Fabrication Tenders

Fabrication Tenders

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00107 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala -sto. Niño - Lasam Road, Cagayan (alcala Bridge), Cagayan 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱28,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00107: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala -sto. Niño - Lasam Road, Cagayan (alcala Bridge), Cagayan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala -sto. Niño - Lasam Road, Cagayan (alcala Bridge), Cagayan Contract Id No. : 24b00107 Location : Alcala, Cagayan Brief Project Description : Installation Of 4 Pcs. Steel Girder @ 56.25 Meter- Length Per Girder Driving Of Structural Steel Sheet Piles @ Abutment A Slope Protection Completion Of Abutment A Scope Of Works : Other General Requirements • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization • Environmental Management And Monitoring Earthworks • Embankment From Borrow (granular Coarse Material) Road/ Bridge Construction • Structural Steel Sheet Piles, (furnished & Driven) • Structural Steel, (erected, Furnished, And Fabricated) Grade 50 • Structural Steel Painting Works • Bolts With Nuts And Washers • Reinforcing Steel Grade (40 & 60) (bridge) • Structural Concrete 27.58 Mpa Class A 28 Days • Elastomeric Bridge Bearing (movable) Approved Budget For The Contract (abc) : ₱28,950,000.00 Contract Duration : 227 Calendar Days Inclusive Of 15 Unworkable/rainy Days, 44 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bridges: Construction - Steel (superstructure) - Without Piles. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 - January 08, 2025, From The Address Given 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 Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On December 19, 2024, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 08, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 08, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: December 12-18, 2024 Conspicuous Place (procurement Bulletin Board): December 12-18, 2024
Closing Date8 Jan 2025
Tender AmountPHP 28.9 Million (USD 498.8 K)

City Of Pagadian Tender

Automobiles and Auto Parts
Philippines
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 8751-200-5-02-13-030-01/2saip24-1000rf-2n (repair & Maintenance - Motor Vehicle), Pagadian City, As Described Below: Goods-2025-02-117 Purchase Of Spareparts And Accessories For The Use Of Different Vehicle Of City Governmentof Pagadian. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ Lot 1 Pr.no. 255 1 2 Pcs Tire 215/75 R17.5 8,838.00 17,676.00 2 1 Pc Horn 2,090.00 2,090.00 3 2 Sets Brake Shoe Coaster 1,980.00 3,960.00 4 1 Pc Horn 12v 2,928.00 2,928.00 5 2 Pcs Oil Seal Elf Orange 1,073.00 2,146.00 6 5 Pcs Engine Oil 496.00 2,480.00 7 2 Pcs Oil Seal Gaf-2649 1,914.00 3,828.00 8 2 Sets Brake Shoe Gaf-2649 2,145.00 4,290.00 9 2 Kg Grease' 578.00 1,156.00 10 1 Pc Ignition Switch (diesel) 1,238.00 1,238.00 11 1 Pc Water Temp. Gauge (mechanical) 2,286.00 2,286.00 12 3 Ft Battery Cable 413.00 1,239.00 13 4 Pcs Battery Lug 66.00 264.00 14 4 Mtrs Automotive Wire #14 91.00 364.00 15 6 Mtrs Automotive Wire #18 140.00 840.00 16 1 Pc Electrical Tape Big 157.00 157.00 17 4 Pcs Bolt & Nut With Washer 38.00 152.00 18 1 Pc Selector Cable 3,218.00 3,218.00 19 1 Pc Steering Box Assy 24,750.00 24,750.00 20 2 Pcs Rubber Bushing Fabricate 495.00 990.00 21 2 Pcs Battery 13 Plates With Clamp 7,805.00 15,610.00 22 4 Pcs Female Tube Fitting Big 116.00 464.00 23 2 Meters Copper Tube Big 495.00 990.00 24 3 Meters Copper Tube Small 363.00 1,089.00 25 12 Pcs Nut With Lock Washer 14.00 168.00 26 1 Meters Hose 382.00 382.00 27 2 Pcs Female Tube Fitting Small Break 165.00 330.00 28 2 Pcs Female Tube Fitting Small Boaster 165.00 330.00 29 2 Pcs Flexible Hose /supply In 1,452.00 2,904.00 30 4 Pcs Hose Clip 33.00 132.00 31 1 Sets Hand Tap 8mm 792.00 792.00 32 2 Pcs Relay 12v 462.00 924.00 33 4 Pcs Male Tube Fitting Small 227.00 908.00 Sub-total 101,075.00 Lot 2 Pr.no. 256 1 1 Set Brake Pad Fortuner 6,720.00 6,720.00 2 8 Liters Engine Oil 496.00 3,968.00 3 1 Pc Fuel Filter Strada 1,503.00 1,503.00 4 1 Pc Oil Filter Strada 1,408.00 1,408.00 5 1 Set Horn 12v 2,287.00 2,287.00 6 2 Pcs Tire 265/65 R17 10,480.00 20,960.00 7 1 Set Brake Pad Strada 4,630.00 4,630.00 8 1 Set Brake Shoe 6,275.00 6,275.00 9 1 Liters Brake Fluid 353.00 353.00 10 1 Pc Battery 11 Plates 9,288.00 9,288.00 11 2 Pcs Brake Pad Innova 1,840.00 3,680.00 12 2 Pcs Rotor Disc 6,213.00 12,426.00 13 1 Pc Clutch Lining Toyota Innova 7,755.00 7,755.00 14 1 Pc Clutch Pressure Toyota Innova 5,775.00 5,775.00 15 1 Pc Release Bearing 2,640.00 2,640.00 16 8 Liters Diesel Oil Semi-syn 685.00 5,480.00 17 1 Pc Oil Filter C312 908.00 908.00 18 1 Set Clutch Lining Strada 15,362.00 15,362.00 19 1 Set Brake Pad Strada 4,125.00 4,125.00 20 1 Set Headlight Bulb 12v 1,238.00 1,238.00 21 3 Pcs Tire 400 X 8 Bajaj Re 2,228.00 6,684.00 22 1 Pc Clutch Pressure For Strada 15,368.00 15,368.00 23 1 Pc Release Bearing Strada 