Of U.s. Foreign Policy, Oti Seizes Emerging Windows Of Opportunity In The Political Landscape To Promote Stability, Peace, And Democracy By Catalyzing Local Initiatives Through Adaptive And Agile Programming. countries Experiencing A Significant Political Transition In The Midst Of A Disaster Or Emerging From Civil Conflict Have Unique Needs That Cannot Be Fully Addressed By Traditional Disaster Relief. Timely And Effective Assistance To Promote And Consolidate Peaceful, Democratic Advances Can Make The Difference Between A Successful Or A Failed Transition. Oti Assists In Securing Peace By Aiding Indigenous, Mostly Non-governmental, Civil Society And Media Organizations. Oti Uses Such Mechanisms As Support For Re-integration Of Ex-combatants Into Civilian Society; Development Of Initiatives To Promote National Reconciliation; Identification Of Quick-impact Community Self-help Projects To Meet Urgent Economic Needs; And Aid To Independent Media Outlets And Community-based Organizations To Help Promote Informed Debate And Broaden Public Participation. to Respond Quickly And Effectively And Meet Its Program Objectives And Mandate Oti Retains A Group Of High Level Professionals And Experts Under U.s. Personal Services Contracts (uspscs). These Knowledgeable And Skilled Professionals Make Up The Vast Majority Of The Oti Work Force And Are At Its Forefront Implementing And Achieving The Office’s Programmatic Goals And Objectives.there Are Several Benefits That Uspscs May Participate In, Such As Partial Reimbursement For Health And Life Insurance Costs, As Well As Full Coverage Of Workers’ Compensation, Among Other Benefits. For More Complete Information On Uspsc Benefits, Please See Section Vi Of This Solicitation. oti’s Core Values: agility oti Addresses Complex Political Problems Through Context Analysis, Experimentation, And strategic Resource Use. Applying An Adaptive Mindset In Washington And The Field Accelerates Timely Positive Change. 4 | Page political oti Seeks To Understand How Power Is Created, Traded, And Facilitated, Requiring That We Acknowledge Our Privilege And The Limits Of Our Power. This Understanding Helps Us Act On Power Dynamics And Harness Them For Transformation. accountability oti Exhibits A Sense Of Ownership And Integrity In The Work We Do, And Holds A Sense Of Responsibility To Each Other, The Local Partners We Engage, The Policies And Programs We Advance With Our Implementing Partners, And The Taxpayer. curiosity oti’s Mission Demands Learning And Adaptation. Our Relentless Curiosity Drives Us To Wonder About People, Problems, And Possibilities. We Question The Status Quo, Seek To Understand Amid Uncertainty, And Treat Mistakes As A Compass Pointing Us Toward More Effective Approaches. diversity & Inclusion oti’s Ability To Achieve Its Mission And Live Out Its Values Is Propelled By Our Collective Responsibility To Create A Sense Of Belonging For All In Our Work Environment. Oti Values The Diversity Of Each Others’ Authentic Selves, Building A Foundation Of Trust And Respect. courage oti Embraces Our Engagements With One Another, Our Stakeholders, And Our Programs With Intentionality And Optimism. Achieving Our Mission Requires That We Take Risks And Tackle Difficult Conversations And Decisions. A Courageous Oti Is A Force For Positive Change. oti’s Deia Vision Statement: Oti Is A Collaborative Environment That Represents The Global Community At All Levels Of Our Organization. Uniting Diverse Backgrounds And Experiences, We Value Individual Expertise To Advance Peace And Democracy Around The World. values And Associated Behaviors That Will Enable This Vision Are: trust ● Model Open Communication, Active Listening And Candor. ● Believe Others When They Share Their Experiences. respect ● A Respectful Attitude Should Be Shown To Everyone. ● Allow For Others To Express Complete Opinion/thoughts Without Interruption, While Recognizing That There Are Other Perspectives And Lived Experiences. 5 | Page belonging (accessibility) ● Serve As An Ally To Those Who Feel Excluded (professionally, Socially, Personally, Etc.). ● Promote Togetherness And Acceptance Through Equitable Behavior. empathy ● Listen To Understand, Create Space To Be Real/feel. ● Remind Yourself To Be Conscious Of How Others May Feel Or Receive Your Words Self-awareness/accountability ● Supervisors Hold Their Peers To Account On Their Expectations And Behaviors. ● Seek Regular, Constructive Feedback To Understand How Your Words And Actions Affect And Influence Others, And How They Are Being Perceived And Interpreted. ● Acknowledge Unconscious Bias And Be Willing To Learn And Change Behavior When Confronted/corrected. for More Information About Oti And Its Country Programs Please See: https://www.usaid.gov/stabilization-and-transitions introduction the Country Representative Is A Member Of The Bureau For Conflict Prevention And Stabilization (cps)/oti Southern And East Africa (sea) Regional Team, Reports To The Oti Sea Regional Team Lead Or Designee, And Is Based In Angola. The Incumbent May Be Required To Travel Regionally As Necessary. The Country Representative’s Principal Responsibility Will Be Development, Oversight And Management Of Cps/oti's Angola Country Program. The Incumbent Will Be Called Upon To Represent Oti’s Mission And Programs To Senior-level Government Officials, In-country Visitors, Senior Officials From Other International Organizations, Bilateral Donors And Local Government Officials. core Functional Areas Of Responsibility duties And Responsibilities the Work Of The Country Representative Requires Teamwork, The Exercise Of Discretion, Judgment, And Personal Responsibility. As A Member Of A Highly Operational Office, You Are Willing And Able To Perform A Wide Range Of Administrative Functions To Help Ensure Programmatic Success. You Have A High Level Of Integrity And Attention To Detail To Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds, Programming, And Monitoring And Evaluation. You Are Highly Flexible And Willing To Work Under Conditions Of Ongoing Change, And Remain Professional And Respectful Of Colleagues And Authority In A Diverse Workforce. You Place A Premium On The Building Of Positive Relationships With Your Respective Team In Washington, D.c., Colleagues In The Field, And With Key Stakeholders Both In And Outside Of Usaid. You Are Able To Prioritize And Complete Tasks Without Follow-up By The Supervisor, While Also Filling In Gaps As Needed To Ensure The Responsiveness Of The Team. You Are A Strategic 6 | Page thinker, Articulates Innovative Ideas, Presents Solutions, And Are A Positive Role Model For colleagues Both In And Outside Of Oti. You Are Also Committed To Upholding Usaid/oti’s Diversity, Equity, Inclusion, And Accessibility’s (deia) Vision And Values As Outlined In The Background. under The Direct Supervision Of The Washington-based Cps/oti Regional Team Leader For The Southern And East Africa Team Or His/her Designee, The Country Representative Will Perform The Following Duties: ● Manage A High-profile Program In A Dynamic Environment And Provide Strategic, Programmatic, And Operational Guidance To Oti’s Implementing Partners (contractors And/or Grantees) While Leveraging Critical Local Staff Input, And The Partner’s Role In Strategy Co-creation, To Ensure That Activities Are Contributing To Oti’s Program Objectives; ● Conceptualize And Design Program Strategies And Objectives In Close Coordination With Oti Staff In Washington And In The Field, The Embassy, Host Country Government, Implementing Partner Staff And Local Civil Society Actors Based On Political And Context Analysis And U.s. Government Policy; Initiate Strategy Reviews As Needed In Line With Changes In Context And Policy; ● Analyze, Synthesize And Report On Current Political Developments, Security Concerns, And Other Pertinent Information Required To Achieve Oti’s Program Objectives; Monitor Local And Regional Political Developments And Regularly Brief Oti And Partner Staff On Their Potential Programmatic Impact; ● Responsible For Managing Program Effectiveness; Ensuring Strategic Accountability; Setting Realistic Intended Program Results And Program Achievements By Utilizing Oti’s Programming Principles And Processes And Regularly Engaging With The Resources Available To Support And Measure Program Effectiveness; ● Articulate Program Strategy, As Well As Communicate And Coordinate Oti’s In-country Activities Between Oti And Its Implementing Partners, Usaid, The Embassy And Other Donor Organizations; Prepare And Disseminate Programmatic, Financial And Periodic Reports To Usaid/angola, Oti/washington And Other Organizations As Appropriate; ● Serve As Oti’s Primary Liaison With Usaid/angola Personnel, U.s. Embassy Staff, Host-country Government Officials, Un Organizations, Indigenous And International Non-governmental Organizations (ngos), And Other Stakeholder Organizations. Develop And Maintain Collaborative Relationships To Ensure Close Coordination At The Field Level, Identify The Widest Range Of Potential Local Partners And Opportunities, And Achieve Maximum Synergy With Other Programs; ● Build, Lead, Supervise, And Motivate A Team Composed Of Uspscs And A Significant Number Of Implementing Partner Staff In Angola. In Close Coordination With The 7 | Page Implementing Partner, Continuously Review And Design Staffing Plans To Meet Overall Program Objectives; Recruit, Train, Supervise, And Evaluate The Performance Of In-country Oti Staff. Maintain Staff Morale In A Difficult Security And Work Environment; ● Provide Recommendations To The Washington-based Contracting Officer Representative (cor) And/or The Regional Team Leader On Implementing Partner Performance, Budgets, Contract Modifications, Among Other Partner Related Issues; ● Provide Usaid Concurrence On All Implementing Partner Activities, Including Final Approval Of Grantees For Grants Under Contract, In Accordance With The Usaid’s Automated Directives System (ads); ● Ensure The Use Of Oti Systems And Procedures To Maintain Effective And Efficient Management Of Funds And Programming; ● Ensure That Oti’s Programs And Activities Are Monitored And Evaluated And That Lessons Learned Are Applied To Ongoing Or Future Activities; ● Prepare Operational Plans In Collaboration With The U.s. Embassy, Including Logistics And Property Use Guidelines, Closeout And Hand-over, Security Procedures, And Contingency And Evacuation Plans; Review And Concur On Oti Program Budgets For Field Operations; ● Ensure That All Oti Field Staff Adhere To In-country Security Guidelines Set By The U.s. Embassy Regional Security Officer And Other Organizations Such As The United Nations Or Host Government, As Appropriate; Coordinate Closely With Implementing Partner Senior Management To Provide Relevant Security Related Information From The Embassy; ● Travel Within The Country/region To Monitor And Assess Political Conditions, And Implementing Partner Operational Platforms, Meet With Potential Grantees, Senior Host-country Government And Other Program Counterparts, And Develop Recommendations To Respond To Evolving Dynamics; And, ● Serve On Temporary Details Within Oti, Other Usaid Bureaus/offices, Or Other U.s. Government (usg) Agencies Under This Scope Of Work For A Period Not To Exceed Six (6) Months. Duties Performed While On Detail Must Be Directly Related To The Scope Of Work, But May Not Be Directly Related To Oti Programs Or Activities. Contracting Officer (co) Approval Is Required For The Temporary Detail. Any Extension Past The Six (6) Months Requires Co Approval. supervisory Relationship: the Country Representative – Angola Will Report To Oti’s Washington-based Team Leader For The Southern And East Africa (sea) Regional Team Or His/her Designee. The Country Representative Is Expected To Take Initiative, Act Independently, And Manage His/her Tasks With Minimal Supervision. Though This Is A Senior Field-based Position, The Incumbent Is Expected To 8 | Page actively And Proactively Collaborate With Oti/washington Leadership, And To Fully Utilize, Embrace, And Become An Expert On Oti Systems And Processes. Failure To Adequately Perform The Scope Of Work Above And/or Failure To Take Direction From The Supervisor May Result In Corrective Actions, Including Denial Of Step Or Grade Increases, Extension Of Contract Probationary Periods, Performance Improvement Plans, And/or Termination For The Convenience Of Usaid/oti. supervisory Controls: at The Fs-02 Level, The Supervisor Provides Administrative Direction In Terms Of Broadly Defined Missions Or Functions. The Incumbent Independently Plans, Designs And Carries Out Projects, Studies, And Programs. Results Of The Work Are Considered Technically Authoritative. There Is No Higher Level Official Technically Responsible For Administering The Program/project. 12. Physical Demands: while In Angola, The Work Is Generally Sedentary And Does Not Pose Undue Physical Demands. However, The Position May Require Travel Throughout The Country Of Assignment, Which May Involve Some Additional Physical Exertion, Including Long Periods Of Standing, Walking Over Rough Terrain, Or Carrying Of Moderately Heavy Items (less Than 50 Pounds). 13. Work Environment: while At Post, The Work Is Generally Performed In An Office Environment. However, The Position Also Requires Travel Throughout The Region, Which May Additionally Involve Special Safety And/or Security Precautions, Wearing Of Protective Equipment, And Exposure To Severe Weather Conditions. ii. Minimum Qualifications Required For This Position (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And Experience Factors Are Considered Not Qualified For The Position. See Detailed Instructions For Demonstrating Education/experience Under “submitting An Offer”) education/experience Required: at A Minimum, The Offeror Must Have: (1) A Master’s Degree With Seven (7) Years Of Work Experience; or a Bachelor’s Degree With Nine (9) Years Of Work Experience; or an Associate’s Degree With Ten (10) Years Of Work Experience; or 9 | Page a High School Diploma/equivalent With Eleven (11) Years Of Work Experience; And (2) Six (6) Years Of Project Management Experience With A U.s. Government Foreign Affairs Agency, Domestic Or International Assistance Organization, Or Non-governmental Organization In Community Development, Economic Development, Mediation/arbitration, Conflict Resolution, Democracy And Governance, International Law, Political Analysis, and/or Human Rights Activities; (3) Two (2) Years Of Overseas Field Experience (in Person Or Virtual). A Virtual Temporary Duty (tdy) Is Defined As Work That Would Have Been Conducted In An Overseas Location If Not For The Covid Pandemic; (4) Three (3) Years Of Supervisory Experience With At Least One Direct Report; (5) Demonstrated Experience Using Portuguese In A Professional Setting Is Preferred. iii. Evaluation And Selection Factors (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Education And Experience Factors Are Considered Not Qualified For The Position.) the Government May Award A Contract Without Discussions With Offerors In Accordance With Far 52.215-1. The Co Reserves The Right At Any Point In The Evaluation Process To Establish A Competitive Range Of Offerors With Whom Negotiations Will Be Conducted Pursuant To Far 15.306(c). In Accordance With Far 52.215-1, If The Co Determines That The Number Of Offers That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient Competition Can Be Conducted, The Co May Limit The Number Of Offerors In The Competitive Range To The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated Offers. Far Provisions Of This Solicitation Are Available At https://www.acquisition.gov/browse/index/far. selection Factors: (determines Basic Eligibility For The Position. Offerors Who Do Not Meet All Of The Selection Factors Are Considered Not Qualified For The Position.) ● Offeror Is A U.s. Citizen; ● Complete Resume Submitted. See Cover Page For Resume Requirements. Experience That Cannot Be Quantified Will Not Be Counted Towards Meeting The Solicitation Requirements; ● Supplemental Document Specifically Addressing How The Candidate Meets Each Of The Evaluation Factors Submitted; ● Ability To Obtain A Secret Level Security Clearance (note: Dual Citizens May Be Asked To Renounce Second-country Citizenship); ● Ability To Obtain A Department Of State Medical Clearance; 10 | Page ● Satisfactory Verification Of Academic Credentials. a Usaid Secret Level Security Clearance And Department Of State Medical Clearance Are Required Prior To Issuance Of The Contract For This Position. note: If A Full Security Investigation Package Is Not Submitted By The Selected Within 30 Days After It Is Requested, The Offer May Be Rescinded. If A Security Clearance Is Not Able To Be Obtained Within Four Months After The Selected Submits The Initial Security Clearance Documentation, The Offer May Be Rescinded. note: The Selected Must Obtain Department Of State Medical Clearance Within Four Months after Offer Acceptance. If Medical Clearance Is Not Obtained Within This Period, The Offer May Be Rescinded. due To Anticipated Program Needs, Individuals Should Be Able To Travel To Post Within 60 Days After A Contract Is Awarded. evaluation Factors: (used To Determine The Competitive Ranking Of Qualified Offerors In Comparison To Other Offerors. The Factors Are Listed In Priority Order From Highest To Least.) offerors Should Cite Specific, Illustrative Examples For Each Factor. Responses Will Be Rated Using The Point System Described Below. Failure To Fully Respond To Each Element Of Each Evaluation Factor Will Result In A Reduction Of Points Awarded. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. factor #1 Demonstrated Experience In The Management Of Political Transition, Political Reform, Or Similar Programs In High-visibility And High-pressure Environments, Including Transitional, Crisis, Or Conflict Zones. factor #2 Demonstrated Experience Developing Strategies For Programs That Will Respond To At Least One Of The Following Problem Sets: Violence Prevention, Post-conflict, Political Transition, Democracy-building, And/or Humanitarian Assistance. factor #3 Demonstrated Experience Using Political Analysis To Inform Programming Policy, Strategies, And Objectives, Especially In Conflict-prone Environments. basis Of Rating: Offerors Who Clearly Meet The Education/experience Requirements And Selection Factors Will Be Further Evaluated Based On Scoring Of The Evaluation Factor Responses. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. Be Sure To Include Your Name And The Announcement Number At The Top Of Each Additional Page. Failure To Specifically Address The Selection And/or 11 | Page evaluation Factors May Result In Your Not Receiving Credit For All Of Your Pertinent Experience, Education, Training And/or Awards. the Offeror Rating System Is As Follows: evaluation Factors Have Been Assigned The Following Points: factor #1 – 25 factor #2 – 25 factor #3 – 20 total Possible – 70 Points interview Performance – 30 Points satisfactory Professional Reference Checks – Pass/fail (no Points Assigned) total Possible Points: 100 the Most Qualified Offerors May Be Interviewed, Required To Provide A Writing Sample, And Demonstrate An Ability To Operate Commonly Used Office Applications. Oti Will Not Pay For Any Expenses Associated With The Interviews. In Addition, Offers (written Materials And Interviews) Will Be Evaluated Based On Content As Well As On The Offerors Writing, Presentation, And Communication Skills. In The Event That An Offeror Has Fully Demonstrated Their Qualifications And There Are No Other Competitive Offerors, Oti Reserves The Right To Forgo The Interview Process. Professional References And Academic Credentials Will Be Evaluated For Offerors Being Considered For Selection. Offerors Must Submit At Least Three (3) Professional References, One (1) Of Which Must Be A Current Or Former Supervisor. Oti Reserves The Right To Contact Previous Employers To Verify Employment History. If The Offeror Had A Previous Position With Usaid, The Tec And/or Co Are Encouraged To Obtain Reference Checks From The Previous Supervisor(s) Or Co(s). See Ads 309.3.1.11.a.4 iv. Submitting An Offer offers Must Be Received By The Closing Date And Time At The Address Specified In Section I, Item 3, And Submitted To The Point Of Contact In Section I, Item 4. qualified Offerors Are Required To Submit: 1. Complete Resume. In Order To Fully Evaluate Your Offer, Your Resume Must Include: (a) Paid And Non-paid Experience, Job Title, Location(s), Dates Held (month/year), And Hours Worked Per Week For Each Position. Dates (month/year) And Locations For All Overseas Field Experience Must Also Be Detailed. Any Experience That Does Not Include Dates (month/year), Locations, And Hours Per Week Will Not Be Counted Towards Meeting The Solicitation Requirements. (b) Specific Duties Performed That Fully Detail The Level And Complexity Of The Work. 12 | Page (c) Names And Contact Information (phone And Email) Of Your Current And/or Previous Supervisor(s). (d) Education And Any Other Qualifications Including Job-related Training Courses, Job-related Skills, Or Job-related Honors, Awards Or Accomplishments. (e) U.s. Citizenship. your Resume Should Contain Explicit Information To Make A Valid Determination That You Fully Meet The Minimum Qualification Requirements As Stated In This Solicitation. This Information Should Be Clearly Identified In Your Resume. Failure To Provide Explicit Information To Determine Your Qualifications For The Position Will Result In Loss Of Full Consideration. 2. Supplemental Document Specifically Addressing: each Of The Three (3) Evaluation Factors Shown In The Solicitation. Responses Must Be Limited To 500 Words Per Factor. Any Additional Words Above The Limit Will Neither Be Read Nor Scored. note: The Evaluation Factors Are Worth 70 Out Of 100 Points. Offerors Are Required To Address Each Of The Evaluation Factors In A Separate Document Describing Specifically And Accurately What Experience, Training, Education And/or Awards They Have Received That Are Relevant To Each Factor. 3. Offeror Information For Personal Services Contracts Form Aid 309-2. Offerors Are Required To Complete And Sign The Form. The Form Can Be Found At Https://www.usaid.gov/forms. We Are Currently Accepting Electronic Signatures On Te Aid 309-2 Form. additional Documents Submitted Will Not Be Accepted. to Ensure Consideration Of Offers For The Intended Position, Offers Must Prominently Reference The Solicitation Number In The Offer Submission. offeror Resources Are Available At https://otijobs.net/uspsc-application-guidance. Document Submittals Via Email: Otijobs@usaid.gov please Note In Your Document Submission Where You Heard About This Position. Note Regarding Government Obligations For This Solicitation this Solicitation In No Way Obligates Usaid To Award A Psc Contract, Nor Does It Commit Usaid To Pay Any Cost Incurred In The Preparation And Submission Of The Offer. 13 | Page All Qualified Offerors Will Be Considered Regardless Of Age, Race, Color, Sex, Creed, National Origin, Lawful Political Affiliation, Non-disqualifying Disability, Marital Status, Sexual Orientation, Affiliation With An Employee Organization, Or Other Non-merit Factor. v. List Of Required Forms Prior To Award once The Contracting Officer (co) Informs The Successful Offeror About Being Selected For A Contract Award, The Co Will Provide The Successful Offeror Instructions About How To Complete And Submit The Following Forms. Forms Outlined Below Can Found At Http://www.usaid.gov/forms/ 1. Declaration For Federal Employment (of-306). 2. Medical History And Examination Form (ds-1843). 3. Questionnaire For Sensitive Positions (for National Security) (sf-86), Or Questionnaire For Non-sensitive Positions (sf-85). 4. Finger Print Card (fd-258). vi. Benefits And Allowances as A Matter Of Policy, And As Appropriate, A Uspsc Is Normally Authorized The Following Benefits And Allowances: 1. Benefits: a) Employer's Fica Contribution b) Contribution Toward Health & Life Insurance c) Pay Comparability Adjustment d) Annual Increase (pending A Satisfactory Performance Evaluation) e) Eligibility For Worker's Compensation f) Annual And Sick Leave g) Paid Parental Leave h) Relocation Expense Benefit 2. Allowances: section Numbers Refer To Rules From The Department Of State Standardized Regulations (government Civilians Foreign Areas), Available At https://aoprals.state.gov/content.asp?content_id=282&menu_id=101 (a) Post Differential Chapter 500 And Tables In Chapter 900. (b) Living Quarters Allowance Section 130. (c) Temporary Lodging Allowance Section 120. (d) Post Allowance Section 220. (e) Supplemental Post Allowance Section 230. (f) Payments During Evacuation Section 600. 