6,952.00 6,952.00 24 1 Set Brake Shoe Strada 7,447.00 7,447.00 Sub-total 153,232.00 Lot 3 Pr.no. 257 1 2 Pcs Battery 21 Plates 10,928.00 21,856.00 2 3 Pcs Battery 9 Plates 7,696.00 23,088.00 Sub-total 44,944.00 Lot 4 Pr.no. 258 1 1 Set Brake Pad 2,475.00 2,475.00 2 2 Liters Brake Fluid 353.00 706.00 3 1 Pc Alternator 6,435.00 6,435.00 4 1 Pc Bearing (62022rsc-3) 792.00 792.00 5 1 Pc Bearing (g154614c2rmxcm-am) 577.00 577.00 6 2 Pc Oil Filter Hi-ace New 1,377.00 2,754.00 7 2 Pc Fuel Filter Hi-ace New 2,598.00 5,196.00 8 28 Liters Engine Oil 496.00 13,888.00 9 2 Pcs Tire 265/65 R15 5,735.00 11,470.00 10 4 Liters Oil 20w-40 496.00 1,984.00 11 1 Pc Oil Filter Toyota 528.00 528.00 12 1 Set Wiper Blade Assy 693.00 693.00 13 2 Liters Brake Fluid 353.00 706.00 14 1 Liter Atf 318.00 318.00 15 2 Pc Tire 265/65 R17 9,944.00 19,888.00 16 1 Set Rotor Disc 11,550.00 11,550.00 17 1 Set Brake Pad Strada 4,208.00 4,208.00 18 1 Set Brake Shoe Strada 6,270.00 6,270.00 19 1 Pc Battery 11 Plates Motolite 9,288.00 9,288.00 20 1 Pc Air Cleaner 1,617.00 1,617.00 21 1 Pc Oil Filter Hi-ace 387.00 387.00 22 1 Pc Fuel Filter Hi-ace 585.00 585.00 Sub-total 102,315.00 Grand Total ₱ 401,566.00 " Quotation Forms Are Now Available At The Bac Secretariat And Upon Payment Of A Non-refundable Amount At 100.00 Per Set To The City Treasurer's Office-cashier. Quotations Are Evaluated On Lot Basis. Price Quotation Is Valid For 30 Calendar Days After Bid Opening." Submit Your Quotation Forms In A Sealed Envelope Per Project To The Bids And Awards Committee /secretariat On Or Before February 13,2025, 2:00 P.m. At The City General Services Office, City Hall, Pagadian City. The Bids And Awards Committee (bac) Reserves The Right To Reject Any And/ Or All Quotation Or Part Thereof, To Waive Formality Therein And/or To Accept The Quotations As May Be Considered Most Advantageous To The City Government Of Pagadian. Ms.jenny Rose Z. Egama Bac Chairperson Date Of Publication: February 10, 2025 To Febraury 13, 2025
Closing Date13 Feb 2025
Tender AmountPHP 401.5 K (USD 6.9 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00149 : Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Kilkiling Weighbridge Station, Claveria, Cagayan (control Room Building, Quarters Building And Comfort Room) 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱3,860,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00149: Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Kilkiling Weighbridge Station, Claveria, Cagayan (control Room Building, Quarters Building And Comfort Room). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Kilkiling Weighbridge Station, Claveria, Cagayan (control Room Building, Quarters Building And Comfort Room) Contract Id No. : 24b00149 Location : Claveria, Cagayan Brief Project Description : Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Control Room With Scope Of Work Of Extension Of Building, Repainting Of The Exterior And Interior Walls, Installation Of Damaged Window And Doors, Installation Of Roll-up Doors. While The Scope Of Work Of The Quarter Building Is Replacement Of Damaged Roof Framing And Roofing, Replacement Of Damaged Ceiling, Repainting Of The Exterior And Interior Walls And Repair Of Public Comfort Room With Provision Of Pwd Scope Of Works : Other General Requirements • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation (common Soil) • Embankment (from Structure Excavation) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Sewer Line Works • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning & Fixed) Type • Doors, (wood Panel) • Roll-up Door (steel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge/hip Rolls, Flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing, Liquid • (glazed, Unglazed) Tiles • Cement (floor, Plaster) Finish • Painting Works, (masonry/concrete, Steel) • Metal Deck Panel • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm) • Metal Structure Accessories, (sagrods, Cross Bracing & Steel Plates) • Structural Steel (purlins, Railing) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures Mechanical Works • Ventilating System Approved Budget For The Contract (abc) : ₱3,860,000.00 Contract Duration : 60 Calendar Days Inclusive Of 4 Unworkable/rainy Days, 14 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bir - Buildings: Repair. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (₱5,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 17, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 10 - 16, 2025 Conspicuous Place (procurement Bulletin Board): January 10 - 16, 2025
Closing Date30 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.8 K)

Province Of Ifugao Tender

Agriculture or Forestry Works
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 08-2025-g (first Publication) For Agricultural Supplies & Inputs 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of One Million One Hundred Twenty-three Thousand Fifty-five Pesos And 83/100 Only (php1,123,055.83) Being The Abc To Payments Under The Contract For Publication No. 08-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening.(please See Attached “annex 1” For Theitem/s To Be Bided). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On February 06, 2025 To February 27, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Five Thousand Pesos (php5,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On February 13, 2025 At 01:30 P.m.at The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 01:30 P.m. Basing On The Bac Office - Wall Clock Of February 27, 2025. 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 27, 2025 At 02:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: February 06, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost Agricultural Supplies & Inputs 1 Pechay Flowering 3 Kg 2 Pechay Behi 3 Kg 3 Pechay Mustard 3 Kg 4 Eggplant (50 Grams/can) 3 Cans 5 Tomato 25grms/can)avatar 3 Cans 6 Okra (50 Grms/can) 3 Cans 7 Squash (suprema 250/cans) 3 Cans 8 Stringbeans 3 Cans 9 Baguio Beans 3 Cans 10 Ampalaya 50 Grams/can 3 Cans 11 Complete Fertilizer (50kgs) 4 Sacks 12 Urea (46-0-0) 50 Kgs 8 Sacks 13 Ammonium Sulphate (50 Kgs) 3 Sacks 14 Fungicide (manager) Pounds 8 Kg 15 Cymbus 5 Liters 16 Processed Dung, Dried (50kg/bag) 180 Bags 17 Molassess 1000 Kilos 18 Em1 2 Liters 19 Polyethylene Bags(3.5x3.5x11)003mm Thick 10000 Pcs 20 Polyethylene Bags (3x3x10).003mm Thick 10000 Pcs 21 Polyethylene Bags(2x2x4).003mm Thick 10000 Pcs 22 Polyethylene Bags (3x3x8) 2000 Pcs 23 Polyethylene Bags(4x4x10) 5000 Pcs 24 Polyethylene Bags (2x2x3) 2000 Pcs 25 Seedling Tray(50 Holes) 200 Pcs 26 Fine Mesh Net Nursery 90 Meters X 10ft 10 Rolls 27 Fry Mash, 10 Kg/bag 40 Bags 28 T-starter Crumble 25kg/bag 36 Bags 29 T-grower Peelet 25 Kg/bag 70 Bags 30 T-finisher Pellets 25/kg/bag 80 Bags 31 16-20-0 Fertilizer 50 Kg/bag (ipharfc) 4 Bags 32 Cellophane For Fingerlings 20 Inches X 30 Inches X 001.:100pc/pack 8 Packs 33 Fine Mesh Net, 90mx4ft. Blue For Ipharc & Assisted Farmers 4 Roles 34 Polyethylene Rope Black Or Yellow #10 5 Roles 35 Polyethylene Twine Black 500m#.076 10 Roles 36 Herbicide For Ipharc 2 Gallon 37 Methyl Testosterone 10 Grams (in Vial) 5 Bottles 38 Ethyl Alcohol 95% 10 Bottles 39 Rubber Band 10 Box 40 Polyethylene Bags 3x3x10x.004 100 Packs 41 Polyethelene Bags 2x2x6x.004 Folded/white Color 1000 Packs 42 Uv Plastic Sheet (8 Mil-200 Micron) 3mx50m 1 Rolls 43 Hose Pipes Sdr Ii 1 1/4" Diameterx100 Meters 1 Rolls 44 Polyethylene Bags 3 1/2 X3 1/2 X.004" Folded 50 Packs 45 Carbon Plain Shieves 2000x1200x400,white 1 Unit 46 Herbicide, Glyphosate 480g,post Emergent Week Killer 5 Gallon 47 Carbon Plain Shieves 2000x1200x400 White 1 Unit 48 Net B-54 Double Width 2 Rolls 49 Sdr 11 Hose 3/4"blue Color 30 Rolls 50 Hose Pipes Sdr Ii 1 " Diameterx100 Meters 1 Rolls 51 Native Shovel 3 Pcs 52 Double Mesh Polyethylyne Net 17 1 Rolls 53 Fabricated Scoop Nets 20 Pcs 54 1.5m X 8m Fish Harvesting Net 10 Pcs 55 Containers Crates Heavy Duty 40 Pcs 56 Sacks (feedsacks) 200 Pcs 57 Twine Plastic, 1 Kg/roll 3 Rolls 58 Fruit Harvester Long Range 4 Pcs 59 Blue Trellis Twine 2, 500.00 Meters Long 20 Rolls 60 Wheel Barrow, Good Quality/heavy Duty 2 Units 61 Prunning Hand Saw 10 Pcs 62 Shovel, Good Quality With Handle 2 Pcs 63 Spiral Catheters 300 Pcs 64 Semen Extender M-iii 100 Sachet 65 Semen Filter Paper (round) 150 Pcs 66 Limestone (25kg/bag) 15 Bags ***nothing Follows*** Grand Total 1,123,055.83 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
Closing Date27 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.4 K)

Municipality Of Bayambang Pangasinan Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description General Specifications Project : Re-routing Of Secondary Electric Line, Internet Cables, Telephone Cables & Cctv Cables, Including Installation Of Emergency Lights & Manual Fire Alarm Bell (phase Ii) Location : Municipal Compound, Zone Ii, Bayambang, Pangasinan Area : 8,579.28 Sq.m These Specifications Are Intended To Cover The Construction Of The Rehabilitation Of Mdrrmo (retrofitting Of Column, Septic Tank, Comfort Rooms, Ceiling, Wall And Electrical Works) As Shown On The Plans And Described In These Specifications. The Entire Work Is To Be Finished In Every Part With A First-class Job To The Full Extent Of The Meaning Of Plans And Specifications. Intent And Application Of The Provisions Of This Section A. The Scope Of Work Covered Within These Specifications Is The Complete Re-routing Of Secondary Electric Line, Internet Cables, Telephone Cables & Cctv Cables, Including Installation Of Emergency Lights & Manual Fire Alarm Bell (phase Ii) Located In Municipal Compound, Zone Ii, Bayambang, Pangasinan. B. This Section Is Prepared In A Concise Manner, The Intention Of Which Is To Save Time And Effort In Locating Important Contents Within These Specifications. C. Execution Of This Section Shall Be Coordinated And Harmonized To Each Corresponding Elaborated Section Of These Same Specifications. D. In Case Discrepancies Exist Between This Section And Its Corresponding Elaborated Sections, Notify The Procuring Entity Immediately For