14 | Page (g) Education Allowance Section 270. (h) Separate Maintenance Allowance Section 260. (i) Danger Pay Allowance Section 650. (j) Education Travel Section 280. vii. Taxes uspscs Are Required To Pay Federal Income Taxes, Fica, Medicare And Applicable State Income Taxes. viii. Usaid Regulations, Policies And Contract Clauses Pertaining To Pscs usaid Regulations And Policies Governing Uspsc Awards Are Available At These Sources: 1. Usaid Acquisition Regulation (aidar), Appendix D, “direct Usaid Contracts With A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad,” Including Contract Clause “general Provisions,” Available At https://www.usaid.gov/ads/policy/300/aidar. 2. Contract Cover Page Form Aid 309-1 Available At Https://www.usaid.gov/forms. one Base Year Table – Country Representative item no (a) services (description) qty unit unit Price (b) (c) (d) (e) amo unt (f) 000 1 base Year 1 - Compensation 1 Lot $____ award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] fringe Benefits/other Direct Costs (odcs) award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ total Estimated Cost $____ four Option Years Table- Country Representative 15 | Page ite m no (a) services (description) qty unit unit Price (b) (c) (d) (e) amount (f) 100 1 option Period (op) 1 - 1 Lot $____ compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 200 1 op 1 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 2 - Compensation award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] 1 Lot $____ op 2 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 300 1 option Period (op) 3 - 1 Lot $____ compensation Award Type:cost product Service Code: R497 accounting Info: [insert From Phoenix] op 3 - Odcs award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] $____ 400 1 option Period (op) 4 - 1 Lot $____ compensation Award Type: Cost product Service Code: R497 accounting Info: [insert From Phoenix] op 4 - Odcs award Type: Cost product Service Code: R497 $____ 16 | Page accounting Info: [insert From Phoenix] total Estimated Cost [base + Options] $____ 3. Acquisition And Assistance Policy Directives/contract Information Bulletins (aapds/cibs) For Personal Services Contracts With Individuals Available At Http://www.usaid.gov/work-usaid/aapds-cibs. 4. Ethical Conduct. By The Acceptance Of A Usaid Personal Services Contract As An Individual, The Contractor Will Be Acknowledging Receipt Of The “standards Of Ethical Conduct For Employees Of The Executive Branch,” Available From The U.s. Office Of government Ethics, In Accordance With General Provision 2 And 5 Cfr 2635. See Https://www.oge.gov/web/oge.nsf/oge%20regulations aapds And Cibs Contain Changes To Usaid Policy And General Provisions In Usaid Regulations And Contracts. Please Refer To Http://www.usaid.gov/work-usaid/aapds-cibs#psc To Determine Which Aapds And Cibs Apply To This Contract. 5. Psc Ombudsman The Psc Ombudsman Serves As A Resource For Any Personal Services Contractor Who Has Entered Into A Contract With The United States Agency For International Development And Is Available To Provide Clarity On Their Specific Contract With The Agency. Please Visit Our Page For Additional Information: https://www.usaid.gov/partner-with-us/acquisition-assistance-ombudsman/psc-ombudsman The Psc Ombudsman May Be Contacted Via: Pscombudsman@usaid.gov. 6. Far Provisions Incorporated By Reference 52.204-27 prohibition On The Bytedance covered Application (date) aapd 06-10 – Psc Medical Expense Payment Responsibility general Provision 28, Medical Expense Payment Responsibility (october 2006) (a) Definitions. Terms Used In This General Provision Are Defined In 16 Fam 116 Available At Http://www.state.gov/m/a/dir/regs/fam/16fam/index.htm. Note: Personal Services Contractors Are Not Eligible To Participate In The Federal Employees Health Programs. 17 | Page (b) Medical Evacuation (medevac) Services – Please See Attachment 2 To This Solicitation For Information On Aapd No. 18-02. (c) When The Contractor Or Eligible Family Member Is Covered By Health Insurance, That Insurance Is The Primary Payer For Medical Services Provided To That Contractor Or Eligible Family Member(s) Both In The United States And Abroad. The Primary Insurer’s Liability Is Determined By The Terms, Conditions, Limitations, And Exclusions Of The Insurance Policy. When The Contractor Or Eligible Family Member Is Not Covered By Health Insurance, The Contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred And The U.s. Government Has No Payment Obligation (see Paragraph (f) Of This Provision). (d) Usaid Serves As A Secondary Payer For Medical Expenses Of The Contractor And Eligible Family Members Who Are Covered By Health Insurance, Where The Following Conditions Are Met: (1) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Is Incurred, Caused, Or Materially Aggravated While The Eligible Individual Is Stationed Or Assigned Abroad; (2) The Illness, Injury, Or Medical Condition Giving Rise To The Expense Required Or Requires hospitalization And The Expense Is Directly Related To The Treatment Of Such Illness, Injury, Or Medical Condition, Including Obstetrical Care; And (3) The Office Of Medical Services (m/med) Or A Foreign Service Medical Provider (fsmp) Determines That The Treatment Is Appropriate For, And Directly Related To, The Illness, Injury, Or Medical Condition. (e) The Mission Director May, On The Advice Of M/med Or An Fsmp At Post, Authorize Medical Travel For The Contractor Or An Eligible Family Member In Accordance With The General Provision 10, Travel And Transportation Expenses (july 1993), Section (i) Entitled “emergency And Irregular Travel And Transportation.” In The Event Of A Medical Emergency, When Time Does Not Permit Consultation, The Mission Director May Issue A Travel Authorization Form Or Medical Services Authorization Form Ds-3067, Provided That The Fsmp Or Post Medical Advisor (pma) Is Notified As Soon As Possible Following Such An Issuance. The Contractor Must Promptly File A Claim With His Or Her Medevac Insurance Provider And Repay To Usaid Any Amount The Medevac Insurer Pays For Medical Travel, Up To The Amount Usaid Paid Under This Section. The Contractor Must Repay Usaid For Medical Costs Paid By The Medevac Insurer In Accordance With Sections (f) And (g) Below. In Order For Medical Travel To Be An Allowable Cost Under General Provision 10, The Contractor Must Provide Usaid Written Evidence That Medevac Insurance Does Not Cover These Medical Travel Costs. (f) If The Contractor Or Eligible Family Member Is Not Covered By Primary Health Insurance, The Contractor Is The Primary Payer For The Total Amount Of Medical Costs Incurred. In The Event Of A Medical Emergency, The Medical And Health Program May Authorize Issuance Of Form Ds-3067, Authorization For Medical Services For Employees And/or Dependents, To Secure Admission To A Hospital Located Abroad For The Uninsured Contractor Or Eligible Family Member. In That Case, The Contractor Will Be Required To Reimburse Usaid In Full For Funds Advanced By Usaid Pursuant To The Issuance Of The Authorization. The Contractor May Reimburse Usaid Directly Or Usaid May Offset 18 | Page the Cost From The Contractor’s Invoice Payments Under This Contract, Any Other Contract The Individual Has With The U.s. Government, Or Through Any Other Available Debt Collection Mechanism. (g) When Usaid Pays Medical Expenses (e.g., Pursuant To Form Ds-3067, Authorization For Medical Services For Employees And/or Dependents), Repayment Must Be Made To Usaid Either By Insurance Payment Or Directly By The Contractor, Except For The Amount Of Such Expenses Usaid Is Obligated To Pay Under This Provision. The Contracting Officer Will Determine The Repayment Amount In Accordance With The Terms Of This Provision And The Policies And Procedures For Employees Contained In 16 Fam 521. When Usaid Pays The Medical Expenses, Including Medical Travel Costs (see Section (e) Above), Of An Individual (either The Contractor Or An Eligible Family Member) Who Is Covered By Insurance, That Individual Promptly Must Claim His Or Her Benefits Under Any Applicable Insurance Policy Or Policies. As Soon As The Individual Receives The Insurance Payment, The Contractor Must Reimburse Usaid For The Full Amount That Usaid Paid On The Individual’s Behalf Or The Repayment Amount Determined By The Contracting Officer In Accordance With This Paragraph, Whichever Is Less. If An Individual Is Not Covered By Insurance, The Contractor Must Reimburse Usaid For The Entire Amount Of All Medical Expenses And Any Travel Costs The Contractor Receives From His/her Medevac Provider. (h) In The Event That The Contractor Or Eligible Family Member Fails To Recover Insurance Payments Or Transfer The Amount Of Such Payments To Usaid Within 90 Days, Usaid Will Take Appropriate Action To Collect The Payments Due, Unless Such Failure Is For Reasons Beyond The Control Of The Uspsc/dependent. (i) Before Departing Post Or Terminating The Contract, The Contractor Must Settle All Medical Expense And Medical Travel Costs. If The Contractor Is Insured, He Or She Must Provide Proof To The Contracting Officer That Those Insurance Claims Have Been Submitted To The Insurance Carrier(s) And Sign A Repayment Agreement To Repay To Usaid Any Amounts Paid By The Insurance Carrier(s). 19 | Page attachment Ii title 48 Of The Code Of Federal Regulations (cfr) Chapter 7. usaid Acquisition Regulation (aidar) appendix D – Direct Usaid Contracts With A U.s. Citizen Or A U.s. Resident Alien For Personal Services Abroad gp 25. Medical Evacuation (medevac) Services (dec 2019) a Contractor Who Is Required To Relocate Abroad And Accompanying Eligible Family Members; Or A Contractor On Official Travel Status Abroad On Temporary Duty Or Training, Will Be Provided Medevac Services Through The Department Of State, Bureau Of Medical Services, Similar To That Provided To U.s. Government Employees In 16 Fam 300 Medical Travel. Medevac Costs That Will Be Covered By Usaid Include Travel And Per Diem, But Do Not Include Medical Care Costs. to Be Eligible For Medevac Services Covered By The Department Of State Medevac Program, The Contractor And Accompanying Eligible Family Members Must Obtain And Maintain International Health Insurance Coverage In Accordance With The Clause Of The Contract Entitled, “insurance.” gp 29. Incentive Awards (dec 2019) the Contractor Is Eligible To Receive Certain Monetary And Non-monetary Usaid Incentive Awards In Accordance With The Aidar And Usaid Internal Policy. 20 | Page
Closing Date23 Jan 2025
Tender AmountRefer Documents 

Caraga Regional Hospital Tender

Others
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Bids And Awards Committee Ooooooo --------------------------------------------------------------------------------------------------------------- @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Invitation To Bid Ib No. 2024-01-21 (115) Supply And Delivery Of Various Equipment For Calibration Services - Rebid Abc: ₱ 4,800,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2024 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Four Million Eight Hundred Thousand Pesos Only ( Php 4,800,000.00 ) Under The Contract For The Supply And Delivery Of Various Equipment For Calibration Services - Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding, To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Defibrilator Measurement Analyzer 1 Unit 1,600,000.00 1,600,000.00 2 Electrosurgical Devices Analyzer 1 Unit 1,700,000.00 1,700,000.00 3 6 In 1 Patient Vital Signs Simulation/nibp, Spo2, Ecg, Temp, Ibp & Respiration Functionality Test 1 Unit 1,000,000.00 1,000,000.00 4 Gas Flow Equipment Analyzer 1 Unit 500,000.00 500,000.00 Grand Total ₱ 4,800,000.00 1. Defibrilator Measurement Analyzer Description Patient Category Defibrillators Analyzer Automates The Inspection And Preventive Maintenance Testing Of Defibrillators. They Need To Be Able To Test At Least Four Basic Defibrillator Performance Characteristics: Discharge Energy, Synchronized-mode Operation, Automated External Defibrillation, And Ecg Monitoring. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. Clinical Department /ward Biomedical Department Technical Specifications Defib Measurement; Load Resistance; 45 -50ω +/- 1% No-inductive Range: 0-200 Joules Accuracy: ±1% Of Reading ±1 Joule Range (high): 200-600 Joules Accuracy: ±1% Of Reading ± 1 Joule Resolution: 0 - 0.1 Joule Voltage: 0 – 1000 To 5000 Volts Current: 0 – 50 To 100 Amps Sampling Rate: 200-250 Khz Sampling Frequency Maximum Pulse Width (capture Time): 5us – 100 To 120 Ms Clock Accuracy; 0.10s To 100+/_ 0.05s Aed Pulse Mode Waveforms; Normal Sinus Rhythm (nsr): 20 -300 Bpm, Amplitude 1.00mv (± 2%) Asystole (asys) Ventricular Fibrillation - Coarse (vfbc) 230-240 Bpm Amplitude) 1.00mv (± 2%) Ventricular Fibrillation – Fine (vfbf) 230-240 Bpm Amplitude) 1.00mv (± 2%) Monomorphic Ventricular Tachycardia(mvt0: 210 Bpm, 1.00mv (±2%) 200-210 Bpm, 1.00mv (±2% Atrial Fibrillation (afb): 20-300 Bpm, Amplitude 1.00mv (± 2%) Ecg Simulator: Ecg Simulation With High Level Output. Ecg Waveforms – Sinus: Normal Sinus Rhythm (nsr): 20 – 300 Bpm, Amplitude 0.50 – 5.00mv (± 2%) St Elevation (ste): 20 -300 Bpm, Amplitude 0.50 – 5.00mv (± 2%) St Depression (std): 20 -300 Bpm, Amplitude 0.50 – 5.00 Mv (±2%) Myocardial Infarction (mi): 20 – 300 Bpm, Amplitude 0.50 – 5.00mv (±2%) Tall T (tt): 20 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Ecg Waveforms – Ventricular Arrhythmias: Premature Ventricular Contraction: 75-80 Bpm Intermittent (pvci): Amplitude 0.50 -5.00 – 5.00 Mv (±2%) Bigeminy (big): 75-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Trigeminy (trig): 75-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Ventricular Flutter (vflt): 230-240 Bpm, Amplitude 0.50 -5.00mv (± 2%)) Ventricular Fibrillation – Coarse (vfbc); 23-=240 Bpm, Amplitude 0.50 -5.00mv) Ventricular Fibrillation – Fine (vfbf): 230-240 Bpm, Amplitude 0.50 – 5.00mv (± 2%)) Monomorphic Ventricular Tachycardia (mvt): 200-210 Amplitude 0.50 – 5.00mv (±2% Right-focal Premature Ventricular Contraction (rfpvc) : 70-80 Bpm, Amplitude 0.50 -5.00mv (±2%)) Ecg Waveforms – Atrial Conduction Arrhymias: First Degree Av Block (favb): 70-80 Bpm, Amplitude 0.50 – 5.00mv (± 2%) Second Degree Av Block : 70-80 Bpm - Mobitz I (sav_ Mi): Amplitude 0.50 -5.00 Mv (± 2%) Second Degree Av Block: 70-80 Bpm) - Mobitz Ii (savb_mii): Amplitude 0.50 -5.00mv (±2%) Third Degree Av Block (tavb): 45-50 Bpm, Amplitude 0.50 -5.00mv (±2%)) Ecg Waveforms – Atrial Arrhythmias: Sinus Arrhythmias (sar): 20 -300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Missing Beat (mb): 20 - 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Atrial Flutter (aflt): 250-300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Atrial Fibrillation (afb); 20 - 300 Bpm, Amplitude 0.50 -5.00 Mv (±2%) Paroxysmal Atrial Tachycardia (pat): 170-180 Bpm, Amplitude 0.50 -5.00mv (±2%) Premature Junctional Contraction (pjc): 20 - 300 Bpm, Amplitude 0.50 -5.00mv (±2%) Ecg Pacer Waveforms: Synchronous Atrial (aai): 20 - 300 Bpm, Pulse Amplitude 0.50 5.00mv Pulse Width 0.1 – 2.0ms Asynchronous Astrial (aoo): 20 - 300bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 - 2.0ms Pacer (pcr); 20 – 300 Bpm Pulse Amplitude 0.50 – 5.00mv. Pulse Width 0.1 – 2.0ms Ventricular Pacer (vvi); 20 300 Bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 – 2.0ms Atrial & Ventricular Pacer (ddd): 20 - 300 Bpm Pulse Amplitude 0.50 – 5.00mv Pulse Width 0.1 – 2.0ms R-wave Detection (rwd): 20 -300 Bpm Pulse Amplitude 0.50 -5.00mv Ecg Performance Wave Forms: Sine (sine): 0.1 – 300hz 1.00 – 10.00 Mv Square (sq): 0.1 – 300hz 1.00 – 10.00 Mv Triangle (tri): 0.1 – 300hz 1.00 – 10.00 Mv Sawtooth (saw): 0.1 – 300hz 1.00 – 10.00 Mv Inverse Sawtooth (invsaw): 0.1 – 300hz 1.00 – 10.00 Mv Pulse (pulse): 0.1 – 300hz 0.50 – 5.00 Mv Ecg Noise Selection: Amplitude 0 – 10.00mv Frequency 50 - 60 Hz Ecg Accuracy: Rate: ± 1% Bpm Amplitude: ± 2% (la-ll). ± 10% (paddles) Lead Ii: 1 – 10 Mv (in Steps Of 0.5 Mv). Other Leads Are Proportional To Lead Ii By The Following Percentages; Lead I: 60% Lead Ii 100% Lead Iii: 40% Pacer Input: Fix Load: 40-50ω Accuracy: 1 % , Non-inductive Over Voltage Protection: 5000 Va (4500-5000) Variable Load: 50 -1600ω In 50ω Steps Accuracy: 1 % Non Inductive Pulse Rate: 5.0 – 800ppm Accuracy: +/- (0.5% Rdg + 0.1ppm) Heart Rate Selection: 20 - 300 Bpm Under And Overdrive: 85% (20 Bpm Min) And 115% (300bpm Max) Wave Form Selection: Nsr, Vfibc, Vfibf, Mvt, Afib, Missing Beat, R-wave Detection Pulse Current Amplitude: 5.00 – 200ma Accuracy: +/- (1% Rdg + 0.02ma) Current Measurement: Average (rms) Leading Edge, Trailing Edge, Peak ( The Highest During The Pulse ) Pulse Width: 1.00 – 100ms Accuracy: +/- (0.5% Rdg + 0.01ms) Pulse Energy: 1µj – 2.00j Accuracy: +/- 4% + 10µj Pacer Manufacturer Algorithms: Cu Medical, Ge, Hp,laerdal, Mindray, Philips, Physiocontrol, Schiller, Welchallyn, Zoll Pacer Refractory Periods: Refractory Period Test: 15 – 500ms (paced And Sensed) Accuracy; +/- 1ms Pacer Sensitivity Test: Wave Form, R Wave: Polarity Normal And Reversed Selectable Dynamic Sensitivity: 0.05mv -5.00mv In 50µv Steps Pacer Interference Test (immunity): Heart Rate: 20 -300 Bpm Frequency: 50 Or 60 Hz Noise Level In Mv: 0-15.0mv Operation: 9.2-9.6v/2300-2400mah Nickel Metal Hydride Battery Pack Battery Charge Time: 2-2.5 Hours Battery Capacity (fully Charged): 10-12 Hours Mains Supply: 110/230v Ac.: 50 To 60hz 35va Power Supply Storage Environment: - 15°c To 60°c Operating Condition: 0°c To 40°c Environment Protection: Ip 40 Communication: Usb Display: Lcd Colour Graphic Display ¼ Vga Memory: 80-100 Test Results Including Graphs) Impact Rating: 5j Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Aed Lead • Ecg Snap Adapter 10 Pack • Usb Cable • Test N Tag 2 Bluetooth Printer • Thermal Labels Rolls 5 Pack • Paddle Adaptor Box • Paddle Adaptor Box Lead (red) • Paddle Adaptor Box Lead (black) • Applied Part Adaptor 10 Pack • Carrying Bag • Manual Guide Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1.local Clinical Staff To Affirm Completion Of Installation, 2. Calibration Certificate And Warranty Certificate 3. The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 4. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 5. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 6. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training And Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 2. Electrosurgical Devices Analyzer Description Patient Category Electrosurgical Unit (esu) Analyzers Automate The Testing And Inspection Of The Output Circuits And Safety Feature Of Esus. They Perform Testing That Would Otherwise Require Several Other Pieces Of Equipment, As Well As Considerably More Time And Greater Technician Expertise. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. Clinical Department /ward Biomedical Department Technical Specifications Power Measurement: True Rms Value Of Applied Waveform Power Rating: 0 – 800w (rms) Accuracy: ± ( 1w + 5% Of Reading) Duty Cycle: 80 – 100% Up To 60 Seconds Load Bank: 0 - 5115ω Resolution: 5 -7ω Voltage (peak): 5– 10kv (peak) - Closed Load Only Accuracy: ± (10% Of Reading + 15v) Voltage: 5 – 700v Rms Accuracy: ± (10% Of Reading + 5v) Current (rms): 0 – 6000 Ma With Load Banks 0 -8000ma External Load Test Accuracy: ± (2% Of Reading + 10ma) Crest Factor: 1.4 – 20 (vpeak / V Rms) Rms Bandwidth; Instrumentation Only: 30 Hz To 10mhz (-3 Db) With Loads: 30 Hz To 2.5 Mhz (-3 Db) Variable Loads: 5 - 5115ω Steps @ 5ω (1023 Steps) Accuracy: ± (1% + 0.5, 0.0ω Of Set Of Load) Load Array: Ceramic Resistors (non-inductive) Measurement Delay: Foot Switch Delay Selectable Between 300-5000ms (8-10m Seconds Resolution) Rf Leakage (high Frequency Leakage): Active: From Active Part To Earth Passive: From Plate – Receptacle – Earth Load: Variable See Power Measurement Fixed 2 X 200ω Accuracy: ± 1%, + 0.5, - 0.0 Ω Contact Quality Monitoring (cqm): Range: 0 -475ω Steps @ 1 Ω Steps Motor Driven Potentiometer Accuracy: ± 5-7% ± 1-2ω Alarm Register: High And Low Manual Confirmation Ranging: Manual Or Automatic Output Connectors: Remote Foot Switch Control (cut): Yellow, Single Relay Contact Remote Foot Switch Control (coag): Blue, Single Relay Contact High Frequency Leakage: Through 4mm Sockets And Power Measurements Usb: Pc Download Oscilloscope Output: 0.5v/a, 100ma, Rf Current Minimum Input, Un-calibrated, Indication Only Isolation: 10kv Isolation Between Measurement Device And Enclosure Low Frequency Filter: 100hz Filter To Avoid Low-frequency Disturbance Or Interference General: Memory: 4000- 5000 Records (4mb) Output: Csv And Sss Format Dimensions: Not More Than 373mm X310mm X210mm Weight: 10-12kg / 22 Lbs Operating Temperature: 10°c - 40°c / 50°c / 32°f -122°f Main’s Power: 115/230v Ac + 10%; 48 To 66 Hz, 35 Va Fuses: 2x 1.6 A (t) Ceramic Standard Accessories: Mains Lead, Usb Lead, Calibration Certification Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Test Lead, Usb Lead • Cut/coag Control Interface Cables • Power Cord • Colored Sheathed Banana Set • Operator Cd • Manual • Carrying Bag Training, Installation And Utilisation Pre-installation Requirements • Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning • Local Clinical Staff To Affirm Completion Of Installation, Calibration Certificate And Warranty Certificate • The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. • The Supplier Must Have A Certificate Of Being An Authorized Service Partner. • The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. • The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 3. 6 In 1 Patient Vital Signs Simulation / Nibp, Spo2, Ecg, Temperature, Ibp, And Respiration Functionality Test. Description Patient Category A Medical Device Tester Is Responsible For Ensuring That Medical Devices Meet Quality And Safety Standards. They May Work With A Variety Of Devices, From Blood Pressure Monitors To Pacemakers Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. 6 In 1 Patient Vital Signs Simulation: • Nibp, Spo2, Ecg, Temperature, Ibp, And Respiration Functionality Test. Clinical Department /ward Biomedical Department Technical Specifications Detailed Requirements Displayed Parameters User Adjustable Settings Non-invasive Blood Pressure Simulation: Waveform: Oscillometric Pulse Volume: High, Medeum,low, Pediatric Heart Rate; 20-300bpm Integrated Pump; 0 To 350mmhg User Configuration Leak Test: User Configurable Between 0-350mmhg Chronometer; Configurable Up To 999 – 1100 Secs) Digital Manometer: 0-410mmhg Pressure Accuracy: +/- 0.5% Fs Pressure Unit: Mmhg, Inhg, Kg/cm2. Cmh20, Mbar, Psi, In H20 And Kpa Oxygen Saturation Simulation(puls-r): Range: 30 To 100% Repeatability; Positive/negative 5% Of Reading Between 30-59% Spo2 Positive/negative 3% Of Reading Between 60-89% Spo2 Positive/negative 1% Of Reading Between 90-100% Spo2 ( Accuracy Of Simulation When Used With The Corresponding R-curves Based In Using The Same Probe And Monitor Set Up . Note That Some Montor Type Might Not Be Able To Display Low Range Sats) Heart Rate: 30-300bpm Accuracy: Positive/negative 1bpm Compatibility: Beijing Choice, Criticare, Ge Tuffsat, Masimo, Mindray, Nellcor, Nellcor Oximas, Nihon Kohden, Nonin, Novametrix, Philips,/hp Ecg Arrhythmia Simulator: Simulation: 5 Lead Simulation Including High Level Output On Normal Sinus Rhythm (nsr), St Elevation, St Depression, Myocardial, Infarction, Tall T Heart Rate: 20-300bpm Accuracy: Positive/negative 1 Bpm Amplitudes; Lead Ii: 0.5 -5 Mv (in Steps Of 0.5 Mv). Other Leads Are Proportional To Lead Ii By The Following Percentage: Lead I : 60% Lead Ii : 100% Lead Iii : 40% Accuracy: Positive/negative 2% Connection High Level Ecg 3.5mm Jack Plug St Elevation /depression: Heart Rate: 20-300bpm Elevation %: 7%, 13%, 20% Elevation Slope: Positive, Negative, Flat Myocardial Infarction: Type: Ischemia, Injury, Infarction, Inferior Infarction Heart Rate: 20-300bpm Tall T: Heart Rate: 80 Bpm (ranges 75-80) T Wave Amplitude: 0-1.2mv (steps Of 0.1mv) Arrhythmia Waveforms (atrial); Simulation: 5 Lead Simulation Amplitudes: 0.5 / 1 / 1.5 / 2 / 2.5 / 3 / 3.5 / 4 / 4.5 / 5 Mv. Heart Rate ( When Applicable ) 20 – 300bpm Atrial: Sinus Arrhythmia (sa), Missing Beat, Atrial Flutter (aflt), Atrial Fibrillation (afb), Paroxysmal Atrial Tachycardia (pat), Junctional Premature Contraction. Atrial Conduction: First Degree Av Block, Second Degree Av Block – Mobitz I, Second Degree Av Block – Mobitz Ii, Third Degree Av Block, Right Bundle Branch Block (rbb), Left Bundle Branch Block (lbb), Left Anterior Hemiblock. Ventricular: Premature Ventricular Contraction – Intermittent Premature Ventricular Contraction – Continuous Bigeminy, Trigeminy, Ventricular Flutter (vflt), Ventricular Fibrillation Fine (vfbf), Ventricular Fibrillation Coarse ( Vfbc), Monomorphic Ventricular Tachycardia (mvt), Polymorphic Ventricular Tachycardia (pvt) Right Focal (pvc). Performance Waveforms: Shape: Sine, Square, Triangle Rate: 0.1 To 0.9hz (in Steps Of O.1hz) 1 To 100hz (in Steps Of 1hz) Amplitude: Lead Ii : 0.5-5 Mv (in Steps Of 0.5 Mv) Other Leads As Above Accuracy: 2% Shape: Pulse Rate: 20 Ms Pulse Duration, 4 Second Delay Amplitude: Lead Ii : 1 Mv. Other Leads As Above Accuracy: 2% Pacer Waveforms: Available: Synchronous Atrial, Asynchronous Atrial, Paver Only, Ventricular Pacer, Atrial & Ventricular Pacer. Qrs: 1mv Pacer Pulse Amplitude: 0.1-2mv Pacer Pulse Polarity: Positive/negative Pacer Pulse Width: 0.1-2ms R Wave Detection: Heart Rate: 70 Bpm R Wave Width; 10-120ms (steps Of 10ms) Temperature Simulation: Simulation; Ysi 400 / 700 Static Range; Preset At 25, 23, 37, And 41c Accuracy: ± 0.1c Default Setting: Ysi 400 37c Respiration Simulation: Rates; 5, 10, 15, 30, 60, 120, 180 Breaths Per Minute Base Resistance: 250, 500, 750, 1000 Ohms Accuracy: ± 10% Resistance Variation: 0.1, 0.5, 1.0, 1.5 Ohms Accuracy: ± 10% Default Setting: 15bpm / 250ω / 0.1ω Apnoea Simulation: 0-60 Seconds Duration 0-300seconds Interval Invasive Blood Pressure Simulation; Channels: 2 Channels Static: 0 To 300mmhg Dynamic: 0-300mmhg For Systolic 6 Diastolic Accuracy: ±1mmhg Excitation Voltage: 2 – 16v Impedance: 350ω Nominal Simulated Sensitivity: 5µv / V /mmhg Basic Specification: Operation; Battery Cell, In-site Charge Battery Charger: 100-240vac, 50/60hz Supply; 12 Vdc Centre Positive Battery Life: 8 Hours Standby Or A Maximum Of 200 Nibp Simulations Memory Capacity; Approx. 