Clarification; Their Decision Shall Be Final. E. The Contractor Shall Bear The Responsibility Of Checking All The Numbers And Units As Indicated In The Bill Of Quantities. It Is Understood That The Contractor Shall Supply And Install The Required Units In Accordance With The Plans And The Specifications. F. In Their Big Proposal, The Bidders May Propose Materials Or Equipment Or Makes Other Than Those Specified In The Boq And/or Specifications, Provided They Are Of Equivalent Specifications And Functionalities. G. During Project Implementation, The Winning Bidder/contractor May Propose Substitution Of Materials Or Equipment Or Makes Other Than Those Specified In The Contract Documents Shall Be Subject To The Approval Of The Procuring Entity For The Following Reasons Only. 1. That The Materials Or Equipment Proposed Substitution Is Equal Or Superior To The Materials Or Equipment Specified In Construction Efficiency And Utility Provided That Any And All Costs Relative Thereof Shall Be Shouldered By The Contractor. 2. Or That The Materials Or Equipment Specified Cannot Be Delivered To The Job Site On Tome To Complete The Work Of The Contractors Due To Conditions Beyond The Control Of The Contractor. 3. In Case Of A Price Difference, The Procuring Entity Shall Receive All Benefits Of The Difference In Cost Involved In Any Substitution And The Contract Shall Be Altered By Change Order To Credit The Procuring Entity With Any Savings So Obtained. H. To Receive Consideration, Request(s) For Substitution Shall Be Accompanied By Documentary Proof Of Equality Or Difference In Price And Delivery, If Any, In The Form Of Certified Quotations And Guaranteed Date Of Delivery From Suppliers Of Either The Proposed Substituted Materials Or Equipment. General Conditions Of Plans And Specifications The Execution Of This Specification, Plans And Other Related Contract Documents Shall Be Subjected To The Rules And Regulations As Provided In The General Conditions Of The Contract. The Plans And Specifications Shall Be Interpreted By The Procuring Entity And Or His/her Representative. The Contractor Is Enjoined To Confer With The Procuring Entity On Items For Clarification Before Submitting His Bid. No Excuses Shall Be Entertained For Misinterpretation Of The Plans And Specifications After The Award Of Contract. All Work As Deemed Required By The Procuring Entity Shall Be Carried Out Properly By The Contractor. A. The Contractor Shall Consult The Procuring Entity On Portion Of The Work Not Mentioned In The Specifications And Not Illustrated On The Plans. He Shall Not Work Without Proper Instruction Or Detailed Plans Approved By The Procuring Entity, Otherwise He Shall Be Responsible For The In Acceptance Of The Work Done Without Details. In Such Case, The Contractor Shall Make Good The Work At His Own Expense. B. No Alteration Or Addition Shall Be Allowed Without The Consent And Proper Documentation Approved By The Procuring Entity, Even Such Change Is Ordered By The Procuring Entity. The Contractor Shall Bring The Case To The Procuring Entity. Request For Approval Of Such Changes, Alteration, Deviation Of Work Shall Not Be Done Without The Consent Of The Procuring Entity. Changes May Be Presented To The Procuring Entity In The Form Of Shop Drawings. Two (2) Sets Of Clean Plans And Specification Shall Always Be Kept At The Jobsite To Be Available To The Procuring Entity Or Their Representative Upon His Request During The Construction. Part D. Electrical Works Item 1100. Conduits, Boxes And Fittings (conduit Works / Conduit Rough-in) Description This Item Shall Consist Of The Furnishing And Installation Of The Complete Conduit Work Consisting Of Electrical Conduits; Conduit Boxes Such As Junction Boxes, Pull Boxes, Utility Boxes, Octagonal And Square Boxes; Conduit Fittings Such As Couplings, Locknuts And Bushings And Other Electrical Materials Needed To Complete The Conduit Roughing-in Work Of This Project. Material Requirements: All Materials Shall Be Brand New And Shall Be Of The Approved Type Meeting All The Requirements Of The Philippine Electrical Code And Bearing The Philippine Standard Agency (psa) Mark. Conduits Conduits Shall Be Standard Rigid Steel, Zinc Coated Or Galvanized. Intermediate Metal Conduit May Be Used If Shown Or Specified On The Approved Plans. Pvc Conduit If Required Shall Be Schedule 40. Enamel Coated Steel Conduits And Conduits With Rough Inner Surfaces Are Not Acceptable. Conduit Boxes All Conduit Boxes Shall Be Code Gauge Steel And Galvanized. Outlet Boxes Shall Be Galvanized Pressed Steel Of Standard Make. In General, Outlet Boxes Shall Be At Least 100 Mm Square Or Octagonal, 53 Mm Deep And 16 Mm Minimum Gauge. Conduit Fittings All Conduit Fittings Such As Locknuts And Bushings Shall Be Galvanized Of Standard Make. Construction Requirements: All Works Throughout Shall Be Executed In The Best Practice In A Workmanlike Manner By Qualified And Experienced Electricians Under The Immediate Supervision Of A Duly Licensed Electrical Engineer. Conduits Conduits Should Be Cut