5, 000 Records Communication: Bluetooth Display: Monochrome, ¼ Vga Full Graphics Keypad: Alpha Numeric Weight: < 1.5 Kg, <3.5lbs Size (lxwxd): 250-270 X 100 To 110 Mm / 10.5 X 4 X3 Operating Environment: - 15° - + 60°c Environmental Protection: Ip 40 Puls-r: Compatibility Beijing Choice, Ge Tuffsat, Mindray, Nellcor Oximax, Nonin, Philips / Hp, Criticare, Masimo, Nellcor, Nihon Kohden, Novametrix Supported Default R-curves Heart Rating: 30 – 300bpm Accuracy Of Simulation When Used With The Corresponding R Curves: Resolution 1% Steps - Range 30-59% - Repeatability ± 5% 1% Steps -range 60 – 89% - Repeatability ±3 % 1% Steps -range 90 – 100% - Repeatability ±1% Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Ibp Connection Cable • Nibp Accessories • Temperature Connect Cables • Ecg Cables And Leads • Puls-r Universal Spo2 Simulation Finger Standard Accessories: • Carry Case • Nibp Tubing Kit • Ecg Adaptor Module And Snap-on Adaptors • Quick Start Guide • Power Supply Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1. Local Clinical Staff To Affirm Completion Of Installation, 2. Calibration Certificate And Warranty Certificate 3. The Supplier Must Have A Track Record/history/experience For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 4. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 5. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 6. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) 4. Gas Flow Equipment Analyzer Description Patient Category Test Gas Flow And Respiratory Medical Equipment Accurately, Including Ventilators, Flow Meters, Edoscopic Insufflators, Suction Devices, Pressure Gauge And Anaesthesia Machine, Especially When Accuracy Of Low Volume And Pressure Is Crucial. Purpose Of Use Clinical Or Other Purpose Calibration Of Your Measuring Instruments Has Two Objectives. It Checks The Accuracy Of The Instrument And It Determines The Traceability Of The Measurement. In Practice, Calibration Also Includes Repair Of The Device If It Is Out Of Calibration. 5 In 1 Gas Flow Equipment Analyzer • Ventilators, Flow Meters, Pressure Gauge, Suction Machine And Anesthesia Machine Clinical Department /ward Biomedical Department Technical Specifications Flow And Pressure Measurements: Flow: Range: Accuracy: Measuring Direction * Bidirectional Temperature Compensated * Automatic Or Manual Pressure Compensated *automatic Humidity Compensated *- Manually High Flow * ±300 L/min , * ±1.9% Or 0.1 L/min (for 10..40°c) Pressure: High Pressure (p High) * -1 – 9 Bar * ±0.5-1% °or ±6-7 Mbar Differential Pressure (p High): * ±180-200mbar * ±.05-0.75% Or ±0.5-0.1mbar Pressure In High Flow Channel: * - 55-150mbar * ±0.75% Or 0.1mbar Atmospheric Pressure: * 550-1150mbar * ±1% Or ± 5mbar Units: Flow: * L/min, L/s, Cfm, Ml/min, Ml/s Pressure: * Bar, Mbar, Cmh20, Inh20, Torr, Inhg, Hpa, Kpa, Mmhg, Psi Other Measurement: Oxygen; Concentration; * 0-50% * ±15 O2 Pressure Compensated; * ≤100-150mbar Temperature: In High Flow Channel: * 0-55°c * ±1.75% Or ±0.5% °c Co2: Concentration * 0-16 Vol% * ±(0.2vol% + 2% Of Reading) N2o: Concentration * 0-90 Vol% * ±(2% Vol% + 2% Of Reading) Hal, Iso,enf: Concentration * 0-8% Vol% * ±(0.15% + 5% Of Reading) Sev Concentration *1-10% Vol% * ±(0.15% Vol% +5% Of Reading) Des Concentration * 0-20 Vol% * ±(0.15 Vol% +55 Of Reading) Gas Type: * Air,o2, Air/o2, N2o, N2o/o2, He/o2, N2,c02, Gas Standards: * Atp, Atpd, Atps, Ap21, Stp, Stph, Btps, Btps-a, Btpd, Btpd-a, 0/1013, 20/981, 15/1013, 25/991, 20/1013, Ntpd, Ntps Ventilation Parameters: Breath Rate: Rate: * 1-980 Bpm * ±0.5 Bpm Or ±0.5-5% Or 2.0 Time Ti Te * 0.04 – 60 S * ±0.01-0.02 S Ratio I:e * 1:300-300:1 * ±2.5% * 0-90% * ±3-5% Breath Volumes V: * * ±2% Or 0.20ml (> 6 Sl/min) Vti,vte: * ±10l * ±2% Or ±2.20ml (>6 Sl/min) Minute Volume Vi, Ve: * 0-299sl/min * ±2.5% Pressure P Peak, P Mean, Peep, P Plateau, Ipap: * 2-150 Mbar * ±0.75% Or ±0.1mbar Peakflow Pf Insp1, Pf Xp : * ±300 Sl/min * ±1.9% Or ±0.1% Sl/min Compliance C Stat * 1-1000 Ml/mbar * ±3% Or ±1ml/mbar Trigger Adult, Pediatric, Hfo Ext. Trigger * Adult, Pediatric Hfo, Adjustable On Flow Or Pressure Curves With User Defined Limits General Information; Power: * 100-240vac, 50/60hz Battery * 3-5 Hours Power Consumption * 3-6 W Weight * 0.52-1kg Dimension ( W X D Xh) * 11.4x 7x 7.3cm Depends Of The Manufacturer) Data Storage * Internal And Micro Sd Display * Multi Touch (color) , Realtime Curves Interfaces * Rs-232, Usb , Ethernet, Can, Analog Out, Ttl, Wlan, Tsi4000 And Prima Protocool Calibration * Annually Condition Ambient Temperature * 20-40°c (*59-104°f) Condition Humidity * 20-90% R,h Technical Services As Follows: • System Warranty Must Be Five (5) Years • Calibration Of The Unit Must Be Performed After Installation With Certificate • Service Call Within 24 Hours Maximum And Must Have Repair Facility In Mindanao Area. • Preventive Maintenance For Every Quarter Until Warranty Expires. • Service Kits And Consumables To Be Included For One Year Use. • Supplier Must Deliver And Install The Unit Without Cost To The Owner Accessories, Consumables, Spare Parts, Other Components Accessories: • Stand • Smartlung Adult (1l) • Webserver Configurator And Monitoring • Flow Lab Software • Oxygen Sensor • Adapter Set • Laminar Flow Tube • Car Adapter • Micro Sd Memory Card • Protection Filter • Usb Cable • Ethernet Cable • Power Supply • Battery Pack • Usb Adapter • Manual • Protector • Carrying Bag Training, Installation And Utilisation Pre-installation Requirements Supplier To Perform Installation, Safety And Operation Checks Before Handover. Requirements For Commissioning 1. Local Clinical Staff To Affirm Completion Of Installation, Calibration Certificate And Warranty Certificate 2. The Supplier Must Have A Track Record/history/experienced For Having A Calibration Center Within The Philippines For Assurance Of Being A Biomedical Company. 3. The Supplier Must Have A Certificate Of Being An Authorized Service Partner. 4. The Supplier Must Have A Branch Office In The Mindanao For Technical Support Purposes. 5. The Supplier Must Have A Local Business Permit For Services In The Mindanao Area. Training Of User/s 5 Days Training Of User Biomed Engineer & Staff In Operation, Basic Maintenance And Documentation , Shall Be Provided User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty • 5 Years For Parts And Labor • Cleaning And Maintenance Of Machine • Shall Have Spare Parts Availability Once The End User Needs It. Environmental Factors • Capable Of Being Stored Continuously In Ambient Temperature Of 0 To 50 Deg C And Relative Humidity Of 15 To 90%. • Capable Of Operating Continuously In Ambient Temperature Of 10 To 40 Deg C And Relative Humidity Of 15 To 90% Documentation Documentation Requirements User, Technical And Maintenance Manuals To Be Supplied In English Language. Service Manual In English. List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration, Warranty And Inspection To Be Provided. Safety And Standards International Standards Risk Classification - Class B (ghtf Rule 11);class Ii (usa); Class Ii (eu, Japan, Canada And Australia) International Standards - Iso 13485, Fda, Ce. Delivery Period 90 Calendar Days From Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned Service Center Must Have Service Center Within Caraga Regional, Cebu City, Cdo Or Davao City Post Qualification The Bidder Is Required To Send A Demo Unit To Caraga Regional Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed) This Procurement Is A Partial Bid Or Line Item Bid. Validity Of The Contract Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specifications And Terms Of Reference Is Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3. (ra 9184) The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). Slcc Shall Be The Same Or Similar In Nature, Which Shall Be Determined By The Bids And Awards Committee. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 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. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, At Procurement Section, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 – January 21, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 18, 2024 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83066464127?pwd=umvcd4lcmrkaz6ldz2qhqbhw76cdzk.1 Meeting Id: 830 6646 4127 Passcode: 528376 Deadline Of Submission Of Bids January 21, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com . Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 21, 2025 At 2:00 P.m. Via Zoom Platform. Join Zoom Meeting Https://us06web.zoom.us/j/85126317644?pwd=pqhrftd91zoxlr4ufcctyy7gtdz5qj.1 Meeting Id: 851 2631 7644 Passcode: 872092 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1enb1ofcvp2zs4qembcxjjpeilwkths5c?usp=sharing Payment Of Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 21, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 21, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 4.8 Million (USD 81.9 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. This Solicitation 36c25925q0227 Is Issued As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fy25.03a 12/27/2024, Fac 2025-02 01/03/2025. No Telephone Requests Will Be Accepted. Only Written Requests Received Directly From The Offeror Are Acceptable. The Associated North American Industry Classification System (naics) Code For This Procurement Is 811210, With A Small Business Size Standard Of $34 Million. this Solicitation Is 100% Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosbs). If Offeror Is A Gsa Schedule Holder, All Information Requested In This Notice Must Be Provided, Not Just The Offeror S Schedule Number. the Following Is A List Of The Contract Line-item Numbers, Quantities And Units Of Measure. clin description qty unit unit cost total Cost 0001 base Yr: 03/03/2025 - 03/02/2026 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0002 oy1: 03/03/2026 - 03/02/2027 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0003 oy2: 03/03/2027 - 03/02/2028 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0004 oy3: 03/03/2028 - 03/02/2029 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ 0005 oy4: 03/03/2029 - 03/02/2030 intellispace Essential Software Maint & Hardware Support - Cardiology Hemo Xper 1 year $__________ $__________ total Cost All Clins: $___________________ statement Of Work (sow) preventive Maintenance And Repair On xper Software Maintenance department Of Veterans Affairs (va) veterans Health Administration (vha) purpose: veterans Affairs Requires A Contractor To Provide Software Maintenance With Hardware Support For Cardiology Intellispace Systems At The Oklahoma Va Health Care System. Services Are To Be Performed In Accordance With This Sow And To Oem Standards, With The Intent Of Ensuring The Equipment Operates As The Original Manufacturer Intended, Uninterrupted (95% Uptime), In A Cost-effective, Efficient Manner, Contributing To The Va Mission. services Are Required On The Government-owned Systems Listed In This Sow For The Period Of Performance And At The Location Outlined In This Sow. this Contract Will Be A Non-personal Services Contract. The Contractor, Its Employees, Agents And Subcontractors Shall Not Be Considered Government Employees For Any Purpose. Contractor Shall Furnish All Labor, Materials, Parts, Equipment, Tools, Transportation, And Supervision To Provide Services In Accordance With This Performance Work Statement (sow). the C&a Requirements Do Not Apply, And A Security Accreditation Package Is Not Required. period Of Performance: Refer To The Price/schedule Page Of This Document location Of Performance: Refer To Page 1 Of This Document background: equipment: The Following Systems Of Equipment Will Require Services Under This Contract. This Includes Sub-systems, Components, Software, Hardware, And Parts. equipment description brand & Model original Equipment Manufacturer (oem) serial Number va pmi Number cardiology Software intellispace Hemo Xper Software philips - - summary Of Requirements contractor Shall Provide Oem-trained Technicians To Perform Oem-standard Services On Equipment In This Sow. Services On The Equipment Include Maintenance Support, Corrective Maintenance Repair, 24x7 Emergency Phone Support, Provision Of Parts, And Service And Modification As Required Due To Safety Or Reliability. All Oem Software Updates Shall Be Included. tasks And Requirements performance And Repairs: All Work Performed Shall Be In Accordance With Manufacturer S Specifications To Keep The Equipment In Operating Condition. Contractor Must Guarantee 95% Up Time For The Equipment. Contractor Shall Guarantee That All Equipment Covered By This Contract Shall Be In Optimum Working Condition At The Completion Of Each Contracted Period Of Performance. Contractor Will Make Every Attempt To Maintain And Repair Equipment On-site Within A Reasonable Time, Unless Local Environment Prohibits On-site Attendance. Failing This, Contractor Will Provide Substitute Equipment In The Event A Repair Continues Beyond The Reasonable Time Frame. a Reasonable Time Frame Ensures The Va Mission Continues Uninterrupted With No Loss, Damage Or Suffering To Va Patients And Resources. preventive Maintenance: Contractor Shall Provide Periodic Preventive Maintenance Service On Equipment Within The Interval(s) Set By The Oem (ie, Annual, Semi-annual, Quarterly), In Scheduled Month Of Each Contracted Period Of Performance, Including All Work Between Standard Business Hours, Weekend Hours, And Non-standard Hours, And Arranged Through The Cor. The Contractor Shall Work With The Cor, Surgery Service And Sterile Processing Service To Not Disrupt Patient Care By Scheduling Pm Visits In Advance. The Visits Will Include Equipment Verification By An Oem-trained Technician. Before The Expiration Of Each Period Of Performance, The Contractor Shall Provide The Cor With A Report Certifying The Equipment Listed In This Sow Has Been Calibrated To O.e.m. Standards Not Less Than Oem Recommended Interval(s) During The Contract Period. All Parts Shall Be O.e.m. Standard Or Certified. service Call: Unscheduled Service Should Be Conducted At No Additional Cost During Standard Business Hours, Monday Through Friday, 8:00 Am 5:00 Pm. Non-emergency Service (machine Still Able To Run With No Increased Patient Risk) Should Be Available, With A Technician Onsite At Location, Within 48 Hours Notice From The Cor. If Support Call For Repair Service Is Deemed Mission-critical, Contractor Will Be On-site Performing Corrective Action Response To Service Calls Within 24 Hours Of Notice From Cor, Barring Special Circumstances. 24 Hour Service Call Center Support Should Be Available To Schedule Corrective Service Calls. technical Phone Support Shall Be Available Weekdays From 7:00 Am 7:00 Pm At No Additional Charge. software Updates: Contractor Shall Provide Any Software Updates, As They Become Available, For All Equipment, At No Additional Cost. All Software Changes Made Become The Property Of The Va. help Desk Support: Contractor Shall Provide Emergency Telephone Support During Standard Business Hours, As A Minimum At No Additional Charge, With Phone Calls Returned No Later Than 2 Hours After A Voice Message Has Been Left By The Cor. modifications: If Contractor Or External Hazard Assessment/notification By The Fda, Ncps, Or Ceosh Determines That A Modification Is Necessary To Address Safety Concerns Or Reliability, Installation And Modification Will Be Performed At No Additional Charge. parts: As Part Of The Oem-standard Of Service Required On This Contract, Contractor Must Provide Unique And/or High Mortality Replacement Parts. All Parts Will Be O.e.m. Recommended Parts. Contractor Must Provide Repair Services On Batteries And Handpieces, At No Additional Cost To The Government. This Includes Provision Of Replacement/loaner Parts And Shipment Costs, Such As Loaner Handpieces. To Maintain Continuity Of Patient Care, Contractor Must Ship Replacement/loaner Handpieces Overnight To The Va Within 48 Hours Of Receipt Of Notice By The Va That A Hand Piece Needs To Be Repaired Due To Normal Wear And Tear. Once The Loaner Is Received By The Va, The Va Will Ship The Government-owned Hand Piece To The Contractor. if The Government-owned Hand Piece Is Not Able To Be Repaired The Contractor Must Return The Broken Handpiece To The Va With Written Notification Of What Prevented The Repair And The Issues Causing The Part Not To Function The Way The Oem Intended. if Any Contractor Personnel Performing Service On Site At The Va Brings Parts, Devices, Or Equipment That Have Serial Numbers And Will Be Used In Patient Care, These Items Must Be Checked In Upon Entry And Checked Out Upon Exiting The Va With Both Logistics And Biomed Departments. shipment: Contractor Shall Be Responsible For Shipment Of Repair Parts And Substitute Equipment At No Expense To The Government, With Fob Destination Terms Applicable In These Circumstances, And In Favor Of The Va Medical Center At This Location. All Shipments, Labels, Invoices And Correspondence Related To This Contract Must Include The Contract Number And Marked Attn: Cor/local Va Poc [insert Individual Name] . Contractor Must Email The Local Va Poc Or Cor With Carrier And Tracking Information In Advance Of All Shipment Of Parts And Equipment So The Va May Be Prepared To Receive The Items And Track Them To Avoid Loss. government Furnished Equipment / Property (gfe / Gfp) government Property Is Any Real Property At The Vamc Accessed By The Contractor In The Performance Of Services In Accordance With The Sow. condition Of Equipment the Contractor Shall Accept Responsibility For The Equipment In "as Is" Condition. Failure To Inspect The Equipment Prior To Contract Award Shall Not Relieve The Contractor From Performance Of The Requirements Of This Contract. storage storage For Contractor Equipment Is Not Provided At The Vamc. The Contractor Is Responsible For The Security Of Its Equipment. The Government Is Not Responsible For The Security Of Contractor Equipment. contractor Furnished Equipment / Property (cfe / Cfp) service Manuals/tools/equipment the Vamc Shall Not Provide Tools, (test) Equipment, Service Manuals Or Service Diagnostic Software To The Contractor. The Contractor Shall Obtain, Have On File, And Make Available To Its Fse's All Operational And Technical Documentation (such As; Operational And Service Manuals, Schematics, And Parts List) Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Data Manuals, By Name And/or The Manuals Themselves Shall Be Provided To The Co Upon Request. quality conformance Standards contractor Shall Ensure That Their Services, Staff And Equipment Used In The Performance Of This Contract Conform And Comply With The Latest Industry Service Standards, Information, Guidance, Regulations And Publications Of The Following: aami-ansi St-79:2010 Part 7.7 Standards (servicing And Repairs Of Devices In The Health Care Facility). This Can Be Obtained At Http://www.aami.org/publications/standards/st79.html iahcsmm - International Association Of Healthcare Central Service Materiel Management us Fda Us Food And Drug Administration cdc Centers For Disease Control And Prevention cdrh Center For Devices And Radiological Health iso (as A Minimum: Iso 9001:2008 Certification And Iso 13485:2003 Certification (medical Devices)) asq American Society For Quality ul Underwriters Laboratories osha Occupational Safety And Health Administration safety the Contractor Must Perform Services In Accordance With: local, State And Federal Occupational Safety And Health Guidelines And Legislation, To Include Occupational Safety And Health Administration (osha), The American National Standards Institute (ansi) Safety Guidelines, And Any Va Medical Center Directives; local, State And Federal Fire And Safety Legislation And Guidelines, To Include Va Medical Center Directives And Legislation On Fire And Safety; all Other Conformance Standards Identified In This Sow medical Center Policies each Va Medical Center Has Policies That Are Updated From Time To Time. The Cor Can Provide More Detailed Information To The Contractor Of These Upon Commencement Of The Contract And Throughout The Term Of The Contract, As Needed, Especially Policies Regarding, Parking, Possession Of Weapons, Cell Phone Use And Photography As Well As Smoking On Va Property. Violations Of Such Policies May Result In Individual Fines Or Citation Answerable In The United States (federal) District Court. remedy Or Rework rework Or Remedy Is Defined As Performing The Service Again Until The Purpose Of This Sow Is Achieved In Full. This Involves Less Than Satisfactory Service By The Contractor And As Noted By The Cor. rework Or Remedy Must Occur Within 3 Business Days Of The Notice Of The Rework Or Remedy Requirement From The Cor And At No Additional Cost To The Government. inspection And Acceptance Of Services: The Government Reserves The Right To Inspect And Test Services In Accordance With This Sow And The Contract. The Only Individual Authorized To Officially Accept Services Is The Cor. While Inspection Of Services May Be Delegated By The Cor And A Shared Responsibility With Departmental Management Staff, The Cor Is Ultimately The Only Authorized Individual To Approve And Accept Services On Behalf Of The Va. deliverables (refer Also To Technical Qualification And Contact Points For Additional Deliverables) service Report (sr) contractor Is Responsible For Providing Service Reports For Every Service. A Service Report Is Required For All: outgoing Serviced Equipment With An Inventory Of All Equipment Collected By The Contractor, And incoming Serviced Equipment With An Inventory Of All Equipment Completely Serviced And Delivered By The Contractor And With The Service Report Provided To The Cor At The Time Of Delivery Of Serviced Equipment. such Documentation Shall Meet The Guidelines As Set Forth In The Conformance Standards. in Addition, Each Service Report Shall, At A Minimum, Document The Following Data Legibly And In Complete Detail: name Of Contractor And Contract Number. name Of Field Technician Who Performed Services. contractor S Service Report Number/log Number. date And Time (arrival And Departure) Of Field Technician On-site At Va Collecting And Delivering Equipment va Purchase Order Number description Of Problem Reported By Cor. details Of Equipment Serviced: equipment Set Numbers device Name, Instrument Type serial Number any Other Manufacturer's Identification Numbers. pmr And Service Description total Itemized Cost Of All Parts And/or Services Provided signatures: field Technician Performing Services Described. cor Acceptance Signature invoices: The Contractor Must Include The Service Report Number On The Associated Invoice. service Reports (engineers Service Report (esr) Or Service Report) when The Service Is Completed, The Field Technician Shall Document Services Rendered On A Legible Service Report(s). During Check In/check Out Procedures With The Cor, The Field Technician Must Provide The Cor With The Service Report(s) For That Service Visit. Esr Can Be Submitted Electronically To The Cor, Not Exceeding 5mb In Size, Following Service Completion Yet Before The Technician Departs The Location To Ensure The Cor Has An Opportunity To Review And Provide An Acceptance Signature. All Service Reports Shall Be Submitted To The Cor For An "acceptance Signature". If The Cor Is Unavailable, A Signed Copy Of The Service Report Shall Be Sent To The Contractor After The Work Can Be Reviewed (if Requested Or Noted On The Service Report). the Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor (in Writing) Of The Existence Or The Development Of Any Defects In The Equipment Submitted For Service Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract And Where Replacement Is Recommended. technical Qualifications And Personnel Standards calibration Of Vendor S Equipment: Contractor Must Provide The Cor With Certification Attesting That All Gauging And Measurement Equipment Used To Check And Calibrate The Subject Items Of Equipment Has Been Calibrated Either According To The Manufacturer S Specifications Or Within The Last Twelve Months Against A Standard That Is Traceable To The National Bureau Of Standards. contractor Must Provide The Cor And Contracting Office With Such Documentation, As A Minimum: within 5 Business Days Of Contract Award, within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And In Advance Of Commencing Services On Equipment Identified In This Sow. qualifications Of Contractor Oem-trained Technicians: Contractor Shall Document, In Writing, Their Experience In Working On The Identical Make And Model Equipment Listed In This Sow As Well As The Qualifications Of Individuals Who Will Work On The Equipment. Where The Sow Requires Oem-trained Technicians, Demonstration Of This Will Also Be Required In The Documentation. contractor Must Provide The Cor And Contracting Office With Such Documentation, As A Minimum: within 5 Business Days Of Contract Award, within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And immediately, When Previously Assigned Oem-trained Technicians Have Been Replaced, And In Advance Of Commencing Services On Equipment Identified In This Sow. the Contractor Shall Have Sufficient Staff To Satisfactorily Support This Contract, Including The Sow And Its Purpose. Contractor Staff Providing Services On This Contract Must Include A "fully Qualified" Filed Service Engineer (fse) And A "fully Qualified" Fse Who Shall Serve As The Backup. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance Of The Equipment In This Contract the Fses Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fses. The Contractor Shall Provide Written Assurance Of The Competency Of Their Personnel And A List Of Credentials Of Approved Fses For Each Make And Model The Contractor Services At The Vamc. The Co May Authenticate The Training Requirements, Request Training Certificates Or Credentials From The Contractor At Any Time For Any Personnel Who Are Servicing Or Installing Any Vamc Equipment. The Co And/or Cor Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. if Subcontractor(s) Are Used, They Shall Be Approved By The Co Prior To Commencement Of Services. The Contractor Shall Submit Any Proposed Change In Subcontractor(s) To The Co For Approval/disapproval. contractor Employee S On-site At Location: At All Times During Performance Of Services, In Accordance With This Sow, The Contractor Must Ensure Contractor Personnel: be Able To Function Professionally Amongst The General Public In A Hospital And Health Care Environment. Where Possible, A Warm-natured And Humane Approach Is Preferred. be Able To Read, Understand And Apply Printed Rules, Detailed Orders, And Instructions be Familiar With And Compliant With This Sow And Contractual Requirements. be Displaying Va Identification Badges And Contractor-issued Name Tags, Clearly Visible To The General Public be Directly And Personally Escorted By The Contractor S On-site Supervisor When Contractor Personnel Are Not Displaying Va Identification Badges And Contractor-issued Name Tags maintain A Neat, Clean, Professional Appearance be Properly Attired In Contractor-issued Uniforms Which Clearly Display Contractor Branding, Keeping In Accordance With Vha Dress Policies. compliant With Va Safety And Osha Regulations Throughout The Va Medical Center, As Well As Va Medical Center Policies. compliant With Parking Requirements At The Vamc And Park Only In The Designated Parking Areas As Assigned By The Cor. maintain Decorum At All Times. During The Performance Of Services Care And Consideration Must Be Given To Va Visitors And Staff. All Services Must Be Performed With Minimal Disturbance Or Hindrance To Va Medical Center Visitors And Staff, Specifically Maintaining The Requirements Identified In The Overview Of This Sow. contractor Shall Not Be Considered Government Employees For Any Purpose. Security Procedures And Operating Hours check In/out Procedures prior To Commencement Of Services, And When Visiting The Va Medical Center, The Contractor Or Contractor S Authorized Field Technician, Must Check In And Out With The Biomed Administrative Officer Located In The Basement At The Va Location, Room Be-100. Only Individual Va Biomedical Management Staff, As Delegated By The Cor, Can Coordinate Check In And Check Out Procedures For The Contractor In The Absence Of The Cor. Due To Heightened Security Requirements, The Contractor Or Their Authorized Service Representative Will Be Required To Wear An Id Badge Which Will Be Signed For Upon Arrival And Turned In When Leaving. All Badges Must Be Worn At Or Above The Waist And Facing Forward. This Badge Must Be Turned In Before Leaving The Premises; Otherwise The Person Signing For It Will Be Required To Pay For The Unreturned Id Badge. standard Business Hours And Federal Holidays: Contract Performance Shall Occur During Standard Business Hours Unless Approved And Arranged Through The Cor. Standard Hospital Hours Are 8 Am To 5 Pm. Contractor Must Coordinate All Services With The Cor. the Federal Government Observes The Following Days As Holidays. new Year S Day january 1st * martin Luther King S Birthday third Monday In January presidents Day third Monday In February memorial Day last Monday In May juneteenth june 19th * independence Day july 4th * labor Day first Monday In September columbus Day second Monday In October veterans Day november 11th * thanksgiving Day fourth Thursday In November christmas Day december 25th * *holidays That Fall On Saturday Are Observed On The Preceding Friday. Holidays That Fall On Sunday Are Observed On The Following Monday. in Addition To The Days Designated As Holidays, The Government Observes The Following Days: any Other Day Designated By Federal Statute any Other Day Designated By Executive Order any Other Day Designated By The President Of The United States To Be A Federal Holiday contractor Holidays Not Included In The Table Of Government Holidays Or Other Observation Days Listed Above Shall Not Be Considered Official Holidays And Shall Be Included In The Contract Performance As Standard Business Days For The Purposes Of Repairs And Maintenance. contact Points contractor Point Of Contact (poc) the Contractor Shall Specify An Individual Who Shall Serve As A Single Point Of Contact For All Contract Issues (poc). Contractor Must Provide The Cor And Contracting Office With The Poc Contact Details, To Include Business Phone Number Or Cell Phone Number And Email, As A Minimum: within 5 Business Days Of Contract Award, within 5 Business Days After Renewal Or Extension Of Services In Accordance With, And If Permitted By Applicable Far Clause, And within 5 Business Days Prior To A Change In The Poc By The Contractor. the Poc Must Be Easily Accessible By Phone And Return Cor Calls Within 48 Hours Of A Voice Message Left By The Cor. contracting Officer S Representative (cor) upon Contract Commencement, The Contracting Officer Will Notify The Contractor In Writing As To The Cor Assigned To This Contract, And Upon Reassignment Of A New Cor, As Applicable. Contractor Shall Only Respond To Requests For Service From The Cor Or The Co. If Service Is Requested From Any Source, Other Than The Cor Or The Co, The Contractor Is To Advise The Individual Of This Requirement And Refuse To Respond. Any Billing Resulting From Unauthorized Service Will Not Be Paid By The Government. The Cor Will Evaluate The Contractor S Performance Through Review Of The Contractor S Quality Control Procedures In Accordance With This Contract And Sow. authority Of The Cor the Contracting Officer Is The Only Person Authorized To Approve Changes In Any Of The Requirements Of This Contract. In The Event The Contractor Affects Any Changes At The Direction Of Any Person Other Than The Contracting Officer, The Changes Will Be Considered To Have Been Made Without Authority And No Adjustment Will Be Made In The Contract Price Or Schedule To Cover Any Increase In Costs Incurred As A Result Thereof. The Contracting Officer Shall Be The Only Individual Authorized To Accept Nonconforming Work, Waive Any Requirement Of The Contract, And/or Modify Any Term Or Condition Of The Contract. The Contracting Officer Is The Only Individual Who Can Legally Obligate Government Funds. No Costs Chargeable To The Proposed Contract Can Be Incurred Before Receipt Of A Fully Executed Contract Or Specific Authorization From The Contracting Officer. Any Invoicing Or Charges Resulting From Unauthorized Service Will Not Be Paid By The Government. government Alternate Points Of Contact (poc) Emergencies Only the Cor Will Identify Alternate Points Of Contact (poc) To Be Used Only For Instances Of Emergencies When The Cor Is Not Easily Contactable. These Will Be Individuals In Supervisory Or Managerial Roles Within The Biomed Department. The Contractor Will Be Provided This Information Within 5 Days After Contract Award And Within 48 Hours Of A Change To This Information. An Alternate Poc Does Not Replace The Cor Nor Do They Replace The Contracting Officer During The Performance And Administration Of This Contract, Nor Does It Relinquish Or Diminish The Contractor S Requirements In Relation To The Performance Of This Contract. liabilities And Insurances protection From Damage contractor Shall Provide All Labor, Materials, And Equipment Necessary For Protection Of Vamc Personnel, Furnishings, Equipment, And Buildings From Damage, And Shall Replace Or Repair Any Damage Due To Work Performed Under This Contract Equal To Its Original Construction And Finish. liability Insurance contractor Must Provide The Cor And The Co With Written Confirmation That Contractor Has Adequate Insurance Protection Against Negligent Work And Other Forms Of Liability. definitions acceptance Signature - Cor's Signature; Indicates Cor Accepts Work Status As Stated In Service Report. contractor Employees Has The Same Meaning As Contractor Personnel contractor Personnel - Has The Same Meaning As Contractor Employees cor Contracting Officer S Representative fda - Food And Drug Administration (u.s. Department Of Health And Human Services) field Technician Or Field Service Engineer (fse) - A Person Who Is Authorized By The Contractor To Perform Pmr Services On Va Premises. Also Known As Technically Trained Personnel. iso - International Organization For Standardization labor Refer To Technically Trained Personnel, Also Field Technician o.e.m. Or Oem Original Equipment Manufacturer. The Actual Manufacturer And Point Of Origin Of The Equipment. The Oem Provides Schematics And Standards For Maintenance And Repair Of The Equipment And Equipment Shall Be Maintained In Accordance With These Practices. The Oem Is Identified In The Background Section Of This Sow. oem-trained Technicians Means Contractor Technicians (technically Trained Personnel, Fse, Field Technicians), Be They Oem Or Third Party Provided, Who Are Formally Trained To Oem Standards To Satisfactorily Perform Services On Equipment In This Sow. Where Oem-trained Technicians Are Required In The Sow It Means That Services Are To Be Performed At No Less Than This Criteria, For The Period Of Performance At The Location, To Ensure The Sow Purpose Is Met In Order To Avoid Future Equipment Breakdowns Or Malfunctions Which Could Lead To The Va Being Accused Of Malpractice Or Negligence. This Assists The Va In Meeting Its Mission. original Equipment Manufacturer - Oem osha Occupational Safety And Health Administration pmi - Preventive Maintenance Inspection service Report - A Documentation Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract. services Includes Preventive Maintenance And Repair For Equipment And Components Listed In This Sow And In Accordance With This Sow sr Service Report technically Trained Personnel Are Personnel And/or Employees Who Shall Be Suitably Knowledgeable In The Field Related To The Services In This Sow In Order To Satisfactorily Perform Services In Accordance With The Sow. The Contractor Shall Provide Personnel Experienced And Qualified To Perform The Required Services In Accordance With Industry Practices And Standards. Also Known As Field Technician Or Field Service Engineer (fse). For Example, This Could Mean German-trained Technicians, Certified Technicians Etc. Technically Trained Personnel Are Also Known As Contractor Personnel Or Contractor Employees Or Technicians. vamc Veterans Affairs Medical Center the Provision At Far 52.212-1, Instruction To Offerors -- Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition With The Following Addendum: far 52.204-7, System For Award Management (oct 2018); far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020); far 52.216-1, Type Of Contract (apr 1984): The Government Anticipates The Awarding Of A Single Firm-fixed Price Definitized Contract To Fulfill This Requirement. the Provision At Far 52.212-2, Evaluation -- Commercial Items (nov 2021), Applies To This Acquisition. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: contract Award Will Be Made Based On The Solicitation Response That Represents The Best Value To The Government Using A Contracting Officer S Comparative Analysis. Since The Contracting Officer Is Considering Price And Other Factors, The Co May Award To Other Than The Lowest-priced Offer. The Information Below Explains The Evaluation Approach: the Contracting Officer Will Make A Comparative Analysis Of All Offers Against The Solicitation, Using The Following Factors To Decide Which Offer(s) Represent The Best Value To The Government: factor 1: Technical Ability the Offer Shall Be Evaluated On The Conformance To The Requirements Listed In The Statement Of Work. The Offeror Shall Submit A Technical Narrative, That Describes The Means And Methods Of Successfully Performing All Work Detailed In The Sow, To Include The Personnel Being Proposed To Perform The Work. Narrative Should Demonstrate That Offeror Possesses A Clear Understanding Of The Requirements In The Sow. Any Training Certifications For The Repair Of Said Equipment Should Be Provided With Quote. factor 2: Past Performance offeror Shall Provide No More Than Three References Of Relatively The Same Size And Complexity. Include The Following Information For Each Contract: Name And Address Of Contracting Activity (company Name), Contract Number, Type Of Contract, Total Contract Amount, And Status, Date Of Award And Completion, Description And Location Of Contract Work, List Of Major Subcontractors If Any, Contracting Officer Or Individual Responsible For Signing The Contract, And Their Telephone And Fax Number, And The Cor S/administrator S Name, Telephone And Fax Numbers. Offerors May Provide Information On Problems Encountered On Identified Contracts And The Offeror S Corrective Action. Searches In Cpars (contractor Performance Assessment Reporting System), As Well As Past Performance Questionnaires May Be Utilized. factor 3: Price Offerors Shall Provide One Copy Of The Fully Completed Price Schedule In The Format Listed Above. Proposed Prices Will Be Evaluated For Realism And Reasonableness. the Comparative Analysis Method Will Be Used To Evaluate Offers. Offers Will Be Evaluated To Determine Which Offer Provides The Overall Best Value To The Government, All Factors Considered. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) a Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services (may 2024) Shall Be Submitted With The Offer. the Clause At Far 52.212-4 Contract Terms And Conditions-commercial Products And Services (nov 2023), Applies To This Acquisition, With The Following Addendum: far 52.204-9, Personal Identity Verification Of Contractor Personnel (jan 2011); far 52.204-13, System For Award Management Maintenance (oct 2018); far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020); far 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6â months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within Fifteen (15) Days Of The Expiration Date Of The Current Contract Period. for The Purposes Of The Award Of This Contract, The Government Intends To Evaluate The Option To Extend Services Under Far 52.217-8 As Follows: the Evaluation Will Consider The Possibility That The Option Can Be Exercised At Any Time, And Can Be Exercised In Increments Of One To Six Months, But Not For More Than A Total Of Six Months During The Life Of The Contract.â  The Evaluation Will Assume That The Prices For Any Option Exercised Under Far 52.217-8 Will Be At The Same Rates As Those In Effect Under The Contract At The Time The Option Is Exercised.â  The Evaluation Will Therefore Assume That The Addition Of The Price Or Prices Of Any Possible Extension Or Extensions Under Far 52.217-8 To The Total Price For The Basic Requirement And The Total Price For The Priced Options Has The Same Effect On The Total Price Of All Quotes Relative To Each Other, And Will Not Affect The Ranking Of Quotes Based On Price, Unless, After Reviewing The Quotes, The Government Determines That There Is A Basis For Finding Otherwise.â  This Evaluation Will Not Obligate The Government To Exercise Any Option Under Far 52.217-8. The `specified' Rates Under This Clause Will Be Those Rates In Effect Under The Contract Each Time An Option Is Exercised Under This Clause. (end Of Clause) far 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed Five (5) Years. (end Of Clause) far 52.223-6 Drug-free Workplace (may 2001); far 52.223-99 Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors (deviation) far 52.228-5 Insurance Work On A Government Installation (jan 1997); cl 120 - Supplemental Insurance Requirements: In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract: (a) Workers' Compensation And Employers Liability: Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes. If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage. Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers. (b) General Liability: $500,000.00 Per Occurrences. (c) Automobile Liability: $200,000.00 Per Person; $500,000.00 Per Occurrence And $20,000.00 Property Damage. (d) The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. (end Of Clause) 52.232-19â  Availability Of Funds For The Next Fiscal Yearâ  (apr 1984) Funds Are Not Presently Available For Performance Under This Contract Beyond September 30th Of Any Fiscal Year. The Government S Obligation For Performance Of This Contract Beyond That Date Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Payment May Arise For Performance Under This Contract Beyond September 30th Of Any Fiscal Year, Until Funds Are Made Available To The Contracting Officer For Performance And Until The Contractor Receives Notice Of Availability, To Be Confirmed In Writing By The Contracting Officer. (end Of Clause) far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984); far 52.237-3, Continuity Of Services (jan 1991); vaar 852.203-70, Commercial Advertising (may 2008); vaar 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (nov 2020) (deviation); vaar 852.204-70 Personal Identity Verification Of Contractor Personnel (may 2020) vaar 852.219-74, Limitations On Subcontracting Monitoring And Compliance (jul 2018) (deviation) (a) This Solicitation Includes Vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (b) Accordingly, This Contract Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) vaar 852.219-77 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. as Prescribed In 819.7009(c) Insert The Following Clause: va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.] (i) [ ] Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) [ ] General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. The Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Quote. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification: i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: _________________________________ printed Title Of Signee: ________________________________ signature: ______________________________________________ date: ___________________________________________________ company Name And Address: _______________________________ (end Of Clause) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018); vaar, 852.270-1 Representatives Of Contracting Officers (jan 2008). the Clause At Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2022) Applies To This Acquisition Including The Following Clauses: far 52.204-10 Reporting Executive Compensation & First-tier Subcontract Awards (jun 2020); far 52.209-6 Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021); far 52.219-28, Post Award Small Business Program Rerepresentation (sep 2021); far 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020); far 52.222-3, Convict Labor (august 2003); far 52.222-21, Prohibition Of Segregated Facilities (apr 2015); far 52.222-26, Equal Opportunity (sep 2016); far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); far 52.222-40, Notice Of Employees Rights Under The National Labor Relations Act (dec 2010); far 52.222-50, Combating Trafficking In Persons (nov 2021); far 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020); far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); far 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018); afar 52.222-41 Service Contract Labor Standards (aug 2018); far 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014); far 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022); far 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) department Of Labor Wage Determinations: Department Of Labor Wage Determination 2015-5319 Revision Number 25 Dated December 23, 2024 Applies To This Acquisition. quotes Shall Include The Rfq Number (36c25925q0227), The Proposed Unit Price, The Proposed Extended Price (for The Base And All Option Years,) Any Prompt Payment Discount Terms, Company Name, The Company Point Of Contact, Address, Phone Number, Fax Number, E-mail Address, Tax Identification Number, Unique Entity Identifier (uei) Number, And Business Size Status. the Full Text Of A Solicitation Provision Or Contract Clause May Be Accessed Electronically At The Address(es) Below: â  Â â â â â â â â â http://www.acquisition.gov/far/index.html â â â â â â â â â â  Http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm all Information Has Been Posted And There Are No Other Documents Available. Offers Are To Be Submitted Electronically To The Department Of Veterans Affairs, Network Contracting Office 19 (nco 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, Co 80111 Attn: Shanta Harrison, Contract Specialist At Shanta.harrison@va.gov No Later Than 4:00 P.m. Mountain Time On Wednesday, February 26, 2025. Quotes Submitted By Fascimile (fax Machine) Will Not Be Accepted. Please Include The Solicitation Number In The Subject Line Of Emails Submitted. any Questions Regarding This Solicitation Must Be Submitted In Writing To The Contracting Officer No Later Than 12:00 P.m. Mt, Wednesday, February 19, 2025. All Responses To Questions Received Will Be Posted To The Contracting Opportunities Website Via An Amendment.