Square With A Hacksaw And Reamed. Bends Shall Be Made With The Required Radius. In Making Bends Only Conduit Bending Apparatus Will Be Used. The Use Of A Pipe Tee Or Vise For Bending Conduits Shall Not Be Permitted. Conduits Which Have Been Crushed, Deformed Or Flattened Shall Not Be Installed. No Running Thread Shall Be Allowed. Conduit Runs Crossing Construction Joints Of The Building Shall Be Provided With Standard Expansion Fittings Of The Approved Type. No Conduits Shall Be Used In Any System Smaller Than 12 Mm Diameter Electric Trade Size Nor Shall Have More Than Four (4) 9o-degree Bends In Anyone Run And Where Necessary, Pull Boxes Shall Be Provided. All Ends Of Conduits Which Are Left Empty In Cabinets And Conduit Boxes Shall Be Plugged With Lead Or Approved Pipe Caps So As To Prevent The Entrance Of White Ants And Dirt Within The Conduit System. Pull Wires Shall Be Inserted In The Empty Ducts Before They Are Closed With Lead Or Pipe Caps And Shall Be Left Therein For Future Use. On Exposed Work, All Pipes And Outlet Boxes Shall Be Secured By Means Of Galvanized Metal Clamps Which Shall Be Held In Place By Means Of Machine Screws. When Running Over Concrete Surfaces, The Screws Shall Be Held In Place By Means Of Expansion Sleeves For Big Pipes And Rolled Lead Sheet For Small Pipes. All Pipes Shall Be Run At Right Angles To And Parallel With The Surrounding Walls. No Diagonal Run Shall Be Allowed And All Bends And Offsets Shall Be Avoided As Much As Possible. Conduits Shall Be Supported At 1,500 Mm Intervals Maximum. Conduit Boxes & Fittings Provide Conduit Boxes For Pulling And Splicing Wires And Outlet Boxes For Installation Of Wiring Devices. As A Rule, Provide Junction Boxes Or Pull Boxes In All Runs Greater Than 30 Meters In Length, For Horizontal Runs. For Other Lengths, Provide Boxes As Required For Splices Or Pulling. Pull Boxes Shall Be Installed In Inconspicuous But Accessible Locations. Support Boxes Independently Of Conduits Entering By Means Of Bolts, Red Hangers Or Other Suitable Means. Conduit Boxes Shall Be Installed Plumb And Securely Fastened. They Shall Be Set Flush With The Surface Of The Structure In Which They Are Installed Where Conduits Are Run Concealed. All Convenience And Wall Switch Outlet Boxes For Concealed Conduit Work Shall Be Deep, Rectangular Flush Type Boxes. Four-inch Octagonal Flush Type Boxes Shall Be Used For All Ceiling Light Outlets And Shall Be Of The Deep Type Where Three Or More Conduits Connect To A Single Box. Floor Mounted Outlet Boxes Required Shall Be Waterproof Type With Flush Brass Floor Plate And Brass Bell Nozzle. All Boxes Shall Be Painted With Antirust Red Lead Paint After Installation. All Conduits Shall Be Fitted With Approved Standard Galvanized Bushing And Locknuts Where They Enter Cabinets And Conduit Boxes. Junction And Pull Boxes Of Code Gauge Steel Shall Be Provided As Indicated Or As Required To Facilitate The Pulling Of Wires And Cables. General Specifications The Work To Be Done Under This Division Of Specifications Consists Of The Fabrication, Furnishing, Delivery And Installation, Complete In All Details Of The Electrical Work, At The Subject Premises And All Work Material's Incidental To The Proper Completion Of The Installation, Except Those Portions Of The Work Which Are Expressly Stated To Be 90ne By Other Fields. All' Works Shall Be Done In Accordance With The Rules And Regulations And With The Specifications. Specifications On: 1. Lighting Fixtures And Lamp A. All Lighting Fixtures And Lamps Are As Specified And Listed On Lighting Fixture Schedule. B. For Fluorescent Lamp, It Shall Be 40-watt Rapid Start Cool-white. All Fluorescent Ballast Shall Be 230 Volt, High Power Factor, Of Good Quality Materials And Approved By The Bureau Of Product Standards (bps). 2. Material Requirements All Materials To Be Used Shall Conform To The Bps Specification. 3. Construction Requirements A. All Grounding System Installation Shall Be Executed In Accordance With The Approved Plans. B. Grounding System Shall Include Building Perimeter Ground Wires, Ground Rods, Clamps, Connectors, Ground Wells And Ground Wire Taps As Shown In The Approved Design. Auxiliary Systems All Auxiliary Systems Such As Telephone And Intercom System, Time Clock System, Fire Alarm System And Public Address/nurse's Call/paging System Installations Shall Be Done In Accordance With The Approved Design. All Materials To Be Used Shall Conform To The Bureau Of Product Standards (bps) Specifications. Important Requirement Regarding Supervision Of The Work And Submission Of Certificate Of Completion. All Wiring Installation Herein Shall Be Done Under The Direct Supervision Of A Licensed Electrical Engineer At The Expense Of The Contractor. The Contractor Shall Submit The Certificate Of Completion Duly Approved By The Owner's Representative. Test And Guarantee Upon Completion Of The Electrical Construction Work, The Contractor Shall Provide All Test Equipment And Personnel And To Submit Written Copies Of All Test Results. The Contractor Shall