Closing Date26 Feb 2025
Tender AmountRefer Documents 

Western Visayas Sanitarium Doh Tender

Laboratory Equipment and Services
Philippines
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Procurement Of Various Laboratory Reagents And Supplies Ib No. 2025-04-007-g The Western Visayas Sanitarium And General Hospital, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of Various Laboratory Reagents And Supplies Lot 1: Reagents Compatible With Sysmex Xn-550 Lot 2: Reagents Compatible With I-chroma Ii Analyser Lot 3: Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine Lot 4: Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer Lot 5: Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyzer Rayto Chemray 240 Lot 6: Reagents Compatible With Electrolyte Analyzer Horron H900 Lot 7: Reagents With Free Use Of Immunology Machine Line Items Location : Western Visayas Sanitarium And General Hospital Approved Budget For : Php 13,433,409.50 The Contract (abc) Lot 1: Php 1,879,400.00 Lot 2: Php 924,875.00 Lot 3: Php 151,000.00 Lot 4: Php 2,225,154.00 Lot 5: Php 418,557.50 Lot 6: Php 850,600.00 Lot 7: Php 1,621,000.00 Line Items: Php 5,362,823.00 Fund Source : Caf No. 2025-024-gf Delivery Period : Initial/partial Delivery Twenty (20) Working Days After Receipt Of Notice To Proceed (ntp) Succeeding Deliveries Are Stipulated Within The Product Description. Lot 1: Reagents Compatible With Sysmex Xn-550 Abc: Php 1,879,400.00 Item No. Qty. Unit Of Issue Description 1 70 Box Cellpack Dcl 20l, 25 Boxes On First And Second Delivery With 3 Months Interval, Remaining 20 Boxes On The Last Delivery, Expiry Date Must Not Be Less Than 12 Months Upon Delivery 2 50 Box Wdf-lysercell (2l), 25 Boxes On First And Last Delivery, Expiry Date Must Not Be Less Than 12 Months Upon Delivery 3 20 Box Wdf-fluorocell (2x42ml), Expiry Date Should Not Be Less Than 12 Months. 4 15 Box Sls-sulfolyser (2x1.5l), Expiry Date Should Not Be Less Than 12 Months. 5 10 Set Tri-level Control 3x3 Ml, 1 Set Every Month, Expiry Date Must Not Be Less Than 1 Month Upon Delivery 6 12 Bot Washing Solution 120 Ml Compatible W/ Hematology Analyzer, 6 Bottles On First Delivery And Remaining 6 Bottles After 4 Months, Expiry Date Must Not Be Less Than 12 Months Upon Delivery Reagents Compatible With Sysmex Xn-550 With Free Preventive Maintenance, Calibration With Certificate, Troubleshooting And Part/s Replacement. Lot 2: Reagents Compatible With I-chroma Ii Analyzer Abc: Php 924,875.00 Item No. Qty. Unit Of Issue Description 1 7 Box Anti-streptolysin O, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 2 65 Box Crp, Quantitative, 25's, 25 Boxes On The First And Second Delivery With 4 Months Interval, Remaining 15 Boxes On The Last Delivery, Expiry Date Must Not Be Less Than 18 Months Upon Delivery 3 2 Box D-dimer, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 4 5 Box Hba1c, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 5 30 Box Troponin I, Quantitative, 25's, 20 Boxes On First Delivery And 10 Boxes On Last Delivery After 4 Months. Expiry Date Should Not Be Less Than 18 Months. 6 6 Box Ferritin, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 7 11 Box Procalcitonin, Quantitative, 25's, 6 Boxes On The First Delivery And Remaining 5 Boxes After 4 Months, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 8 6 Box Rheumatoid Factor, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 9 1 Box Immunoassay Tri-level Control For T3, T4, Ft3, Ft4, Tsh, Ferritin, Tumor Markers, 3 Levels X 4 Sets X 3-5ml, With 18 Months Expiry From Delivery Date. Reagents Compatible With I-chroma Ii Analyser. Expiry Date Should Not Be Less Than 18 Months Upon Delivery. Lot 3: Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine Abc: Php 151,000.00 Item No. Qty. Unit Of Issue Description 1 10 Box Ahg (coomb's) Gel Card, 6x24's Compatible With Matrix Gel System Cr-6800, 7 Boxes On The First Delivery And Remaining 3 On The Last Delivery, Expiry Date Must Not Be Less Than 18 Months. 2 6 Bot Diluent Liss, 250ml, 4 Bottles On The First Delivery And Remaining 2 Bottles On Last Delivery, Expiry Date Must Not Be Less Than 12 Months. 3 40 Bot Plain Nss, 1l, 20 Bottles On The First Delivery And 20 Bottles On Last Delivery After 4 Months, Expiry Date Must Not Be Less Than 18 Months Upon Delivery Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine. Expiry Date Should Not Be Less Than 18 Months Lot 4: Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer Abc: Php 2,225,154.00 Item No. Qty. Unit Of Issue Description 1 12 Pack Sheath Fluid, 20-25l, 1 Pack Per Month 2 45 Bot Cleaning Solution, 500-600ml, 2 Bottles Per Month 3 6 Bot Detergent, 500-600 Ml, 1 Bottle Every 3 Months 4 6 Bot Calibrator, 125-130 Ml, 1 Bottle Per Month 5 48 Bot Focus B, 125-130 Ml, 3 Bottles Per Month 6 144 Bot Urine Strips, 14parameters, 100's, 12 Bottles Per Month 7 15 Kit Dry Chemistry Control, Negative, 4x8-10ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 8 15 Kit Dry Chemistry Control, Positive, 4x8-10ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 9 15 Bot Sediment Qc Control, Negative, 125-130ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 10 15 Bot Sediment Qc Control, Positive Level 3, 125-130ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer (sediment And Strip Reader Fused In 1) Using The Flow Cytometry Technology. Strips And Reagents Must Have 12 Months Expiry From The Delivery Date With Free Use Of A Functional Analyzer Which Has A Throughput Of 100 - 120 Test/hour Or 30-35 Seconds Testing Time, No Need For Centrifugation And Cuvettes, High Speed Digital Imaging (up To 3000 Digital Images/sample), Identification Of 24-25 Formed Elements; With Free 3 Bottles Of 10l Distilled Water Every Month; With Free Provision Of Quarterly Preventive Maintenance, Calibration, Troubleshooting And Parts Replacement Until Reagents Are Fully Consumed; With Provision Of Certificate Of Calibration. (timeline Of Repair).expiry Date Should Not Be Less Than 18 Months. Lot 5: Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyzer Rayto Chemray 240 Abc: Php 418,557.50 Item No. Qty. Unit Of Issue Description 1 700 Ml Alt/ Sgpt 2 480 Ml Albumin 3 700 Ml Ast/sgot 4 250 Ml Bilirubin,direct 5 250 Ml Bilirubin, Total 6 500 Ml Cholesterol, Total 7 700 Ml Creatinine 8 500 Ml Glucose 9 250 Ml Total Protein 10 500 Ml Triglycerides 11 500 Ml Uric Acid 12 1200 Ml Urea Nitrogen 13 600 Ml Hdl Direct 14 250 Ml Ldh 15 55 Bot Control, Normal, First Delivery Of 30 Bottles, Then Remaining 25 Bottles For The Last Delivery After 3 Months 16 48 Bot Control, Pathologic, First Delivery Of 30 Bottles, Then Remaining 18 Bottles For The Last Delivery After 3 Months 17 3 Bot Auto Control 5 Ml Bottle (multicalibrator For Chemistry Tests) 18 1 Pack Reagent Bottle, Brown, 40 Ml (50 Bot/pack), Compatible With Chemray 240 19 1 Pack Reagent Bottle, Brown, 20 Ml (50 Bot/pack), Compatible With Chemray 240 20 1 Pack Reagent Bottle Cap White For Chemray 240 Reagent Bottle 21 1 Pack Reagent Bottle Cap Blue For Chemray 240 Reagent Bottle Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyser (rayto Chemray 240) With Free Calibration And Programming Upon Initial Delivery Of Reagents. Reagent Kits Should Include Synthetic Standard For Calibration Purposes. Expiry Date Should Not Be Less Than 18 Months. First Delivery Should Be On The Third Quarter Of The Year. Lot 6: Reagents Compatible With Electrolyte Analyzer Horron H900 Abc: Php 850,600.00 Item No. Qty. Unit Of Issue Description 1 67 Pack Electrolyte Solution Pack, First Delivery Of 40 Packs, Then 20 And 7 Packs For Each Succeeding 3 Months Interval, Expiry Date Not Less Than 18 Months Upon Delivery 2 5 Box Electrode Deproteinization Solution With Diluent 5 Ml 3 2 Bot Activating Solution 110 Ml 4 3 Bot Qc Cleaning Solution 110 Ml 5 3 Bot Electrode Refill Solution 6 3 Bot Reference Electrode Refill Solution 7 3 Pc Na Electrode 8 3 Pc K Electrode 9 3 Pc Ca Electrode 10 3 Pc Ph Electrode 11 3 Pc Cl Electrode 12 2 Pc Reference Electrode 13 1 Set Tubing Kits Reagents Compatible With Electrolyte Analyzer Horron H900. Expiry Date Should Not Be Less Than 18 Months. Lot 7: Reagents With Free Use Of Immunology Machine Abc: Php 1,621,000.00 Item No. Qty. Unit Of Issue Description 1 600 Test T3, Quantitative, 200 Test For The First, Second And Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 2 600 Test T4, Quantitative, 200 Test For The First, Second And Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 3 1000 Test Tsh, Quantitative, 200 Test For The First, 300 For The Second And 500 For The Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 4 240 Test Tpsa, Quantitative, 100 Tests On The First Delivery, 140 Tests On The Last Delivery, Expiry Of Not Less Than 18 Months 5 150 Test Hepa B Quantitative, 50 On The First Delivery And Remaining 100 On The Last Delivery, 3months In Between, With Not Less Than 18 Months Expiry Upon Delivery 6 120 Test Antihbs Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 7 120 Test Hbeag Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 8 90 Test Anti Hav Igg Igm Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 9 90 Test Anti Hbeag Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 10 60 Test Anti Hbc Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 11 120 Test Anti Hcv Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 12 120 Test Free T3, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 13 120 Test Free T4, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 14 120 Test Afp, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 15 120 Test Ca 125, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 16 120 Test Cea, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery Reagents With Required Cpr Available Upon Delivery Compatible With Free Use Of Immunology Machine Which Uses Enhanced Chemiluminescence Principle, Has Up To 90 Reportable Patient Test Results/hour, Microwell Technology With Dispense Verification, Only Requires 10 - 80 Ul Of Sample For Testing, Up To 2000 Assays On Board Capacity, Up To 20 Different Integrated Reagent Packs With No Reagent Preparation/mixing Or Reconstitution Needed, Automatic, Self-contained, Temperature And Humidity Controlled Reagent Supply, No Prime, Purges, Washes Or Tubing Maintenance For System Start Up, Random Access Calibration, With Clot, Bubble, Low And High Viscosity Detection, Liquid Level Sensing, Reflex Dilution, Reagent Aspirations And Dispense Verifications, And Is Provided With Free Annual Calibration And Certificate, Free Quarterly Preventive Maintenance, Repair, And Parts Replacements (trouble Shooting And Repair Should Be Acted By Provider For Not More Than 24 Hours Upon Notification By End User And In Case Of Actual Breakdown, Machine Should Be Replaced With A Working Unit In Maximum Of 48 Hours After Notification By End User). Line Items Abc: Php 5,362,823.00 Item No. Qty. Unit Of Issue Description 1 2 Bot 10 % Koh Solution, 500 Ml, Expiry Not Less Than 18 Months Upon Delivery 2 29 Pack 3.2 % Na Citrate Tube In A Tube, Screw Cap, 1.8 Ml, 15 Packs For The First Delivery, 7 Packs On The Second And Last Delivery In 3 Months Interval, Expiry Date Should Not Be Less Than 18 Months Upon Delivery * 3 2 Bot Acetone 2.5 L, Analytical, High Grade (histopath Use), Expiry Not Less Than 18 Months Upon Delivery 4 4 Set Acid Fast Stain 3x500, Cold Method, Expiry Not Less Than 18 Months Upon Delivery 5 16 Bot Absolute Ethanol, Ar, 2.5 Liters Per Bottle, Expiry Not Less Than 18 Months Upon Delivery 6 6 Bot Acid Alcohol, 1% Ar, 3.8 Liters Per Bottle, Expiry Not Less Than 18 Months Upon Delivery 7 10 Tube Alkaline Peptone Water, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 8 90 Set Anti-a, Anti-b & Anti-d Typing Sera, 10ml/vial, 30 Sets Every 3 Months, Expiry Should Not Be Less Than 18 Months Upon Delivery 9 6 Bot Anti-human Igg, Polyspecific, 10ml, Expiry Not Less Than 18 Months Upon Delivery 10 2 Box Anti-hbs, 40's, Immunochromatography, Expiry Not Less Than 18 Months Upon Delivery 11 2 Box Anti-hcv, 40's, Immunochromatography, Expiry Not Less Than 18 Months Upon Delivery 12 1 Bot Acetic Acid, 10%, 1l, Expiry Not Less Than 18 Months Upon Delivery 13 20 Box Anti-treponema, 30's, 10 Box On The First And Last Delivery With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery 14 15 Box Aptt With Calcium Chloride (5x3ml), Expiry Not Less Than 18 Months Upon Delivery 15 480 Test Blood Typing Card For Abo And Rh With Negative Auto Controls, With Single Use 5ul Microdropper Per Test, Provision Of End User's Orientation Upon Delivery, 280 On The First Delivery And 200 On The Last, 3 Months Interval, Expiry Not Less Than 18 Months Upon Delivery 16 20 Bot Brain Heart Infusion Broth, 10 Ml, With 3 Months Expiry From Delivery Date 17 1 Bot Benedict's Solution, 250 Ml, Expiry Not Less Than 18 Months Upon Delivery 18 6 Pad Cellophane, Green 19 56 Box Cotton Swab, Individually Wrap, 100s 20 90 Pack Cotton Balls, Absorbent, 400g 21 5 Box Complement-3 (c3) Determination Kit, Gel Elusion,15's, Expiry Not Less Than 18 Months Upon Delivery 22 12 Box Control For Coagulation (6x1ml) Normal, 8 Box On The First Delivery And Remaining 4 Box On The Last Delivery With 4 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 23 60 Box Cover Slips, 24 X 60mm, 100's/box, Clear, Transparent 24 21 Pack Coverslip, 24x24mm, 100's/box, Clear, Transparent 25 110 Box Covid 19 Rapid Antigen, 20's, Qualitative ( Must Be Read Visually), With Deactivating Agent, At Least 80% Sensitivity And 97% Specificity, With Cpr Or Emergency Authorization From Fda Philippines, And Must Be Validated By Ritm Or Any Doh-designated Independent Or A Third Party, Government, Or Private Research Institution. Must Adhere To The Specification Stipulated In Htac Guidance. 60 Boxes On The First Delivery And 50 Boxes On The Last Delivery With 4 Months Interval. Expiry Should Not Be Less Than 18 Months Upon Delivery 26 20 Pack Cuvettes/cups, 100s Compatible With Rayto (rt-2204c) Coagulation Machine 27 155 Pc Cover All, Breathable, Impervious, Water Repellant, Elastic Wrist And Ankle, With Tape, Large 28 48 Pc Container, For Sharps/ Needles, Portable 29 25 Box Dengue Ns1 Ag+ Igg, Igm, 25's, 15 Boxes On The Initial And Remaining 10 Boxes On The Last Delivery, With 4 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 30 5 Box Dengue Ns1 Ag, 25's With 18 Months From Delivery Date 31 10 Box Disposable Plastic Pipette/ Pipettor, 1000's 32 180 Pack Dry Clot Activator Test Tube W/ Gel Separator, Gold Top, Plastic, 5ml, 100's, 100 Packs On First, 50 On The Second, And 30 Packs On The Last Delivery With 3 Months Interval In Between, Expiry Not Less Than 12 Months Upon Delivery* 33 200 Pack Edta, K2 Test Tube, Spray Dry, Screw Cap, 2 Ml, Plastic 100's, 100 Packs On The First Delivery, 50 On The Second And On The Last Delivery In 3 Months Interval, Expiry Not Less Than 12 Months Upon Delivery* 34 120 Pack Edta, K2 Test Tube, Spray Dry, 0.5 Ml, 50's, Plastic, 60 On The First Delivery, 30 On The Second And On The Last Delivery In 3 Months Interval, Expiry Not Less Than 12 Months Upon Delivery* 35 2 Pack Embedding Tissue Cassettes With Lid, 250's 36 4 Pc Embedding Bottom Mold, 30x 24x7 Cm, Stainless Steel 37 2 Pack Esr Tube, Black Top, 0.5- 2 Ml, Plastic, With Plastic Pipette, Expiry Not Less Than 18 Months Upon Delivery* 38 4 Bot Eosin Powder, Yellowish, 25 Gms 39 12 Box Fecal Occult Blood Test Kits, Lateral Flow, 25's, 6 Box On The First Delivery, 3 Boxes On The Second And The Last Delivery With 3 Months Interval, 18 Months Of Expiry From Delivery Date 40 23 Sheet Filter Paper, Lab, 610mm X610 Mm 41 16 Bot Formalin, 10% Neutral Buffered, Ar, 1 Gallon, Expiry Not Less Than 18 Months Upon Delivery 42 10 Bot Formalin, 37% , Ar, 1 Gallon, Expiry Not Less Than 18 Months Upon Delivery 43 10 Plate Gentamicin Blood Agar/bacitracin Chocolate Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 44 250 Box Glass Slides, Clear, Ground Frosted, Plain, 72's 45 4 Set Gram Stain 4x500, Expiry Not Less Than 18 Months Upon Delivery 46 1 Pc Graduated Cylinder, Tall Form, 500ml 47 120 Bot Glucose Strips Control Material, Normal, 3 - 5 Ml Bottle, 50 Bottles On The First Delivery, 30 On The Second And The Last Delivery In 3 Months Interval, Should Not Be Less Than 18 Months Upon Delivery 48 120 Bot Glucose Strips Control Material, Pathologic, 3 - 5 Ml Bottle, 50 Bottles On The First Delivery, 30 On The Second And The Last Delivery In 3 Months Interval, Should Not Be Less Than 18 Months Upon Delivery 49 3 Box Hav Igm Rapid/qualitative Test, 25's With 18 Months Of Expiry From Delivery Date 50 85 Box Hepatitis B Surface Ag, Qualitative,25's, 40 Boxes On The First Delivery, 25 Boxes On The Second And 20 Boxes On The Last Delivery, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 51 4 Bot Harris Hematoxylin (hand E Staining), Rapid Staining (not More Than 3 Minutes, Dip Method), 1 Liter, Expiry Not Less Than 18 Months Upon Delivery 52 120 Vial Hematocrit Tubes, Sodium Heparinized, Soda Lime Glass, 80iu/ml, 100's/vial, 60 Vial On The First Delivery, 30 Vials On The Second And On The Last Delivery With 3 Months In Between, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 53 20 Box H. Pylori Ab Rapid Test, 25's, 15 Box Initial Delivery And 10 On The Last, With 3 Months In Between, 18 Months Before Upon Delivery Date 54 1 Set Hematology Stain Set (3x500 Ml) For Rapid Staining Of Blood Smears Which Corresponds To The Pappenheim Stain With Processing Time Of Only 2 Minutes, Contains A Fixing Solution Methanol (sol'n.1), One Red (eosin) Solution (sol'n. 2), One Blue (azur) Staining Solution (sol'n. 3), And 3 Phosphate Buffer Tablets Ph 7.2 Acc. To Weise Which Will Be Prepared As Solution 4, Expiry Not Less Than 18 Months Upon Delivery 55 1 Bot India Ink/china Ink 10 Ml, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 56 30 Bot Isopropanol , 100%, 2.5 L For Automated Tissue Processor, 24 Months Before Expiry Upon Delivery 57 4 Roll Laboratory Sealing Film 58 1 Bot Lugol's Iodine, 250 Ml, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 59 400 Pc Macconkey Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 60 24 Pack Matchsticks, 10's 61 8 Pc Microscope Bulb, Halogen Display/optic Lamp, 20w 6v 62 12 Pc Microscope Fuse A1, 250v, Anti-surge, Pcb Mount 63 3 Pc Microtome Blade , High Profile, 50s 64 3 Pc Microtome Blade , Low Profile, 50s 65 300 Set Microbial Id And Ast Kit, Format Includes Esbl Detection Panel, Fda Clearance For Testing Streptococcus Spp. Haemophilus Influenzae, Candida Spp, Clsi Recommended, Free Use Of Tabletop And Compact Semi-automated Or Fully Automated Reader/s With Maximum Dimension Of 60cm X 60cm X 30cm Lxwxh, With Possible Set Options For Gram Negative And Gram Positive Organism. 150 On The First Delivery And The Next 150 On The Last Delivery, With 3 Months In Between, Expiry Not Less Than 12 Months Upon Delivery 66 7 Bot Mounting Medium, 500 Ml, Expiry Not Less Than 12 Month 67 20 Pc Mueller-hinton With 5% Sheep's Blood Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 68 400 Pc Mueller-hinton Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 69 4 Bot Non-drying Oil Immersion, Type A, 30 Ml 70 6 Set Pap's Smear Stain, 6x500 Ml 71 12 Pack Paraffin Wax, Pellets, With Added Polymer, 1 Kg 72 24 Pack Pipette Tips, 100-1000 Ul, 1000's 73 24 Pack Pipette Tips, 10-100 Ul, 1000's 74 4 Pack Pipette Tips, 0.5- 10 Ul, 1000's 75 3 Box Plastic Storage Box, With Lid, 95 Liters Capacity 76 40 Box Pregnancy Test Kits For Serum, Plasma And Urine, 40's, 20 Boxes On The First, 10 Boxes On The Second And On The Last Delivery With 3 Months Interval In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 77 15 Box Prothrombin Reagent (5x5ml), Lyophilized With Diluent , 5 X3-5 Ml/bot, 8 Boxes On The First Delivery And 7 Boxes On The Last With 3 Months Interval, Expiry Should Not Be Less Than 12 Months 78 2 Bottle Pure Glycerin, Usp Grade, 500 Ml 79 1 Bot Rabbit Plasma 100 Ml 80 1 Set Reticulocyte Stain 250ml 81 5 Box Rpr, 500 Tests, 3 Boxes On The First And 2 Boxes On The Last Delivery With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery 82 960 Bot Ready To Drink Ogtt, 75 Gms, Orange Flavor, First Delivery Of 300 Bottles, 300 Bottles On The Second Delivery And Remaining 360 Bottles On The Last Delivery, 3 Months In Between Each Delivery, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 83 9 Box Salmonella Typhi Igg, Igm, 25's, 5 Boxes On The First Delivery And 4 On The Last, With 3 Months In Between, Expiry Should Not Be Less Than 18 Months From Delivery Date 84 4 Pc Slide Box For Glass Slide, 20s Capacity 85 2 Pc Staining Rack,/bridge, Stainless 86 20 Bot Selenite-f Broth, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 87 15 Box Surgical Blade 10, Stainless Steel, Sterile, Single Use, 100 Pcs/box 88 350 Plate Sheep Blood Agar/chocolate Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 89 20 Plate Salmonella-shigella Agar/tcbs Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 90 36 Pc Test Tube Brush 91 2000 Pc Test Tubes, Glass, Autoclavable, Heat Resistant, 5 Ml Capacity 92 1000 Pc Test Tube, Plain, Glass, Autoclavable, Heat Resistant, 7-10 Ml 93 9 Pc Thermometer, For Refrigerator, Mechanical, Dial Design, Durable Stainless Steel, Shatter-proof Screen, 2-way Bracelet Hangs, Os Stand, Safe Temperature Zone Indicator, Reads Accurate Range 130-300c, 7.5x6.2x4.2cm 94 375 Bot Thermo Scientific (aerobic) Culture Bottle 40-80 Ml For Versatrek Redox Ez Draw 1. 