Guarantee The Electrical Installation Are Done And In Accordance With The Approved Plans And Specifications. The Contractor Shall Guarantee That The Electrical Systems Are Free From' All Grounds And From All Defective Workmanship And Materials And Will Remain So For A Period Of One Year From Date And Acceptance Of Works. Any Defect Shall Be Remedied By The Contractor At His Own Expense. Method Of Measurement The Work Under This Item Shall Be Measured Either By Lengths, Pieces, Pairs, Lot And Set Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1100 Conduits, Boxes And Fittings (conduit Works / Conduit Rough-in) Lot Item 1101. Wires And Wiring Devices Description This Item Shall Consist Of The Furnishing And Installation Of All Wires And Wiring Devices Consisting Of Electric Wires And Cables, Wall Switches, Convenience Receptacles, Heavy Duty Receptables And Other Devices Shown On The Approved Plans But Not Mentioned In These Specifications. Material Requirements Wires And Cables Shall Be Of The Approved Type Meeting All The Requirements Of The Philippine Electrical Code And Bearing The Psa Mark. Unless Specified Or Indicated Otherwise, All Power And Lighting Conductors Shall Be Insulated For 600 Volts. All Wires Shall Be Copper, Soft Drawn And Annealed, Smooth And Of Cylindrical Form And Shall Be Centrally Located Inside The Insulation. All Wiring Devices Shall Be Standard Products Of Reputable Electrical Manufacturers. Wall Switches Shall Be Rated At Least 1 Oa, 250 Volts And Shall Be Spring Operated, Flush, Tumbler Type. Duplex Convenience Receptacles Shall Be Rated At Least 15a, 250 Volts, Flush, Parallel Slots. Single Heavy Duty Receptacles Shall Be Rated At Least 20a, 250 Volts. 3wire, Flush, Polarized Type. Construction Requirements Conductors Or Wires Shall Not Be Drawn In Conduits Until After The Cement Piaster Is Dry And The Conduits Are Thoroughly Cleaned And Free From Dirt And Moisture. In Drawing Wires Into Conduits, Sufficient Slack Shall Be Allowed To Permit Easy Connections For Fixtures, Switches, Receptacles And Other Wiring Devices Without The Use Of Additional Splices. All Conductors Of Convenience Outlets And Lighting Branch Circuit Home Runs Shall Be Wired With A Minimum Of 3.5 Mm In Size. Circuit Home Runs To Panel Boards Shall Not Be Smaller Than 3.5 Mm But All Home Runs To Panel Board More Than 30 Meters Shall Not Be Smaller Than 5.5 Mm. No Conductor Shall Be Less Than 2 Mm In Size. All Wires Of 14mm And Larger In Size Shall Be Connected To Panels And Apparatus By Means Of Approved Type Lugs Or Connectors Of The Solder Less Type, Sufficiently Large Enough To Enclose All Strands Of The Conductors And Securely Fastened. They Shall Not Loosen Under Vibration Or Normal Strain. All Joints, Taps And Splices On Wires Larger Than 14 Mm Shall Be Made Of Suitable Solder Less Connectors Of The Approved Type And Size. They Shall Be Taped With Rubber And Pvc Tapes Providing Insulation Not Less Than That Of The Conductors. No Splices Or Joints Shall Be Permitted In Either Feeder Or Branch Conductors Except Within Outlet Boxes Or Accessible Junction Boxes Or Pull Boxes. All Joints In Branch Circuit Wiring Shall Be Made Mechanically And Electrically Secured By Approved Splicing Devices And Taped With Rubber And Pvc Tapes In A Manner Which Will Make Their Insulation As That Of The Conductor. All Wall Switches And Receptacles Shall Be Fitted With Standard Bakelite Face Plate Covers. Device Plates For Flush Mounting Shall Be Installed With All Four Edges In Continuous Contact With Finished Wall Surfaces Without The Use Of Coiled Wire Or Similar Devices. Plaster Fillings Will Not Be Permitted. Plates Installed In Wet Locations Shall Be Gasketed. When More Than One Switch Or Device Is Indicated In A Single Location, Gang Plate Shall Be Used. Method Of Measurement The Work Under This Item Shall Be Measured Either By Meters, Rolls, Pieces, And Set, Actually Placed And Installed As Shown On The Plans. Basis Of Payment All Work Performed And Measured And As Provided For In This Bid Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1101 Wires And Wiring Devices Lot Item 1102. Power Load Center, Switchgear And Panel Boards, And Other Overcurrent Protection Devices Description This Item Shall Consist Of The Furnishing And Installation Of The Power Load Center Unit Substation Or Low Voltage Switchgear And Distribution Panel Boards At The Location Shown Or The Approved Plans Complete With Transformer, Circuit Breakers, Cabinets And All Accessories, Completely Wired And Ready For Service. Material Requirements All Materials Shall Be Brand New And Shall Be Of The Approved Type. It Shall Conform To The Requirements Of The Philippine Electrical Code And Shall Bear The Philippine Standard Agency (psa) Mark. Power Load Center Unit Substation The Contractor Shall Furnish And Install An Indoor-type Power Load Center Unit Substation At The Location Shown On The Approved Plans If Required. It Shall Be Totally Metal-enclosed, Dead Front And Shall Consist Of The Following Coordinated