200 Bottles On First Delivery And Remaining 175 Bottles On The Last, 3 Months In Between, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 95 10 Tube Thioglycollate Fluid, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 96 4 Pc Thermometer, Room Thermometer, Wooden Frame, Alcohol Based 97 16 Pc Timer, Digital W/ Up To 99 Minutes Timing, Aaa Battery 98 1 Bot Tryptic Soy Agar, Dehydrated Culture Media 250 Grams, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 99 16 Tube Tryptic Soy Broth, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 100 120 Bot Triple Distilled Water, 80 Bottles On The First Delivery And 40 Bottles On The Last Delivery, 3 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 101 30 Bot Urine Strips, 4 Parameters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 102 1 Bot Urine Strips, 10 Parameters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 103 8 Pack Wooden Applicator Stick, 6 In., 500's, 104 12 Bot Xylene, Ar, 2.5 Liters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 105 120 Bot Alcohol, 70%,ethyl With Moisturizer, 500ml, 50 Bottles On First Delivery, 50 On The Second And 20 Bottles For The Second And Last Delivery, With 3 Months Interval, Expiry Must Not Be Less Than 18 Months 106 25 Box Alcohol Pads, 100's 107 2 Roll Autoclave Tape, Lead Free , 18 Mm, Pressure Sensitive, 54 Meters In 1 Roll, 18 Months Service Life 108 100 Box Blood Lancet, Plastic Twist,fine Gauge, Tri-bevel Tip, 200's, G21 With Cpr, 40 Boxes On The First Delivery, 30 Boxes For The Second And In The Last Delivery, Expiry Must Not Be Less Than 18 Months Upon Delivery 109 10 Box Blood Lancet, Plastic Twist,fine Gauge, Tri-bevel Tip, 200's, G23 With Cpr, Expiry Must Not Be Less Than 18 Months Upon Delivery 110 120 Pc Cover All, Breathable, Impervious, Water Repellant, Elastic Wrist And Ankle, With Tape, Medium 111 240 Box Face Mask, Ultra Fluid And Splash Resistant, Inner And Outer Layer, Easy Breathability, Full Width Adjustable Nose Piece, Particle Filtration Efficiency >99%, Ear Loop, 3 Ply, 50s 112 5 Pc Forcep , Surgical 113 5 Pc Gauze Roll (24x28, 2ply, 100 Yards) 114 60 Pack Gauze Pad, 24x20 Mesh, 4x4x8 Ply, 40's 115 10 Roll Gauze, Big, Rolled, 24x28x36 Mesh 116 125 Box Gloves, Clean, Medium, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 50 Boxes On The First Delivery, 50 Boxes On The Second And 25 Boxes For The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 117 275 Box Gloves, Clean, Small, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 100 Boxes On The First Delivery, 100 Boxes On The Second And 75 Boxes For The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 118 20 Box Gloves, Clean, Large, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 10 Boxes On The First The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 119 50 Packs Head Caps, Surgical, 100s 120 4 Bot Hydrogen Peroxide 500 Ml 121 100 Piece Isolation Gown, 100% Polyester Woven Fabric With Pu Coating, Water Repellant, Tie At The Neck And Waist, Breathable, Medium/ Large/ Small 122 20 Box Needle, Disposable, Non-toxic, Non-pyrogenic, Single Use, Sterilized By Gamma Radiation, Blister Packed Individually, Gauge 24x1/2 In (14x13mm), 100s, Expiry Must Not Be Less Than 18 Months Upon Delivery 123 12 Box Needle, Disposable, Non-toxic, Non-pyrogenic, Single Use, Sterilized By Gamma Radiation, Blister Packed Individually, Gauge 25x1/2 In (14x13mm), 100s, Expiry Must Not Be Less Than 18 Months Upon Delivery 124 500 Pc N95 Respirator, Self-inhalation, Filter Type, Particles Respirator With Official Niosh Approved Certification, Not Less Than 18 Months Upon Delivery, 200 On The First Delivery, 300 On The Last, With 3 Months Of Interval Between Deliveries, Expiry Not Less Than 18 Months Upon Delivery* 125 5 Box Povidone Iodine Pads, 100's 126 90 Box Plaster, Hypoallergenic, Transparent And Adhesive Plastic Tape, Waterproof, 1", 12's 127 12 Pack Safety Blood Collection Set (butterfly) W/ Luer Lock Adopter, G23/34" With Transparent Plastic Hub, Double Bevel, 50's 128 12 Pack Safety Blood Collection Set (butterfly) W/ Luer Lock Adopter, G25/34" With Transparent Plastic Hub, Double Bevel, 50's 129 60 Pack Shoe Cover, Non-wove, Disposable, 100's 130 250 Box Syringe 3cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 100 Box On First And Second Delivery, And Remaining 50 On The Last Delivery, 2 Months In Between, Expiry Not Less Than 18 Months Upon Delivery* 131 200 Box Syringe 5cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 100 Box On First And Last Delivery, 3 Months In Between, Expiry Not Less Than 18 Months.* 132 20 Box Syringe 10cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow,double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 10 Boxes And First And Last Delivery, With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery.* 133 35 Box Syringe 1cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket,gauge 23x1in (0.65x25mm), 100s, 20 Boxes And First And 15 On The Last Delivery, With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery.* 134 200 Roll Tissue Paper, 3-ply, Individually Wrapped 135 12 Roll Torniquet,, Latex Free, Rubber, Stretchable, 1inch Wide, 25's Expiry Should Not Be Less Than 18 Months On Applicable Reagents/supply. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Lot(s)/lines Joined. 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents April 11, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of May 5, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre-bid Conference April 23, 2025 (wednesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids May 5, 2025 (monday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Lot 1: Php 1,500.00 Lot 2: Php 1,000.00 Lot 3: Php 500.00 Lot 4: Php 2,000.00 Lot 5: Php 500.00 Lot 6: Php 1,000.00 Lot 7: Php 1,500.00 Line Items: Php 5,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of May 5, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Meeting Link 1: Meet.google.com/nwr-hssm-oqt Meeting Link 2: Meet.google.com/rhr-uzut-xip Meeting Link 3: Meet.google.com/wvk-cxrt-iqb The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Noriel H. Gumban/jessie Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Medical Specialist Iii/bac Chairperson
Closing Date5 May 2025
Tender AmountPHP 13.4 Million (USD 240.4 K)

GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For Procurement Of Goods: Supply And Delivery Of Various Drugs And Medicines Through Framework Agreement 1. The Gov. Celestino Gallares Memorial Medical Center, Using A Single-year For A Framework Agreement, Through The 2025 Hospital Medicines And Drugs – Revolving Fund Intends To Apply The Sum Of One Hundred Fifty-five Million Seven Hundred Thirty-six Thousand Four Hundred Fifty-four Pesos And Ninety-four Centavos Only (php155,736,454.94) Being The Abc To Payments Under The Contract For Ib No. 2025-05-013. Bids Received In Excess Of The Total Cost Per Lot And/or Line Items Shall Be Automatically Rejected. 2. The Gov. Celestino Gallares Memorial Medical Center Now Invites Bids For Procurement Of Goods: Supply And Delivery Of Various Drugs And Medicines Through Framework Agreement. Delivery Of The Goods Is Required Within Ten (10) Calendar Days After Issuance Of A Call-off Or Any Date As Determined By The Pe. 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 (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Gcgmmc Bids And Awards Committee (bac) Office Through Electronic Mail Via Gcgmmc.bacdrugsnmeds@gmail.com Or Telephone Call At (038) 411-4868 To 69 Local 286 And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders On May 8 – May 28, 2025 From Gcgmmc Google Drive (gcgmmc.bacdrugsnmeds@gmail.com) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Cash Or Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcgmmc General Fund Account Number: General Fund Account No. 00-0-00001-780-3 For Bidders Paying Through Bank Deposits, A Successful Transaction/payment Must Be Sent To The Bac’s Official Email Address. Acknowledgement Receipt Will Be Issued In Lieu Of The Official Receipt (coa Circular No. 2021-014 Clause 5.2) As Proof That Payment Is Verified, Confirmed And Received By Gcgmmc. Only Upon The Issuance Of The Acknowledgement Receipt Shall The Bidder Be Granted Access To The Bac Google Drive. 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bid Conference On May 16, 2025 @9:30am At Gcgmmc, 5th Flr., Training Hall, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300 Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before May 28, 2025 @9:29am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 28, 2025, 9:30am At Gcgmmc, 5th Flr., Mktm Cloud Lounge, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Are Required To Include A Flash Drive In The Submission Of Their Bidding Documents Containing Their Bid Form In Excel Format And Their Bid Documents In Pdf Format. 11. The Gov. Celestino Gallares Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: April Mae M. Monredondo, Lpt Bids And Awards Committee (bac) Office Gov. Celestino Gallares Memorial Medical Center 0053, M. Parras St., Poblacion Ii, Tagbilaran City, Bohol 6300 Email: Gcgmmc.bacdrugsnmeds@gmail.com Tel. No.: (038) 411-4868 Local 286 Cel. No.: +63 991 825 0786 13. You May Visit The Following Websites: Philgeps Website For Downloading Of Bidding Documents: Https://www.gcgmh.gov.ph/procurement/ Approved: Sgd. Jhobert P. Tan Bac Chairperson (drugs And Medicines) Noted: Sgd. Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) *_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_*_ Lot Stock Property No. Item Description Unit Qty Unit Cost Total Cost Lot 1 1 79400000 Ceftolozane/tazobactam 1.5g Vial 2,000 3,321.00 6,642,000.00 2 52700000 Sugammadex, 100mg/ml, 2ml, Injection Vial 500 5,257.00 2,628,500.00 3 51000000 Sevoflurane, 250ml Bottle 200 10,995.00 2,199,000.00 4 23300000 Fentanyl (as Citrate), 50mcg/ml 2ml, Injection Ampule 3,000 197.92 593,760.00 5 49800000 Rocuronium Bromide, 50mg/5ml Or 10mg/ml, 5ml Ampule/vial 300 250.00 75,000.00 6 962275 All In One Admixture, 1000ml, 1,400 Kcal. Bag 300 1,680.00 504,000.00 7 47500000 Propofol, 10mg/ml, 20ml, Intravenous Ampule/vial 1,000 180.00 180,000.00 8 28600000 Hydroxyethyl Starch 6%, 500ml Bag/bottle 150 562.00 84,300.00 Sub - Total 12,906,560.00 Lot 2 1 254692 Ceftazidime/ Avibactam 2g/500mg Powder For Concentrate For Solution For Infusion Vial 1,000 6,228.00 6,228,000.00 2 41600000 Norepinephrine, 1mg/ml, 4ml, Intravenous Ampule 24,000 265.00 6,360,000.00 3 14700000 Clindamycin Phosphate, 150mg/ml 4ml, Or 600mg/4ml Ampule 15,000 330.00 4,950,000.00 4 33400000 Levetiracetam, 500mg/5ml (100mg/ml) Concentrate Solution For Iv Infusion, 5ml Vial 6,000 511.82 3,070,920.00 5 14800000 Clindamycin, 300mg Capsule 10,000 27.00 270,000.00 6 36500000 Mefenamic Acid, 500mg Capsule / Tablet 5,000 25.00 125,000.00 7 34700000 Linezolid, 2mg/ml, (600mg/300ml) Solution Iv Bag/ Bottle 400 1,800.00 720,000.00 8 84300000 Brinzolamide 1%, 5ml, Eye Drops Bottle 30 1,039.23 31,176.90 9 50200000 Sacubitril/valsartan, 100mg Tablet 10,000 50.00 500,000.00 10 50300000 Sacubitril/valsartan, 50mg Tablet 8,000 50.00 400,000.00 11 687397 Octreotide Acetate, 100mcg/ml, 1ml, Injection Ampule 1,000 477.55 477,550.00 Sub - Total 23,132,646.90 Lot 3 1 26100000 Gabapentin, 300mg Capsule 4,000 7.89 31,560.00 2 15900000 Clozapine, 100mg Tablet 4,800 6.38 30,624.00 3 43600000 Oxytocin Synthetic, 10 I.u./ml, 1ml, Injection Ampule 10,000 241.90 2,419,000.00 4 12800000 Celecoxib, 200mg Capsule 20,000 8.32 166,400.00 5 6600000 Atorvastatin (calcium), 80mg Tablet 30,000 29.50 885,000.00 6 4000000 Amlodipine (as Besilate/camsylate), 10mg Tablet 80,000 6.00 480,000.00 7 3500000 Amino Acid 8%, Branched Chained, 500ml, Intravenous Bottle 500 1,056.00 528,000.00 8 3600000 Amino Acids + Glucose + Electrolytes + Vitamin B1, 500ml Bottle 1,000 900.00 900,000.00 9 6500000 Atorvastatin (calcium), 40mg Tablet 25,000 24.50 612,500.00 10 4100000 Amlodipine (as Besilate/camsylate), 5mg Tablet 20,000 4.50 90,000.00 11 2600000 Alprazolam 500 Mcg Tablet 1,000 12.00 12,000.00 Sub - Total 6,155,084.00 Lot 4 1 25400000 Fondaparinux (as Sodium Salt), 2.5mg/0.5ml Solution Pfs 500 1,270.00 635,000.00 2 57400000 Azathioprine 50mg Tablet 3,000 34.30 102,900.00 Sub - Total 737,900.00 Lot 5 1 48500000 Rabies Immunoglobulin (human), 150 I.u./ml, 2ml, Injection Vial 600 3,876.00 2,325,600.00 2 53800000 Tetanus Immunoglobulin (human), 250 Unit/ml, 1ml Pfs 2,000 1,028.88 2,057,760.00 3 48600000 Rabies Vaccine, Vero Cell (purified), Lyophilized Powder, 2.5 I.u./0.5ml Vial + Diluent (id/im) Vial 1,000 1,280.00 1,280,000.00 Sub - Total 5,663,360.00 Lot 6 1 83000000 Rivaroxaban 20mg Tablet 2,400 126.20 302,880.00 2 82900000 Rivaroxaban 15mg Tablet 1,000 126.20 126,200.00 3 41200000 Nimodipine, 30mg Tablet 5,000 27.52 137,600.00 4 41100000 Nifedipine, 30mg, Mr Tablet 1,000 41.25 41,250.00 Sub - Total 607,930.00 Lot 7 1 12000000 Cefoxitin (as Sodium), 1gram, Injection Vial 3,000 500.00 1,500,000.00 2 35700000 Losartan + Hydrochlorothiazide, 50mg + 12.5mg, Hctz Tablet 1,000 18.00 18,000.00 3 900000 Acetylcysteine, 100mg/ml, 3ml, Inhalation Ampule 3,000 115.00 345,000.00 4 54600000 Trimetazidine (as Hydrochloride), 35mg Tablet 15,000 14.55 218,250.00 5 74500000 Gadoteric Acid Inj.: 0.5 Mmol/ml Solution For Injection, 10 Ml Vial 200 1,998.00 399,600.00 6 3800000 Amiodarone (as Hydrochloride), 200mg Tablet 2,000 13.50 27,000.00 7 50400000 Salbutamol (as Sulfate), 1mg/ml, 2.5ml Nebule 35,000 15.00 525,000.00 8 66400000 Hydrocortisone, 1% 5gram, Cream Tube 100 45.80 4,580.00 9 21000000 Doxycycline, 100mg Capsule 2,000 3.45 6,900.00 10 30900000 Isosorbide 5 Mononitrate, 60mg Mr Capsule / Tablet 3,000 6.43 19,290.00 11 129382 Cefepime (as Hydrochloride), 1gram (vial) Vial 6,000 340.00 2,040,000.00 12 42100000 Olanzapine, 10mg Tablet 6,000 4.50 27,000.00 13 23100000 Fenofibrate, 160mg Tablet 2,400 24.25 58,200.00 14 319205 Ceftriaxone + Sulbactam, 1.5 Grams Vial 1,500 910.00 1,365,000.00 Sub - Total 6,553,820.00 Lot 8 1 24900000 Fluticasone 250mcg + Salmeterol 25mcg X 120 Actuations, Metered Dose Inhaler Bottle 300 476.00 142,800.00 2 70800000 Acetylcysteine 100mg/ml 3ml Injection Ampule 600 115.00 69,000.00 3 4800000 Ampicillin + Sulbactam, 750mg Or 500mg+250mg, Intravenous Vial 5,000 250.00 1,250,000.00 4 38400000 Metronidazole, 500mg/100ml Or 5mg/ml, 100ml (i.v. Infusion) Vial 8,000 50.00 400,000.00 5 4700000 Ampicillin + Sulbactam, 1.5gram, Intravenous Vial 6,000 425.00 2,550,000.00 6 9100000 Budesonide, 250mcg/ml 2ml, Inhalation Nebule 10,000 60.00 600,000.00 7 38300000 Metronidazole, 500mg Tablet 8,000 5.00 40,000.00 8 1000000 Acetylcysteine, 200mg Sachet 1,000 14.00 14,000.00 9 10700000 Carvedilol, 6.25mg Tablet 15,000 3.63 54,450.00 10 14600000 Clarithromycin, 500mg Tablet 1,200 30.00 36,000.00 11 42600000 Ondansetron, 8mg Tablet 2,000 65.00 130,000.00 12 75700000 Docetaxel 40mg/ml, 2ml Vial 200 1,200.00 240,000.00 13 24400000 Fluconazole, 50mg Capsule 400 81.00 32,400.00 14 26600000 Gliclazide, 80mg Tablet 5,000 4.35 21,750.00 15 16100000 Co-amoxiclav, 400mg + 57mg/5ml 70ml, Suspension Bottle 400 246.00 98,400.00 Sub - Total 5,678,800.00 Lot 9 1 36700000 Meropenem (as Trihydrate), 1gram, Powder Vial 5,500 800.00 4,400,000.00 2 36600000 Meropenem (as Trihydrate), 500mg, Powder Vial 3,000 500.00 1,500,000.00 3 12100000 Ceftazidime (as Pentahydrate), 1gram, Vial, Injection Vial 12,000 210.00 2,520,000.00 4 12200000 Ceftriaxone, 1g Vial + 10ml Diluent (iv) Vial 12,000 350.00 4,200,000.00 5 25500000 Fosfomycin, 3gram Granules For Solution Sachet 10 430.00 4,300.00 Sub - Total 12,624,300.00 Lot 10 1 19900000 Divalproex Sodium, 500mg, Er Tablet 3,000 11.38 34,140.00 2 48400000 Quetiapine Fumarate, 25mg Tablet 1,500 11.16 16,740.00 3 19800000 Divalproex Sodium, 250mg Tablet 2,000 9.00 18,000.00 4 48300000 Quetiapine Fumarate, 100mg Tablet 1,000 23.66 23,660.00 5 208310 Dorzolamide (as Hydrochloride) 2%, 5ml, Eye Drops Bottle/vial 50 782.25 39,112.50 6 33200000 Levetiracetam, 100mg/ml Oral Solution, 300ml Bottle 300 975.00 292,500.00 7 81000000 Levofloxacin Eye Drops 5mg/ml (0.5%) Ophthalmic Solution Bottle 50 390.00 19,500.00 8 50800000 Sertraline, 50mg Tablet 2,400 6.80 16,320.00 9 15200000 Clonazepam, 2mg Tablet 2,500 9.25 23,125.00 10 82700000 Zoledronic Acid 4mg/5ml Concentrated Solution For Iv Infusion Vial 100 2,195.00 219,500.00 11 700000 Acetazolamide, 250mg Tablet 1,000 14.93 14,930.00 Sub - Total 717,527.50 Lot 11 1 12700000 Cefuroxime, 750mg, Injection Vial 6,000 88.00 528,000.00 2 37900000 Metoclopramide, 5mg/ml, 2ml, Intravenous Or 10mg/2ml Ampule 3,000 14.73 44,190.00 3 25600000 Furosemide, 10mg/ml 2ml Or 20mg/2ml Ampule 12,500 15.00 187,500.00 4 10600000 Carvedilol, 25mg Tablet 1,500 7.25 10,875.00 Sub - Total 770,565.00 Lot 12 1 42400000 Omeprazole, 40mg Vial + 10ml Solvent Ampule/vial 18,000 240.00 4,320,000.00 2 40100000 Mupirocin 2%, 5gram, Ointment Tube 3,000 179.50 538,500.00 3 733783 Acetylcysteine, 200mg/ml, 25ml (i.v. Infusion) Bottle 10 1,813.00 18,130.00 4 11100000 Cefazolin, 1gram, Injection Vial 6,500 230.00 1,495,000.00 Sub - Total 6,371,630.00 Lot 13 1 46500000 Polymyxin B Sulfate, 500,000 International Units/5ml, Injection Vial 3,000 3,988.00 11,964,000.00 2 23700000 Ferrous Sulfate, (equivalent To 30mg Elemental Iron/5ml), 60ml, Syrup Bottle 144 22.00 3,168.00 3 39800000 Multivitamins, 1mg/15ml, 15ml, Drops Bottle 288 31.50 9,072.00 4 39900000 Multivitamins, 5mg/5ml, 60ml, Syrup Bottle 432 33.00 14,256.00 5 38200000 Metronidazole, 125mg/5ml 60ml, Suspension Bottle 144 29.75 4,284.00 6 38100000 Metoprolol (as Tartrate), 50mg Tablet 3,000 2.90 8,700.00 7 123527 Zinc 55mg/5ml Equiv. To 20mg Elemental Zinc/5ml, Syrup Bottle 500 40.00 20,000.00 Sub - Total 12,023,480.00 Lot 14 1 74900000 0.9% Sodium Chloride, 500ml (glass) Bottle 600 100.00 60,000.00 2 51700000 Sodium Chloride, 2.5 Meq/ml, 20ml Vial 300 52.00 15,600.00 3 500000 0.9% Sodium Chloride, 50ml, Bottle, Injection Bag/bottle 2,500 44.00 110,000.00 4 35900000 Mannitol 20%, 500ml, Intravenous Bottle 800 88.00 70,400.00 5 685531 Intraocular Irrigating Solution (balanced Salt Solution) 500ml Bottle 100 390.00 39,000.00 6 46600000 Potassium Chloride, 2meq/ml, 20ml, Injection (iv Infusion) Ampule / Vial 2,000 30.00 60,000.00 7 17800000 Dextrose 5% In 0.9% Normal Saline Solution 1 L Bottle 2,000 50.00 100,000.00 8 17600000 Dextrose 5% 0.3% In Sodium Chloride, 500ml, Intravenous Bottle 500 50.00 25,000.00 9 17900000 Dextrose 5% In Lactated Ringer's Solution, 1 L Bag/bottle 1,200 60.00 72,000.00 10 31900000 Lactated Ringer's Solution, 1 Liter Bag/bottle 10,000 60.00 600,000.00 11 400000 0.9% Sodium Chloride, 1l Bottle 36,000 30.00 1,080,000.00 12 18400000 Dextrose 50% Water, 50ml Bag/bottle 1,500 50.00 75,000.00 13 35800000 Magnesium Sulfate, 250mg/ml, 20ml Ampule/vial 1,200 50.00 60,000.00 Note: Winning Supplier Shall Provide Iv Trainings. Sub - Total 2,367,000.00 Lot 15 1 311646 0.9% Sodium Chloride For Irrigation 1 L Bottle 6,500 85.00 552,500.00 2 300000 0.9% Sodium Chloride, 100ml, Bottle, Injection (isotonic) Bag/bottle 600 79.77 47,862.00 3 136732 Dextrose 5% In 0.45% Sodium Chloride, 500ml, Intravenous Bottle 200 185.00 37,000.00 4 600000 Acetated Ringers Solution, 1 L Intravenous Bag/bottle 50 210.00 10,500.00 Note: Winning Supplier Shall Provide Iv Trainings. Sub - Total 647,862.00 Lot 16 1 16800000 Cyclophosphamide, 1gram, Injection Vial 350 350.00 122,500.00 2 37000000 Methotrexate, 2.5mg Tablet 500 16.02 8,010.00 3 183766 Potassium (as Citrate) 1620mg (15meq) Extended Release (er) Tablet Tablet 1,200 32.04 38,448.00 Sub - Total 168,958.00 Lot 17 1 55400000 Vitamin B1 B6 B12, 100mg + 100mg + 1mg, 3ml Ampule 1,200 30.00 36,000.00 2 938821 Lagundi, 300mg/5ml 60ml, Syrup Bottle 288 75.00 21,600.00 3 1700000 Aciclovir, 800mg Tablet 1,000 40.00 40,000.00 4 8700000 Bisacodyl, 10mg Suppository 1,500 65.00 97,500.00 5 19500000 Diphenhydramine (as Hydrochloride), 50mg Capsule 2,000 2.50 5,000.00 6 29300000 Ibuprofen, 200mg Tablet 500 3.50 1,750.00 7 35300000 Loratadine, 10mg Tablet 1,000 5.00 5,000.00 8 47000000 Prednisone, 10mg Tablet 1,000 4.00 4,000.00 9 10200000 Captopril, 25mg Tablet 1,500 2.00 3,000.00 10 8100000 Betahistine (as Hydrochloride/dihydrochloride), 16mg, Tablet 2,000 10.00 20,000.00 11 38000000 Metoprolol (as Tartrate), 100mg Tablet 5,000 3.00 15,000.00 Sub - Total 248,850.00 Lot 18 1 26500000 Gliclazide, 30mg Tablet 2,800 4.00 11,200.00 2 81300000 Insulin Glargine 100 Iu/ml, 3 Ml Pre-filled Pen Piece 400 710.00 284,000.00 Sub - Total 295,200.00 Lot 19 1 24800000 Fluphenazine Decanoate, 25mg/ml 1ml Ampule 50 75.45 3,772.50 2 31600000 Ketamine (hcl), 50mg/ml, 10ml Vial 50 2,297.00 114,850.00 3 646017 Aztreonam 1g, Powder, Injection Vial 1,500 989.00 1,483,500.00 4 32900000 Letrozole 2.5mg Tablet 5,000 28.89 144,450.00 5 39500000 Morphine, 10mg/ml, 1ml, Injection Ampule 600 65.00 39,000.00 6 45100000 Pethidine (meperidine), 50mg/ml, 2ml Ampule 100 252.00 25,200.00 7 83900000 Remifentanil 1mg Powder For Injection Vial 50 1,647.00 82,350.00 8 23400000 Ferrous Salt + Folic Acid 60mg Elemental Iron + 400mcg Folic Acid Cap/tablet 40,000 0.84 33,600.00 9 29200000 Ibuprofen, 100mg/5ml, 60ml Syrup/suspension Bottle 288 49.95 14,385.60 10 476432 Hepatitis B Vaccine (recombinant Dna, Adult 20mcg/ml, 1ml Vial 400 310.00 124,000.00 Sub - Total 2,065,108.10 Lot 20 1 24600000 Fluorouracil, 50mg/ml 10ml Or 500mg/10ml Ampule /vial 400 64.29 25,716.00 2 43000000 Oxaliplatin, 5mg/ml, 10ml Vial 300 1,340.00 402,000.00 3 74100000 Etoposide 100mg (20mg/ml, 5ml) Vial 200 265.18 53,036.00 4 491752 Paclitaxel 6mg/ml, 43.4ml (w/ Infusion Set) Vial 200 3,505.36 701,072.00 5 23800000 Filgrastim, 300mcg/0.5ml Pfs 600 912.50 547,500.00 6 69900000 Trastuzumab 600mg/5ml (120 Mg/ml) Solution For Injection (sc), 5ml Vial Vial 100 23,214.29 2,321,429.00 7 490303 Bevacizumab 25mg/ml,(400mg/16ml) Vial 20 23,332.40 466,648.00 Sub - Total 4,517,401.00 Lot 21 1 12900000 Cetirizine (as Hydrochloride), 1mg/ml 60ml, Syrup Bottle 432 32.00 13,824.00 2 4300000 Amoxicillin (as Trihydrate), 250mg/5ml, 60ml Suspension Bottle 864 41.00 35,424.00 3 5600000 Ascorbic Acid, 100mg/ml 15ml, Drops Bottle 432 28.00 12,096.00 4 44000000 Paracetamol, 100mg/ml, 15ml, Drops (alcohol-free) Bottle 288 25.00 7,200.00 5 50500000 Salbutamol (as Sulfate), 2mg/5ml, 60ml , Syrup Bottle 600 25.00 15,000.00 6 71000000 Cefotaxime, 1gm Vial + 2ml Diluent (im, Iv) Vial 2,500 60.00 150,000.00 7 57700000 Calcium Carbonate + Cholecalciferol (vitamin D3),500mg+400iu Tablet 25,000 4.00 100,000.00 8 10900000 Cefalexin, 250mg/5ml, Suspension, 60ml Bottle 288 48.00 13,824.00 9 4400000 Amoxicillin, 500mg Capsule 10,000 3.48 34,800.00 10 25200000 Folic Acid, 5mg Capsule/ Tablet 1,000 2.23 2,230.00 11 47200000 Prednisone, 20mg Tablet 4,000 4.50 18,000.00 12 15700000 Cloxacillin (as Sodium Salt), 500mg Capsule 1,800 6.25 11,250.00 13 13000000 Cetirizine, 10mg Tablet 10,000 0.88 8,800.00 14 44600000 Paracetamol, 250mg/5ml, 60ml Bottle 600 27.00 16,200.00 15 24000000 Finasteride, 5mg Tablet 1,000 8.75 8,750.00 16 48800000 Ranitidine, 25mg/ml, 2ml, Intravenous Ampule/vial 3,000 22.00 66,000.00 17 20500000 Domperidone, 1mg/ml 60ml Bottle 50 90.00 4,500.00 Sub - Total 517,898.00 Lot 22 1 785225 Leuprorelin Acetate Lyophilized Powder For Injection (im/sc) Gelatin Free Gnrh Antagonist 3.75mg/2ml With Syringe Vial 200 2,778.00 555,600.00 2 10500000 Carboprost, 125mcg/0.5ml Solution For Injection Ampule/vial 2,000 180.00 360,000.00 3 80700000 Dinoprostone Endocervical Gel 0.5mg Pfs 100 1,045.00 104,500.00 4 82500000 Immunoglobulin Normal, Human (ig Iv) 50mg/ml, 100ml Vial 100 17,998.00 1,799,800.00 Sub - Total 2,819,900.00 Lot 23 1 1900000 Albumin, Human 20% 50ml, Intravenous Bottle 1,500 2,752.00 4,128,000.00 Sub - Total 4,128,000.00 Lot 24 1 30200000 Ipratropium Bromide+ Salbutamol, 500mcg + 2.5mg X 2.5ml Nebule 30,000 29.00 870,000.00 2 16200000 Co-amoxiclav, 625mg Or 500mg + 125mg Tablet 36,000 22.00 792,000.00 3 441438 Rosuvastatin, 20mg Tablet 6,000 28.00 168,000.00 4 489886 Tamsulosin, 200mcg Cap/tablet 4,200 25.00 105,000.00 5 17100000 Dexamethasone, 4mg Tablet 3,000 25.00 75,000.00 6 42300000 Omeprazole, 40mg Capsule 20,000 48.00 960,000.00 7 2300000 Allopurinol, 100mg Tablet 8,000 7.00 56,000.00 8 30800000 Isosorbide 5 Mononitrate, 30mg Mr Cap/tablet 10,000 7.50 75,000.00 9 6100000 Aspirin, 80mg Tablet 30,000 4.00 120,000.00 10 36800000 Metformin Hcl, 500mg Tablet 20,000 12.00 240,000.00 11 54400000 Tranexamic Acid, 100mg/ml 5ml Ampule 8,000 130.00 1,040,000.00 12 35600000 Losartan (as Potassium Salt), 50mg Tablet 25,000 15.90 397,500.00 13 22700000 Escitalopram (as Oxalate), 10mg Tablet 5,000 8.37 41,850.00 14 33600000 Levodopa + Carbidopa, 100mg + 25mg Tablet 5,000 14.00 70,000.00 Sub - Total 5,010,350.00 Lot 25 1 55000000 Vancomycin (as Hydrochloride), 1gram Vial 2,000 295.00 590,000.00 2 55100000 Vancomycin (as Hydrochloride), 500mg, Injection Vial 2,000 224.00 448,000.00 3 40900000 Nicardipine Hcl, 1mg/ml 10ml, Or 10mg/10ml, Intravenous Ampule 5,000 124.00 620,000.00 4 387868 Vasopressin 20 Iu/ml Ampule/vial 20 2,004.80 40,096.00 5 28300000 Hydrocortisone, 50mg/ml 2ml Or 100mg/2ml (as Sodium Succinate) Vial Vial 2,400 64.00 153,600.00 6 257415 Iron Sucrose, 20mg/ml 5ml, Injection Ampule 2,000 198.00 396,000.00 7 31100000 Isosorbide Dinitrate, 1mg/ml 10ml, Injection Ampule 2,000 485.72 971,440.00 8 3100000 Amikacin Sulfate, 250mg/ml, 2ml (500mg/2ml) Ampule/vial 2,400 96.00 230,400.00 9 44400000 Paracetamol, 150mg/ml, 2ml Ampule 50,000 13.74 687,000.00 10 31800000 Ketorolac (as Tromethamol), 30mg/ml/1ml Ampule 7,000 27.00 189,000.00 Sub - Total 4,325,536.00 Lot 26 1 53400000 Telmisartan, 40mg Tablet 10000 4.80 48,000.00 2 53500000 Telmisartan, 80mg Tablet 18000 9.00 162,000.00 3 12600000 Cefuroxime, 500mg, (as Axetil) Tablet, Oral Tablet 5000 25.00 125,000.00 4 7200000 Azithromycin, 500mg Tablet 5000 40.00 200,000.00 5 8600000 Biphasic Isophane Human Insulin 70/30 (recombinant Dna) Vial 800 260.00 208,000.00 6 184934 Dapagliflozin 10 Mg Tablet 10,000 19.00 190,000.00 7 495514 Edaravone 30mg/20ml Ampule 12,000 1,520.00 18,240,000.00 Sub - Total 19,173,000.00 Lot 27 1 12400000 Cefuroxime, 125mg/5ml, 70ml, Suspension Bottle 288 175.00 50,400.00 2 12500000 Cefuroxime, 250mg/5ml, Suspension, 120ml Bottle 288 198.00 57,024.00 3 14900000 Clindamycin, 75mg/5ml 60ml Bottle 288 389.28 112,112.64 4 15000000 Clobetasol (as Propionate) 0.05%, 5g, Ointment/cream Tube 100 115.00 11,500.00 5 46700000 Potassium Chloride, 750mg Tablet 14,000 30.60 428,400.00 6 48100000 Pyridostigmine (as Bromide), 60mg Tablet 1000 39.86 39,860.00 7 54000000 Tobramycin + Dexamethasone, Eye Drops, Suspension, 0.3% + 0.1%, 5ml Bottle 50 500.00 25,000.00 Sub - Total 724,296.64 Lot 28 1 13600000 Chlorhexidine Gluconate, 0.12%, 120ml Bottle 2,500 158.80 397,000.00 2 25100000 Folic Acid, 2.5mg/ml Pediatric Drops Bottle 600 175.00 105,000.00 3 9000000 Bisoprolol (as Fumarate), 5mg Tablet 2500 22.95 57,375.00 4 405245 Sulodexide 300 Lsu/ml (600 Lsu/2ml) Ampule 300 429.75 128,925.00 5 300278 Calcium Polystyrene Sulfonate Powder For Suspension Piece 1,000 124.75 124,750.00 Sub - Total 813,050.00 Lot 29 1 39300000 Morphine Sulfate, 10mg, Mr Capsule/ Tablet 500 11.29 5,645.00 2 39400000 Morphine Sulfate, 30mg, Mr Tablet 500 29.32 14,660.00 3 55300000 Verapamil, Hcl, 2.5mg/ml, 2ml Ampule 20 127.94 2,558.80 Sub - Total 22,863.80 Lot 30 1 25700000 Furosemide, 20mg Tablet 1,500 3.00 4,500.00 2 25800000 Furosemide, 40mg Tablet 3,000 5.00 15,000.00 3 46200000 Phytomenadione, 10mg/ml, 1ml, Intravenous Ampule 6,000 43.50 261,000.00 4 53900000 Tetanus Toxoid, 0.5ml Ampule 1400 79.95 111,930.00 5 51600000 Sodium Bicarbonate, 650mg Tablet 10000 3.95 39,500.00 6 34100000 Levothyroxine (as Sodium), 100mcg Tablet 4200 7.37 30,954.00 7 34200000 Levothyroxine (as Sodium), 50mcg Tablet 2800 5.00 14,000.00 8 52200000 Spironolactone, 25mg Tablet 10000 15.00 150,000.00 9 57800000 Colchicine 500mcg Tablet 6,000 3.00 18,000.00 Sub - Total 644,884.00 Lot 31 1 75400000 Vincristine (as Sulfate), 1 Mg/ml, 2 Ml Vial 100 750.00 75,000.00 2 77800000 Cytarabine 100mg/ml, 5ml Vial 200 400.00 80,000.00 Sub - Total 155,000.00 Lot 32 1 37100000 Methotrexate, 25mg/ml, 2ml, Injection Ampule/vial 200 270.00 54,000.00 2 758252 Paclitaxel 6mg/ml, 16.7 Ml (w/ Infusion Set) Vial 100 980.00 98,000.00 Sub - Total 152,000.00 Lot 33 1 401142 Dacarbazine,200mg Vial 200 714.30 142,860.00 2 77900000 Vinblastine 1mg/ml, 10ml Vial 150 1,375.00 206,250.00 Sub - Total 349,110.00 Lot 34 1 2700000 Aluminum Hydroxide + Magnesium Hydroxide, 200mg+100mg Tablet 2800 3.00 8,400.00 2 9900000 Calcium Carbonate, 500mg Tablet 25000 2.50 62,500.00 3 19600000 Diphenhydramine (as Hydrochloride), 50mg/ml/1ml, Injection Ampule 1200 35.00 42,000.00 4 22000000 Epinephrine (adrenaline), 1mg/ml 1ml, Injection Ampule 3200 35.00 112,000.00 5 29000000 Hyoscine N-butyl Bromide, 20mg/ml 1ml, Injection Ampule 4000 35.00 140,000.00 6 14200000 Ciprofloxacin, 500mg Tablet 2500 8.00 20,000.00 Sub - Total 384,900.00 Lot 35 1 33000000 Calcium Folinate (leucovorin Calcium) 10mg/ml, 5ml (im, Iv) Ampule/vial 400 125.00 50,000.00 2 10400000 Carboplatin 10mg/ml, 45ml (450mg) Vial 50 1,590.00 79,500.00 Sub - Total 129,500.00 Lot Total 143,604,270.94 Line Item No. Stock Property No. Item Description Unit Qty Unit Cost Total Cost 1 79500000 Evening Primrose Oil Softgel 1000mg Softgel 10,000 31.00 310,000.00 2 839381 Lemborexant 5 Mg Tablet 2,000 80.95 161,900.00 3 312748 Cerebrolysin 215.2 Mg/ml, 10ml Ampule 12,000 760.00 9,120,000.00 4 9200000 Budesonide/formoterol 160mg/4.5mcg 120 Doses With Accompanying Dispenser Piece 240 766.05 183,852.00 5 28500000 Hydroxychloroquine (as Sulfate), 200mg Tablet 3,000 31.00 93,000.00 6 54200000 Tramadol (as Hydrochloride), 50mg Capsule 10,000 5.00 50,000.00 7 2800000 Aluminum Hydroxide + Magnesium Hydroxide, 225mg + 200mg/5ml, 60ml, Suspension Bottle 288 40.00 11,520.00 8 7100000 Azithromycin, 200mg/5ml, 15ml, Oral Suspension Bottle 72 175.00 12,600.00 9 7600000 Baclofen, 10mg Tablet 500 14.00 7,000.00 10 9700000 Butamirate Citrate, 50mg, Mr Tablet 2,400 12.00 28,800.00 11 11400000 Cefixime, 100mg/5ml, Suspension, 60ml Bottle 100 220.00 22,000.00 12 13100000 Cetirizine, 10mg/ml Drops, 10ml Bottle 144 65.00 9,360.00 13 15800000 Cloxacillin, 250mg/5ml 60ml, Powder For Oral Solution Bottle 144 41.00 5,904.00 14 17400000 Dextrose 10% Water, 500ml Bag/bottle 100 24.00 2,400.00 15 21200000 Enalapril (as Maleate), 5mg Tablet 2,000 8.00 16,000.00 16 23600000 Ferrous Sulfate, (equivalent To 15mg Elemental Iron/0.6ml) 15ml, Drops Bottle 72 20.00 1,440.00 17 221801 Human Papillomavirus 9-valent (types 6,11,16,18,31,33,35,52,58) Recombinant Vaccine Vial 180 5,411.00 973,980.00 18 28700000 Hydroxyurea, 500mg Capsule 1,000 30.00 30,000.00 19 31200000 Isosorbide Dinitrate, 5mg Sublingual Tablet 1,200 16.90 20,280.00 20 50900000 Sevelamer Carbonate, 800mg Tablet 10,000 34.63 346,300.00 21 55500000 Vitamin B1 B6 B12, 100mg + 5mg + 50mcg Capsule/ Tablet 45,000 3.50 157,500.00 22 277138 Hypertonic Lactate 250ml Solution For Injection Bag 300 883.60 265,080.00 23 962148 Abiraterone, 250 Mg Bottle/120's 5 20,400.00 102,000.00 24 28000000 Hydrochlorothiazide, 25mg Tablet 1000 4.95 4,950.00 25 40400000 Naproxen Sodium, 550mg Tablet 500 9.50 4,750.00 26 77600000 Pantoprazole 40mg Tablet 8,500 12.00 102,000.00 27 77700000 Potassium Chloride, 600mg Tablet 5,000 13.00 65,000.00 28 21900000 Ephedrine (as Sulfate), 50mg/ml/1ml, Injection Ampule 200 122.84 24,568.00 Line Total 12,132,184.00 Grand Total >>>>>>>>>> 155,736,454.94 Requirements: Upon Quotation 1. Return/after Sales Policy Of The Company For Expiring Drugs & Medicines 2. Certificate Of Product Registration (cpr) From Fda/proof Of Renewal 3. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Product/ Items 4. License To Operate From Fda With List Of Sources (whether It Is Manufacturer, Importer, Seller Or Distributor) 5. Supplier' Evaluation Rating From Gcgmmc (any Grade Below 2.33 Is Ineligible To Participate In The Subsequent Procurement Process Within A Twelve-month Period.) Have At Least 2-3 Days In The Processing Of Csp (covid Meds/ Anti-venom Only) During Delivery: 1. Winning Supplier Must Deliver Items With At Least 24 Months Of Expiry 2. Must Provide A Guarantee Letter Indicating Commitment To Issue A Credit Memo For Expired Or Near Expiry Items. 3. Batch Release Certificate Or Batch Notification From Fda (if Applicable) 4. Delivery Receipt/invoice Bearing Lot Nos And Expiry Dates Of The Drugs & Medicines 5. The Awarded Supplier For Each Lot Shall Be Required To Conduct A Product Presentation Whenever Requested By The End-user. Delivery Term: 10 Calendar Days Upon Receipt Of Purchase Order ************************************ Nothing Follows ************************************
Closing Date28 May 2025
Tender AmountPHP 155.7 Million (USD 2.7 Million)

Municipality Of Tuba, Benguet Tender

Others
Philippines
Details: Description Republic Of The Philippines Province Of Benguet Municipality Of Tuba Office Of The Municipal Mayor Bids And Awards Committee (bac) Invitation To Bid For Supply & Delivery Of Other Supplies And Materials Project Id No. 2025-01-010 1. The Municipality Of Tuba, Through The Budget For The Contract Approved By The Sangguniang Bayan Under Annual Budget Cy 2025 Intends To Apply The Sum Of Nine Hundred Fifty-three Thousand Sixty-six Pesos (php953,066.00) For Supply & Delivery Of Other Supplies & Materials Project Identification Number 2025-01-010 (goods) Being The Abc To Payments Under The Contract For One Lot. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Specifications: Item No. Unit Description/specification Qty Unit Cost Total Cost Item No. Unit Office/description Qty Unit Cost Total Cost Pr No. 2024-1-1236 (mo) 1 Set Easy Squeeze Mop, Heavy Duty 8 750.00 6,000.00 2 Set Tornado Mop 360 With 3 Extra Mop Head, Heavy Duty 10 550.00 5,500.00 3 Pack Detergent Powder, Active Clean,1.1kg Per Pouch, Cherry Blossom 30 160.00 4,800.00 4 Pc Dishwashing Paste Kalamansi, Anti-bacterial, At Least 400g 30 75.00 2,250.00 5 Pc Dishwashing Liquid Kalamansi, 375ml 20 120.00 2,400.00 6 Pc Bathroom Deodorizer, 100g 200 80.00 16,000.00 7 Pc Anti-bacterial, Hand Soap, Pure White, 60g/sachet 30 30.00 900.00 8 Pc Anti-bacterial Liquid Hand Soap, Pure White, 420ml, Refill 40 175.00 7,000.00 9 Pack Trash Bag, Gusseted, Thick, Large, 10 Pcs Per Pack 80 80.00 6,400.00 10 Pack Trash Bag, Gusseted, Thick, Medium, 10pcs Per Pack 40 75.00 3,000.00 11 Pcs Empty Sacks, 50kls 20 30.00 600.00 12 Pc Braided Doormat, Rectangle 80 55.00 4,400.00 13 Bot Bleach Color Safe, 3600ml 40 180.00 7,200.00 14 Can Floorwax, Water Proof, 4l/ Can 10 500.00 5,000.00 15 Bot Ethyl Alcohol Spray With Moisturizer, Antiseptic 500ml 20 120.00 2,400.00 16 Pack Green Tea Scented Bathroom Tissue Rolls, 10 Pcs/pack, 180g 175 380.00 66,500.00 17 Pc Fabcon, Antibac Refill, 740ml 20 180.00 3,600.00 18 Bot Multi Purpose Stain Removal, Thick Bleach Cleaner, 750ml 35 180.00 6,300.00 19 Pc Sponge Scrub With Foam (green & Yellow), Lasts 2x Longer, Durable Twin Pack 10 130.00 1,300.00 20 Pack Rags, 6", Assorted Colors, 10pcs/pack 10 80.00 800.00 21 Pc Doorway Footmat / Entrance Outdoor Mats, 6ft X 3ft 2 2,700.00 5,400.00 22 Pack Black Rippled Cup, 8oz, 25 Pcs Per Pack 40 340.00 13,600.00 23 Pack Barako W/ Hazelnut, 1 Kg Per Pack In Ziplock 35 650.00 22,750.00 24 Can Evaporated Filled Milk In Can, 360ml, Expiry Date: At Least December 2025 30 80.00 2,400.00 25 Pc Brown Sugar, 1kg Per Pack 25 110.00 2,750.00 26 Bot Cooking Oil, 1l, Canola In Bottle 5 260.00 1,300.00 27 Pack Milk Powder For Adult, 1kg 5 350.00 1,750.00 28 Pack Disposable Silver Paper Plates, 9" Square, 100 Pcs/pack 2 350.00 700.00 29 Pack Disposable Silver Paper Plates, 5" X 5" Round/square, 100 Pcs/pack 2 250.00 500.00 30 Pc Multipurpose Rectangular Food Serving Tray, Dark Brown In Color, Durable, Size: At Least 41cm X 30cm 10 244.00 2,440.00 30 Pack Wooden Stirrer, Individually Wrapped, 100 Pcs Per Pack 3 120.00 360.00 31 Pack Sfork, Plastic, 25 Pcs Per Pack 10 70.00 700.00 Sub Total 207,000.00 Pr No. 2024-11-1237 (mo-it) 1 Can Insecticide Spray, Multi-insect Killer, 600 Ml 2 500.00 1,000.00 2 Pack Toilet Paper With Tea Extract, 10s/pack, 180g/roll/3ply, White 20 380.00 7,600.00 3 Set Rotary Mop Bucket Set 360˚ Stainless Steel Fiber Mop Floor 1 400.00 400.00 Sub Total 9,000.00 Pr No. 2024-11-1240 (mo-cas) 1 Pcs Alcohol Spray, Ethyl,w/ Moisturizer, 70%, 500ml 24 110.00 2,640.00 2 Pack Tissue Paper, W/ Tea Extract, 10s/pack, 180g/roll, 3 Ply 12 360.00 4,320.00 3 Pcs Lei With Lgu Tuba Logo 15 450.00 6,750.00 4 Pack Milk And Cereal Drink, Vanilla Flavor, 30 Grams/sachet, 10 Sachet/pack 6 150.00 900.00 5 Box Mangosteen Coffee Mix Low Acid Coffee, With Mangosteen Exocarp, With High Source Of Vitamin C And Calcium, Sugar Free, 10 Sachets (10 Grams/sachet) Box 6 250.00 1,500.00 6 Pcs Rechargeable Mosquito Swatter 2 450.00 900.00 Sub Total 17,010.00 Pr No. 2024-11-1250 (mo-peso) 1 Packs Tissue Paper, With Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 6 380.00 2,280.00 2 Pieces 30 X 50 Inches, Clear, Multipurpose Plastic Bag, Thick, 4xl 50 26.00 1,300.00 3 Pieces 20 X 30 Inches, Clear, Multipurpose Plastic Bag, Thick, Xl 59 15.00 885.00 4 Bottle Alcohol, Ethyl, 70% Solution, Antiseptic With Moisturizer 500 Ml, Spray 5 120.00 600.00 Sub Total 5,065.00 Pr No. 2024-11-1251 (meo) 1 Pc Alcohol, Isopropyl W/ Moisturizer, 70%, 500ml 15 120.00 1,800.00 2 Pack Garbage Bag, Large, Black, Plastic, Gusseted Type, 10 Pcs/pack 10 60.00 600.00 3 Pcs Multi Insect Killer, Spray, Anti-dengue, 500ml 3 450.00 1,350.00 4 Pc Plastic Vacuum Flask Thermos, 2.2 L 1 650.00 650.00 5 Pcs Powdered Milk Drink, Fortified,680 Grams 2 300.00 600.00 6 Pack Toilet Tissue W/ Tea Extract, White, 3 Ply, 10 Rolls/pack, 180 G Per Roll 40 360.00 14,400.00 Sub Total 19,400.00 Pr No. 202-11-1256 (masso) 1 Pack Bathroom Tissue W/ Tea Extract, White, 3 Ply, 10s/pack, 180g/roll 26 360.00 9,360.00 2 Sachet Milk Drink, 33 Grams, Powder 55 18.00 990.00 3 Pairs Latex Coated Cotton Hand Gloves, Durable, Washable, Medium Size 100 85.00 8,500.00 4 Bottle Dishwashing Soap, Liquid, Calamansi Or Lemon, 250ml 5 80.00 400.00 Sub Total 19,250.00 Pr No. 2024-11-1257 (mbo) 1 Bottle Alcohol, Ethyl, 70% Solution, Disinfectant, Antiseptic, 500 Ml 15 120.00 1,800.00 2 Pc Dishwashing Liquid, Concentrate, 250g, Antibacterial 7 120.00 840.00 3 Can Disinfectant Spray, 510g 5 600.00 3,000.00 4 Pc Hand Liquid Soap, Antibacterial, 225ml/bottle 15 120.00 1,800.00 5 Pc Insect Repellant Spray, Water Base, Odorless, 500ml 15 480.00 7,200.00 6 Box Instant Coffee, With Moringa And Mangosteen Sweetened By Stevia, 12 Sachet/box 20 200.00 4,000.00 7 Can Milk Evaporated, In Can, 370 Ml 20 90.00 1,800.00 8 Pack Tissue Paper, With Tea Extract, 180 Grams Per Roll, 3 Ply, White, 10 Rolls Per Pack 30 360.00 10,800.00 Sub Total 31,240.00 Pr No. 2024-11-1263 (mo-hrmo) 1 Bot Alcohol, Spray With Moisturizer, 70%, 300ml 12 120.00 1,440.00 2 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, Soft And Fit, 3 Ply 105mm X 140 Mm/sheet, 10’s Per Pack 24 380.00 9,120.00 3 Pc Paper Cup 12 Oz (rippled) 500 6.00 3,000.00 4 Kg Coffee, Ground, A Mixture Of Half Barako & Half Arabica), Medium Roasted 12 552.00 6,624.00 5 Can Milk, Evaporated For Coffee 375 Ml, Expiry Date 2026 100 98.00 9,800.00 6 Kg Sugar, Unrefined, Muscovado 12 480.00 5,760.00 7 Box Gloves, Disposable, Nitrile, Xl Size, 100 Pcs Per Box 4 345.00 1,380.00 Sub Total 37,124.00 Pr No. 2024-11-1272 (sbo) 1 Bottle Bleach, Multi-purpose, Lemon, 500 Ml/bottle 10 70.00 700.00 2 Pc Broom, Plastic, Broomstick W/ Soft Brush Bristles 10 250.00 2,500.00 3 Galloon Car Shampoo, Per Gallon 10 350.00 3,500.00 4 Roll Cling Wrap, Food Wrap, 12 Inches X 300m 3 550.00 1,650.00 5 Kg Coffee, Ground, Per Kg, (mix Of Arabica & Barako) 