Component Parts: High Voltage Primary Section: High Voltage Primary Incoming Line Section Consisting Of The Following Parts And Related Accessories: A. One (1) Air-filled Interrupter Switch, 2-position (open-close) Installed In A Suitable Air Filled Metal Enclosure And Shall Have Sufficient Interrupting Capacity To Carry The Electrical Load. It Shall Be Provided With Key Interlock With The Cubicle For The Power Fuses To Prevent Access To The Fuses Unless The Switch Is Open. B. Three (3)-power Fuses Mounted In Separate Compartments Within The Switch Housing And Accessible By A Hinged Door. C. One 1) Set Of High Voltage Potheads Or 3-conductor Cables Or Three Single Conductor Cables. D. Lightning Arresters Shall Be Installed At The High Voltage Cubicle If Required. Items (a) And (b) Above Could Be Substituted With A Power Circuit Breaker With The Correct Rating And Capacity. Transformer Section The Transformer Section Shall Consist Of A Power Transformer With Ratings And Capacities As Shown On The Plans. It Shall Be Oil Liquid-filled Non-flammable Type And Designed In Accordance With The Latest Applicable Standards. The Transformer Shall Be Provided With Four (4 Approximately 2 1/2 % Rated Kva Taps On The Primary Winding In Most Cases One (1) Above And Three (3) Below Rated Primary Voltage And Shall Be Changed By Means Of Externally Gang-operated Manual Tap Changer Only When The Transformer Is De-energized. Tap Changing Under Load Is Acceptable If Transformer Has Been So Designed. The Following Accessories Shall Be Provided With The Transformer, Namely: Drain Valve, Sampling Device, Filling Connection, Oil Liquid Level Gauge, Ground Pad, Top Filter Press Connection, Lifting Lugs, Diagrammatic Nameplate, Relief Valve, Thermometer And Other Necessary Related Accessories. The High-voltage And Low-voltage Bushings And Transition Flange Shall Be Properly Coordinated For Field Connection To The Incoming Line Section And Low Voltage Switchboard Section, Respectively. Low-voltage Switchboard Section The Low-voltage Switchboard Shall Be Standard Modular-unitized Units, Metal-built, Dead Front, And Safety Type Construction And Shall Consist Of The Following: A. Switchboard Housing The Housing Shall Be Heavy Gauge Steel Sheet, Dead Front Type, Gray Enamel Finish Complete With Frame Supports, Steel Bracings, Steel Sheet Panel Boards, Removable Rear Plates, Copper Bus Bars, And All Other Necessary Accessories To Insure Sufficient Mechanical Strength And Safety. It Shall Be Provided With Grounding Bolts And Clamps. B. Secondary Metering Section The Secondary Metering Section Shall Consist Of One (1) Ammeter, Ac, Indicating Type; One (1) Voltmeter, Ac, Indicating Type, One (1) Ammeter Transfer Switch For 3-phase; One (1) Voltmeter Transfer Switch For 3phase; And Current Transformers Of Suitable Rating And Capacity. The Above-mentioned Instruments Shall Be Installed In One Compartment Above The Main Breaker And Shall Be Complete With All Necessary Accessories Completely Wired, Ready For Use. C. Main Circuit Breaker The Main Circuit Breaker Shall Be Draw-out Type, Manually Or Electrically Operated As Required With Ratings And Capacity As Shown On The Approved Plans. The Main Breaker Shall Include Insulated Control Switch If Electrically Operated, Manual Trip Button, Magnetic Tripping Devices, Adjustable Time Over Current Protection And Instantaneous Short Circuit Trip And All Necessary Accessories To Insure Safe And Efficient Operation. D. Feeder Circuit Breakers There Shall Be As Many Feeder Breakers As Are Shown On The Single Line Diagram Or Schematic Riser Diagram And Schedule Of Loads And Computations On The Plans. The Circuit Breakers Shall Be Draw Out Or Molded Case As Required. The Circuit Breakers Shall Each Have Sufficient Interrupting Capacity And Shall Be Manually Operated Complete With Trip Devices And All Necessary Accessories To Insure Safe And Efficient Operation. The Number, Ratings, Capacities Of The Feeder Branch Circuit Breakers Shall Be As Shown On The Approved Plans. Circuit Breakers Shall Each Be Of The Indicating Type, Providing "on" - "off" And "trip" Positions Of The Operating Handles And Shall Each Be Provided With Nameplate For Branch Circuit Designation. The Circuit Breaker Shall Be So Designed That An Overload Or Short On One Pole Automatically Causes All Poles To Open. Low-voltage' Switchgear (for Projects Requiring 'low-voltage Switchgear Only). The Contractor Shall Furnish And Install Low-voltage Switchgear At The Location Shown On The Plans. It Shall Be Metal-clad, Dead Front, Free Standing, Safety Type Construction And Shall Have Copper Bus Bars Of Sufficient Size, Braced To Resist Allowable Root Mean Square (rms) Symmetrical Short Circuit Stresses, And All Necessary Accessories. The Low-voltage Switchgear Shall Consist Of The Switchgear Housing, Secondary Metering, Main Breaker And Feeder Branch Circuit Breakers And All Necessary Accessories, Completely Wired, Ready For Service. Grounding System: All Non-current Carrying Metallic Parts Like Conduits, Cabinets