15 500.00 7,500.00 6 Kg Coffee, Ground, Per Kg, (mix Arabica & Hazelnut) 10 600.00 6,000.00 7 Box Coffee, Instant, Moringa Mangosteen Stevia Coffee, 12 Sachet/box, Expiry Date Cy 2026 6 250.00 1,500.00 8 Bottle Cooking Oil, Special Pure Palm Oil, 4l/bottle 4 650.00 2,600.00 9 Pack Detergent Powder, Anti Bac, 500g/pack 35 80.00 2,800.00 10 Bottle Dishwashing Liquid, Concentrate, 240ml, Antibacterial, Removes, 99.9% Germs 25 90.00 2,250.00 11 Bottle Dishwashing Liquid, Concentrate, 790ml, Antibacterial, Removes 99.9% Germs 3 400.00 1,200.00 12 Pc Dust Pan, Quality Plastic Made, Big Size 4 120.00 480.00 13 Pc Duster, Cotton,durable 20 45.00 900.00 14 Can Floor Wax, Red Dye Wax, Long-lasting, 900g/can 6 300.00 1,800.00 15 Floor Map, With Spinner/tornado, Stainless Steel Handle, 360 Rotating Mophead 2 700.00 1,400.00 16 Pc Fly Catcher Paper, Per Sheet 15 35.00 525.00 17 Pc Foot Rug, Oblong Shape, Per Piece 60 40.00 2,400.00 18 Bottle Furniture Enhancing Polish, 330ml, Shines And Protects Wood And More, Rain Shower 6 220.00 1,320.00 19 Bottle Hand Soap, Liquid, 225ml., Antibacterial, Lemon Fresh 10 130.00 1,300.00 20 Bottle Hand Towels, Cotton, Good Quality 40 40.00 1,600.00 21 Pc Kitchen Gloves, Medium, Rubberized, Heavy Duty, Set 12 140.00 1,680.00 22 Pc Kitchen Table Cover, Oval Shape, 60”x120”, Printed, Vinyl, Thick With Plastic Cover On Top 1 1,100.00 1,100.00 23 Pc Kitchen Table Napkins, 27cm X 16cm, 100 Pulls Per Roll, White 15 90.00 1,350.00 24 Can Milk, Evaporated Filled, Color Red, Can, Big, For Coffee, Expiry Date Cy 2025-2026 60 70.00 4,200.00 25 Can Multi-insect Killer, Odorless, 500ml/can 10 450.00 4,500.00 26 Multi-purpose Cleaner, Classic, For Toilet & Stain, Anti-microbial System, Sodium Hypochlorite, Kill Germ & Viruses, Lemon Fresh, 500ml/bottle 20 170.00 3,400.00 27 Can Pail, Stainless Steel, 16 Quarts, Plain 2 600.00 1,200.00 28 Pack Paper Cups, Disposable, 8oz, 50s/pack, Plain White 25 90.00 2,250.00 29 Pot Cleaner, Stainless Steel, Regular, 30g 12 130.00 1,560.00 30 Pc Rags, Cotton, Round, Per Kilo 10 90.00 900.00 31 Pair Rainboots, Black Color, Size 7, No Heels, Pair, For Men 1 550.00 550.00 32 Rice Cooker, 2.2 Liters, Heavy Duty 2 2,400.00 4,800.00 33 Pc Scrub Sponge Mini, Heavy Duty, 75 Mm X 75mm X 30mm 15 45.00 675.00 34 Kilo Sugar, Light Brown, Per Kilo 25 90.00 2,250.00 35 Box Tea, Black Tea, 50 Pcs/box, Yellow Label, Expiry Date Cy 2026 3 250.00 750.00 36 Packs Tissue Paper,w/ Green Tea Extract, White, 180g/roll, 105mmx140mm/sheet,3 Ply, 10 Roll/bag 69 380.00 26,220.00 37 Bottle Bathroom Deodorizer, Lemon & Strawberry Scent, 100g, With Holer 6 60.00 360.00 38 Bottle Bathroom Deodorizer, 10 Lemons, 5 Strawberry & 5 Sampaguita Scent, 100g, Without Holder/refill 20 55.00 1,100.00 39 Pc Mouse./ Rat Trap, Sticky 8 60.00 480.00 40 Pack Trash Bag, Plastic, Black (11”x11”x24), 10pcs/pack 60 40.00 2,400.00 41 Pc Walis Tingting, Regular Size 5 60.00 300.00 42 Pc Adaptor, Universal 20 60.00 1,200.00 Sub Total 107,150.00 Pr No. 2024-11-1280 (menro) 1 Gal Rubbing Alcohol, 70% Solution, Antiseptic, Disinfectant With Moisturizer, Scented, By Gallon 5 600.00 3,000.00 2 Bot Alcohol Spray Bottle/container Can Refill At Least 500ml 10 75.00 750.00 3 Roll Toilet Tissue Paper, 3 Ply, 10 Rolls/pack, Soft, White With Green Tea Scent, At Least 180g 18 380.00 6,840.00 4 Box Mangosteen Coffee, Sugarfree, 1 Dozen/box, At Least 180g/box 15 350.00 5,250.00 5 Pack Milk Powdered, Fortified 5 250.00 1,250.00 6 Bot Dishwashing Liquid, Lemon Scent, At Least 475ml, Antibacterial 4 200.00 800.00 7 Pc Wall Clock, 10” L X 40” W 1 500.00 500.00 8 Doz. Plate, Melamine, Round Type, 9”, 1 Doz./set, Durable 1 750.00 750.00 9 Doz. Bowl, Melamine, Round Type, 5” 1 Doz./set Durable 1 1,000.00 1,000.00 10 Doz. Spoon, Stainless Steel, 1 Doz./set, Thick 1 250.00 250.00 11 Doz Fork, Stainless Steel, 1 Doz./set, Thick 1 250.00 250.00 Sub Total 20,640.00 Pr No. 2024-11-1283 (pnp) 1 Can Air Freshner, Lemon Scent, Can 6 89.00 534.00 2 Bottle Toilet Bowl And Urinal Cleaner, Anti-microbial System 5 50.00 250.00 3 Pack Trash Bag, Plastic, Black 940mmx1016mm 20 130.00 2,600.00 4 Pack Bathroom Tissue, With Green Tea Extract, White Ply 10 345.00 3,450.00 5 Bottle Bleach 900ml 6 65.00 390.00 6 Gallon Alcohol, Gallon 6 364.00 2,184.00 7 Pcs Measuring Tape Heavy Duty 30m X 12.5mm 2 715.50 1,431.00 8 Pcs Police Line 3 200.00 600.00 9 Pcs Dishwashing Liquid/paste 15 100.00 1,500.00 10 Pcs Disinfectant Spray 10 145.00 1,450.00 Sub Total 14,389.00 Pr No. 2024-11-1292 (mo-osca) 1 Pack Adult Plus Powdered Milk, 15 Packs, 8 Pcs Per Pack 24 130.00 3,120.00 2 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, 3 Ply 10 Rolls Per Pack 3 380.00 1,140.00 3 Pc Ethyl Alcohol W/ Moisturizer, 70% Solution, 500 Ml 6 120.00 720.00 Sub Total 4,980.00 Pr No. 2024-11-1294 (mto) 1 Can Disinfectant Spray, Anti-dengue Mosquito Killer 34 400.00 13,600.00 2 Box Coffee 8 In 1 15 500.00 7,500.00 3 Pc Crates, Blue, Heavy-duty Length: 52cm/20.5 Inches Width: 36.5cm/14.5 Inches Height: 32 Cm/12.5 Inches 4 700.00 2,800.00 4 Pc Dishwashing Paste, 400 Grams 10 60.00 600.00 5 Can Evaporated Milk Per Can, 370 Ml, Red 20 80.00 1,600.00 6 Bottle Floor Cleaner Antibacterial Multi-purpose, 500 Ml 5 70.00 350.00 7 Box Gloves, Disposable, 100 Pcs Per Box, Standard Size 17 500.00 8,500.00 8 Box Incense Sticks, Citronella, 20 Sticks/box 34 70.00 2,380.00 9 Pc Kitchen Towel, Microfiber 24 30.00 720.00 10 Bottle Liquid Hand Soap, Lemon, 225 Ml 51 120.00 6,120.00 11 Pc Mugs, Ceramic, Pink 17 200.00 3,400.00 12 Pack Paper Cups, 50 Pcs/pack 25 85.00 2,125.00 13 Pc Plates, Melamine, 8 Inches, Round, Blue 24 30.00 720.00 14 Pack Sugar Brown, Refined, ½ Kilo/pack 25 100.00 2,500.00 15 Pack Toilet Paper W/ Tea Extract, 10s/pack, 180g/roll, 3 Ply, White 51 380.00 19,380.00 16 Pcs Traps, Glue Board Dual Sticky 27 35.00 945.00 17 Pack Trashbag, Plastic, Black, Large, 10pcs/pack 15 50.00 750.00 18 Pack Trashbag, Plastic,black, Xl 10 Pcs/pack 15 55.00 825.00 19 Pack Trashbag, Plastic, Black, Medium, 10pcs/pack 17 45.00 765.00 20 Pack Trashbag, Plastic, Black, Small, 10 Pcs/pack 34 40.00 1,360.00 21 Pack Brush, Paint, 4” 17 150.00 2,550.00 Sub Total 79,490.00 Pr No. 2024-11-1295 (mhso) 1 Pc Absorbent Cleaning/wash Cloth, 43x33 Cm 30 60.00 1,800.00 2 Pc Bathroom Deodorizer With Holder, 100 Grams, Lemon And Apple Flavor 200 100.00 20,000.00 3 Set Bed Sheet With Pillow Case, Fitted, Double Size, Plain Color/design Cotton 10 400.00 4,000.00 4 Bottle Declogging Solution For Sink Drain & Toilet Bowl, 500 Ml 20 150.00 3,000.00 5 Pc Detergent Bar Soap, Single Pack, 138 Grams 50 25.00 1,250.00 6 Pack Detergent Powder For Washing Machine, 2 Kg/pack, With Fabric Conditioner 15 350.00 5,250.00 7 Pc Dishwashing Foam, Heavy Duty Scrub Sponge 50 25.00 1,250.00 8 Cont. Dishwashing Liquid 475ml, Lemon Concentrate 20 150.00 3,000.00 9 Can Insecticide Spray For Mosquitoes And Other Insects, Odorless, 600ml/spray Can With Nozzle 10 500.00 5,000.00 10 Pc Floor Mop, Tornado Mop With Bucket/mop Stick Inclusion: 1 Pc Pole, 1 Pc 3 800.00 2,400.00 11 Unit Floor Sweeper, Hand Push, 60 Degrees Rotating Brush Spin, Stainless Steel Handle 4 500.00 2,000.00 12 Pc Heavy Duty Plastic Drum For Infectious Waste, With Airtight Cover, 45-60l Capacity 50 500.00 25,000.00 13 Can Disinfectant Spray, 500ml/container 30 600.00 18,000.00 14 Bottle Multipurpose Cleaner, 1l, Ceramic, Marble And Tiles, Lemon & Ocean Escape 10 190.00 1,900.00 15 Pc Multi-function Cleaning Trolley Linen Cart, Can Place Mops, Buckets, Detergents, Large Capacity/layered Tool Racks 2 3,000.00 6,000.00 16 Pc Plunger, High Pressure For Drain, Sink Or Toilet Bowl 4 180.00 720.00 17 Bot Toilet Bowl Cleaner Foaming Bleach Gel 500ml-citrus 30 150.00 4,500.00 18 Pack Toilet Tissue Paper,10 Rolls W/ Board Center Spoon Pack, 3 Ply 1000 Sheets, 105mmx140mm/sheet White, 180g/roll, Individually Packed Per Roll 20 450.00 9,000.00 19 Pack Trashbag, Plastic, Black, (m), 10 Rolls/pack 200 45.00 9,000.00 20 Pc Window Cleaner With 4 In 1 With Extension Telescopic Pole, Glass Wiper, Window Cleaning Scraper, Glass Brush 5 800.00 4,000.00 21 Pc 20l Foot Pedal Pressed Trash Can Wastebasket Garbage Container Side To Side 10 350.00 3,500.00 22 Pc Floor Polisher With Hard Brush, Heavy Duty 2 2,500.00 5,000.00 23 Pc High Quality Pillow Fiber Pillow 10 200.00 2,000.00 24 Pc Toilet Bowl Brush With Holder Hard Bristles Cleaning Bathroom Scrub With Handle 5 300.00 1,500.00 Sub Total 139,070.00 Pr No. 2024-11-1303 (macco) 1 Pack Bathroom Tissue, W/ Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 33 360.00 11,880.00 2 Set Electric Mosquito Swatter (heavy Duty, Good Quality) 2 430.00 860.00 3 Bottle Multi-insect Killer Spray-500ml, Odorless Spray, Water Based, Aqua-base Technology 1 335.00 335.00 4 Bottle Insect Repellant Lotion 100ml; Dermatologically Teste; Tropical Fresh Fragrance; Provides Continuous Protection Against Dengue- Carrying Mosquitoes 15 180.00 2,700.00 Sub Total 15,775.00 Pr No. 2024-11-1306 (mo-mdrrmo) 1 Pack Paper Cups (25pcs), 12oz 52 60.00 3,120.00 2 Pack Plastic Cups (12oz) 27 30.00 810.00 3 Pack Powdered Milk, 1 Kg 20 380.00 7,600.00 4 Pack Barako Coffee, 1 Kg 15 400.00 6,000.00 5 Pack Brown Sugar, 1 Kg 15 150.00 2,250.00 6 Pack Tissue Paper W/ Tea Extract, 180 Grams Per Roll, 3 Ply, 10 Rolls Per Pack 10 380.00 3,800.00 7 Roll Trashbag, Black, 940mmx1016mm 20 140.00 2,800.00 Sub Total 26,380.00 Pr No. 2024-11-1308 (bjmp- Tuba) 1 Bottle Toilet Bowl, Cleaner, 500 Ml 2 85.00 170.00 2 Piece Bathroom Soap 30 38.00 1,140.00 3 Cont. Dishwashing Paste, 400 Grams/container 12 48.00 576.00 4 Pouch Detergent Powder, 500g/pack 4 50.00 200.00 5 Piece Led Bulb (14watts) 10 170.00 1,700.00 6 Pack Bathroom Tissue Roll (10s Per Pack) 2 170.00 340.00 7 Kilo Brown Sugar 3 60.00 180.00 8 Kilo Barako W/ Hazelnut 3 400.00 1,200.00 9 Pack Trashbag, Black, (medium/large)10 Pcs/roll/pack 25 85.00 2,125.00 10 Box Mosquito Coil 12s 10 30.00 300.00 11 Gallon Bleach 4 200.00 800.00 12 Piece Toothpaste, 22g, Twin Pack Sachet 35 10.00 350.00 13 Piece Stan Fan, (standard) 1 1,600.00 1,600.00 14 Piece Led Sensor Lamp Mosquito Insect Killer Bt-10w 1 1,350.00 1,350.00 15 Piece Kitchen Exhaust Fan, 12 Inches 1 1,416.00 1,416.00 Sub Total 13,447.00 Pr No. 2024-11-1319 (mo-bac) 1 Bottle Alcohol, 70% Isopropyl, 500ml, Antiseptic With Moisturizer, Spray Type 30 130.00 3,900.00 2 Piece Dishwashing Paste, Anti-bacterial, With Sponge, 400 Grams 4 70.50 282.00 3 Bottle Disinfectant Spray Aerosol Type, 500 Grams 4 600.00 2,400.00 4 Can Insecticide Spray, Multi-insect Killer, 600ml 5 550.00 2,750.00 5 Pack Tissue, 10 Rolls/pack, With Green Tea Extract 6 380.00 2,280.00 6 Pack Trash Bag, Medium Size, 10pcs/pack 6 100.00 600.00 7 Pack Trash Bag, Large Size, 10pcs/pack 5 132.00 660.00 8 Bottle Liquid, Hand Soap, Antibacterial, 500ml/bottle 7 304.00 2,128.00 Sub Total 15,000.00 Pr No. 2024-11-1332 (mpdo) 1 Pieces Extension Cord, 6 Gang With Individual Switch, 5m Wire, Max. Capacity 2500w, With Voltage Surge Protector, 1 Circuit Breaker 4 1,500.00 6,000.00 2 Bottles Alcohol, Ethyl, 70%, Scented, 500ml, Antiseptic Ab Disinfectant, Sanitizing, With Moisturizer And Floral Scent, 300 Ml With Spray Bottle 33 110.00 3,630.00 3 Packs Bathroom Tissue, Green Tea,white, 3 Ply, 10s/pack, 180grams/roll 33 374.00 12,342.00 4 Pcs Brush, Soft Brush Multi-functional Soft Bristle Brush With Long Handle For Efficient Dusting Of Sofa, Furniture 3 250.00 750.00 5 Pcs Computer Cleaning Kit,multi-functional Cleaning Kit For Keyboard 7 350.00 2,450.00 6 Kg Coffee Grounds, Mixture Of Arabica And Hazelnut 5 650.00 3,250.00 7 Pcs Dishwashing Liquid, Concentrate, 250g, Antibacterial 3 120.00 360.00 8 Pcs Dishwashing Scrub With Foam, Sponge, Heavy Duty Sponge 3pcs/pack 2 150.00 300.00 9 Pcs Door Pvc Mat Rubberized, Non-skid, Non- Slip 5 100.00 500.00 10 Bottles Hand Soap, Liquid, Antibacterial, 250ml/bottle, Lavender Scented 3 120.00 360.00 11 Packs Garbage Bags- Medium/pack 5 120.00 600.00 12 Pieces Garbage Bins With Revolving/swing Top Lid 5 300.00 1,500.00 13 Boxes Instant Coffee, Moringa Mangosteen Stevia Coffee Sugar Free, (15g X 10 Sachets/box) 5 180.00 900.00 14 Boxes Instant Coffee,cafe Arabica, 12.1g, 100% Arabica, (12.1g X 10 Packet/box) 5 200.00 1,000.00 15 Packs Powdered Milk-33g Fortified Flavored Powdered Milk Drink, 10 Sachets/pack 5 150.00 750.00 16 Packs Kitchen Paper Towels, 2 Ply, 2 Rolls/pack 10 150.00 1,500.00 17 Pcs Broom And Dustpan 1 500.00 500.00 18 Bottles Multi Insect Killer/mosquito Repellant Spray 500ml 2 440.00 880.00 19 Pcs Background Cloth/bac Drop, Polyester Cloth 50ft X 10ft/piece: Colors: Black, Light Gray, Rust/beige 3 1,000.00 3,000.00 20 Pcs Artificial Flowers For Wal;l Decorations – Rose Vein Flowers With Green Leaves Hanging. Materials: Silk Flowers, Leaves, Plastic Vine, Approx. 27.5” Length With Flowers Diameter Of 2.1”. With Flowers Colors: Pink, Red, White 20 100.00 2,000.00 Sub Total 42,572.00 Pr No. 2024-11-1335 (comelec) 1 Bottle Alcohol, Isopropyl, 70% Solution, Scented, 500 Ml 8 95.00 760.00 2 Pack Tissue, Toilet Paper With Tea Extract 3 Ply 10 Rolls/pack, 180g/roll 8 380.00 3,040.00 3 Pc Aerosol, Air Freshener, Spray, 320ml 2 300.00 600.00 4 Pack Trashbag, Gpp Specs, Black, 10 Pcs. Per Roll/pack, Large 5 145.00 725.00 5 Bottle Dishwashing Liquid, 250ml, With Anti-bac 4 165.00 660.00 Sub Total 5,785.00 Pr No. 2024-11-1338 (bplo) 1 Alcohol, Ethyl, 70% Solution, Disinfectant, Antiseptic, 500ml, Spray 40 150.00 6,000.00 2 Tissue, Bathroom, W/ Tea Extract, White, 3 Ply, 10s/pack 12 360.00 4,320.00 3 Garbage Bag, Large, 50pcs/pack, Durable And Safe, High Density Polyethylene, Harmless, Heavy Duty, No Smell, Tear Resistant, Extra Thick, Leak-proof, Puncture Resistant 5 400.00 2,000.00 4 Garbage Bag, X-large, 50pcs/pack, Durable And Safe, High Density Polyethylene, Harmless, Heavy Duty, No Smell, Tear Resistant, Extra Thick, Leak-proof, Puncture 5 400.00 2,000.00 5 Doormat, Outdoor, Durable, Non-slip Rubber, 55x35cm 6 200.00 1,200.00 6 Disinfectant Spray, Kills Over 100-illness Causing Germ, Kills 99.9 Of Fungi, Viruses, And Bacteria Including Viruses That Cause Cold And Flu & Covid-19 Virus In 10 Minutes, Kills & Control The Growth Of Mold & Mildew For Up To A Week, Eliminates Odors At The Source, 170g, Early Morning Breeze, Fresh Blossom, Circuit Meadows) 6 250.00 1,500.00 7 Insecticide Spray, Multi Insect Killer, Fragrance Free, Fast Acting Formula, Indoor And Outdoor Use, 700ml 6 496.50 2,979.00 Sub Total 19,999.00 Pr No. 2024-11-1343 (mcr) 1 Floor Mop With Squeezer And Water Bucket, Heavy Duty 1 1,800.00 1,800.00 2 5 In 1 Coffee, 12 Sachet/box 8 450.00 3,600.00 3 Alcohol, Ethyl, 70%, 500ml W/ Moisturizer 5 120.00 600.00 4 Garbage Bag, Xl, Black, 10 Per Pack/roll 1 116.00 116.00 5 Multi-insect Spray Killer, Water Based, 500ml 1 665.00 665.00 6 Toilet Tissue, Green Tea Bathroom Tissue, 3 Ply, 10 Roll/pack 105mm X 140mm/sheet/roll; Wt. 180g 18 380.00 6,840.00 Sub Total 13,621.00 Pr No. 2024-11-1347 (mo-tourism) 1 Bottles Alcohol, Ethyl With Moisturizer, 70% Spray Bottle, 500ml 6 145.00 870.00 2 Packs Tissue Paper W/ Tea Extract, 180g/roll, 3 Ply, 10s/pack 3 360.00 1,080.00 3 Pieces Milk Powdered Drink, Fortified, 33 Grams 75 15.00 1,125.00 4 Packs Cups, Paper, 8 Oz., 50pcs/pack 6 65.00 390.00 5 Packs Stirrer, Wooden Stirrer, Individually Wrapped, 5.5 Inches Deep, 100pcs/pack 2 55.00 110.00 Sub Total 3,575.00 Pr No. 2024-11-1350 (mo-ias) 1 Bottle Alcohol, 70% Solution, Spray Bottle, 500 Ml/bottle, With Moisturizer 10 120.00 1,200.00 2 Can Multi-insect Killer, Long Lasting Protection, 500 Ml Per Can 5 517.00 2,585.00 3 Pack Tissue Paper, With Tea Extract, At Least 180g Per Roll, 3 Ply, 10 Rolls Per Pack 6 380.00 2,280.00 Sub Total 6,065.00 Pr No. 2024-11-1358 (mo-vet) 1 Pc Alcohol Spray, 70% Ethyl, 500ml Bottle 40 120.00 4,800.00 2 Pack Tissue Paper, With Tea Extract, 180g, 3 Ply, 10rolls/pack 18 380.00 6,840.00 3 Pair Rubber Boot/rainboot, White, Size 8 7 490.00 3,430.00 4 Can Disinfectant Spray 12 700.00 8,400.00 Sub Total 23,470.00 Pr No. 2024-12-1374 (dilg) 1 Pack Tissue (toilet Paper With Tea Extract, 10s/pack, 180 G/roll, 3 Ply, White) 10 360.00 3,600.00 2 Bottles Alcohol 10 120.00 1,200.00 3 Can Insect Killer (500ml, Water-based, Fast Killing Power, Odorless) 3 400.00 1,200.00 Sub Total 6,000.00 Pr No. 2024-12-1379 (mswdo) 1 Packs Bathroom Tissue, W/ Tea Extract, White, 3 Ply, 10s/pack 24 380.00 9,120.00 2 Pieces Ethyl Alcohol With Moisturizer, 70% Solution, 500 Ml 12 120.00 1,440.00 3 Kg Brewed Coffee 1 600.00 600.00 4 Cans Evaporated Milk, 360g. 4 50.00 200.00 5 Packs Powdered Creamer 400g 2 200.00 400.00 6 Packs Drip Coffee, 10 Flavors In 1 Pack, Net Weight 150 Grams 2 250.00 500.00 7 Pieces Powdered Malt Drink 24g 30 14.00 420.00 8 Pieces Powdered Milk Drink, 33grams, Swack Pack 35 17.00 595.00 9 Pieces Disposable Paper Cup 10 Oz. 62 2.00 124.00 10 Bottles Dishwashing Liquid 2 150.00 300.00 11 Pieces Lotion Effective Protection From Dengue Mosquitoes 100 Ml. (expiration Of 2 Years) 9 230.00 2,070.00 12 Pieces Mosquito Mat Starter Pack (1 Heater + 5 Mats) Original 4 200.00 800.00 13 Pieces Black Plastic Garbage Bag, Large 50 4.60 230.00 14 Sets 10 Meter Extension Cord With Wheel, Max Load: 2,500 Watts, Voltage: 250v 2 2,590.00 5,180.00 15 Pieces Heavy Duty Stock Box With Wheels, Green Cover Extended Handle, Ergonomic Handles, 70 Liters 2 2,000.00 4,000.00 Sub Total 25,979.00 Pr No. 2025-01-026 (mago) 1 Packs Tissue Paper W/ Tea Extract, 180g/roll, 3 Ply, 10s/pack 27 380.00 10,260.00 2 Bots Soluble Coffee In Bottle, 50g 3 250.00 750.00 3 Packs Ground Coffee For Brewing, 1 Kilo/pack 3 600.00 1,800.00 4 Kgs Sugar, Brown, 1 Kilo 3 110.00 330.00 5 Pack Wooden Coffee Stirrer, 1000pcs/pack 1 250.00 250.00 6 Packs Milk Powder Drink, Fortified, 33gms, 10 Pieces/pack 10 150.00 1,500.00 7 Packs Coffee Creamer, Original, 5g, 12 Pcs/pack 10 80.00 800.00 8 Bags Ldpe Bag Transparent, 19x31 Inchers, .001 Thickness, 100pcs/bag 2 1,855.00 3,710.00 9 Packs Cups, Paper, 8oz., 25 Pcs/pack 30 65.00 1,950.00 10 Pcs Isopropyl Alcohol Scented, 70% With Moisturizer, With Sprayer, 500 Ml 27 120.00 3,240.00 Sub Total 24,590.00 Delivery: Should Be At Least 50% Within 15 Days & 100% Within 30 Days Grand Total 953,066.00 Note: Supplier Should Package And Label The Items To Be Delivered By Office Or As Grouped In The Specifications. 2. The Municipality Of Tuba Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Thirty (30) Calendar Days Upon Receipt Of The Notice To Proceed ( At Least 50% Within 15 Days & 100% Within 30 Days). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Municipality Of Tuba And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 Am To 5:00 Pm, Monday To Friday Except Holidays). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025, At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [official Receipt And Order Payment). 6. The Municipality Of Tuba Through Bac Will Hold A Pre-bid Conference On February 5, 2025 At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before February 19, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 19, 2025 At 9:00 A.m. At The Bac Office, Municipal Hall, Poblacion, Tuba, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case There Will Be A Tie Between Bidders, All Those Who Have Passed Post-qualification And Offered The Same Financial Bid Price, A Tie-breaking Method Through “draw Lots” Will Be Used To Determine The Winning Bidder. 11. The Municipality Of Tuba Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Failure To Sign Each Page Of The Bid Form, Including The Attached Schedule Of Prices Shall Be A Ground For The Rejection Of The Bid. 13. For Further Information, Please Refer To: Arlene D. Bangit, Edith G. Labbot, Venus P. Rimando, Jennylyn T. Wakat , Helen M. Kimpa-oy And Kevin B. Yaris At The Municipal Hall, Poblacion, Tuba, Benguet From 8:00 Am To 5:00 Pm Only, Mondays To Fridays At Tel No. (074) 442-1267 And E-mail At Bac_lgutuba2020@yahoo.com. However, Any Queries Relative To The Contents Of The Bid Documents And The Project Requirements Can Only Be Made By Bidders Who Purchased The Bid Documents Not Later Than Ten (10) Days Prior To The Submission And Opening Of Bids And Have Viewed And Ordered Through Our Posting At Philgeps. 14. You May Visit The Following Website For Downloading Of Bidding Documents: Tuba.gov.ph Date Of Posting: January 27, 2025 Janet V. Mariano Bac Chairperson
Closing Date19 Feb 2025
Tender AmountPHP 953 K (USD 16.4 K)
1571-1580 of 1589 archived Tenders