And Equipment Frames Shall Be Properly Grounded In Accordance With The Philippine Electrical Code, Latest Edition. The Size Of The Ground Rods And Ground Wires Shall Be As Shown On The Approved Plans. The Ground Resistance Shall Not Be More Than 5 Ohms. Panel Boards And Cabinets Panel Boards Shall Conform To The Schedule Of Panel Boards As Shown On The Approved Plans With Respect To Supply Characteristics, Rating Of Main Lugs Or Main Circuit Breaker, Number And Ratings And Capacities Of Branch Circuit Breakers. Panel Boards Shall Consist Of A Factory Completed Dead Front Assembly Mounted In An Enclosing Flush Type Cabinet Consisting Of Code Gauge Galvanized Sheet Steel Box With Trim And Door. Each Door Shall Be Provided With Catch Lock And Two-(2) Keys. Panel Boards Shall Be Provided With - Directories And Shall Be Printed To Indicate Load Served By Each Circuit. Panel Board Cabinets And Trims Shall Be Suitable For The Type Of Mounting Shown On The Approved Plans. The Inside And Outside Of Panel Board Cabinets And Trims Shall Be Factory Painted With One Rust Proofing Primer Coat And Two Finish Shop Coats Of Pearl Gray Enamel Paint. Main And Branch Circuit Breakers For Panel Boards Shall Have The Rating, Capacity And Number Of Poles As Shown On The Approved Plans. Breakers Shall Be Thermal Magnetic Type. Multiple Breaker Shall Be Of The Common Trip Type Having A Single Operating Handle. For 50-ampere Breaker Or Less, It May Consist Of Single-pole Breaker Permanently Assembled At The Factory Into A Multi-pole Unit. Construction Requirements The Contractor Shall Install The Power Load Center Unit Substation Or Low-voltage Switchgear And Panel Boards At The Locations Shown On The Approved Plans. Standard Panels And Cabinets Shall Be Used And Assembled On The Job. All Panels Shall Be Of Dead Front Construction Furnished With Trims For Flush Or Surface Mounting As Required. Method Of Measurement The Work Under This Item Shall Be Measured Either By Set And Pieces Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1102 Power Load Center, Switchgear And Panel Boards, And Other Overcurrent Protection Devices Lot Item 1103. Lighting Fixtures And Devices Specifications On: Lighting Fixtures And Lamp A. All Lighting Fixtures And Lamps Are As Specified And Listed On Lighting Fixture Schedule. B. For Fluorescent Lamp, It Shall Be 40-watt Rapid Start Cool-white. All Fluorescent Ballast Shall Be 230 Volt, High Power Factor, Of Good Quality Materials And Approved By The Bureau Of Product Standards (bps). Material Requirements All Materials To Be Used Shall Conform To The Bps Specification. Construction Requirements A. All Grounding System Installation Shall Be Executed In Accordance With The Approved Plans. B. Grounding System Shall Include Building Perimeter Ground Wires, Ground Rods, Clamps, Connectors, Ground Wells And Ground Wire Taps As Shown In The Approved Design. Method Of Measurement The Work Under This Item Shall Be Measured Either By Set, Pieces, Or Lot Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1103 Lighting Fixtures And Devices Lot Item 1208. Fire Alarm System Manual Fire Alarm Bell Fire Alarm Bell Dimensions: 6" Or 150mm X 61mm Height Material: Metal Gong, Plastic Base Operating Voltage: 220v Ac+-5% Operating Current: 95db Break Glass Fire Alarm Switch Dimensions: 3-1/2" X 3-1/2" X 2" Https://drive.google.com/drive/folders/1m_6il4ggq7pv2auiduf0y0nk0b6rz5om?usp=sharing
Closing Date11 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.9 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Sources Sought sources Sought Notice this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is A Sources Sought Request Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Department Of Veterans Affairs Visn 10 Network Contracting Office 10, Serving Indiana, Michigan, And Ohio Va Medical Centers, Is Conducting A Market Survey To Help Determine The Availability And Technical Capability Of Qualified Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, Small Businesses, And/or Hubzone Small Businesses Capable Of Serving The Needs Identified Below. This Sources Sought Notice Is For Open Market As Well As Federal Supply Schedule Services. the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Women Owned Small Business, Hub Zone, 8(a), Small Business, Or Large Business), Relative To Naics 621320. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On The System For Award Management (sam) Federal Business Opportunities Website Https://sam.gov/content/home At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. please Note That This Is Not A Request For Proposal; No Solicitation Exists At This Time. project Requirments: background the Visn 10 Va Medical Facilities Have A Need To Purchase Nonpersonal Services To Provide Optical Dispensing For The Va Medical Centers (vamc), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. the Visn 10 Va Medical Facilities Are Seeking To Procure Optical Dispensing Services That Can Meet Or Exceed Our Required Specifications. As A Result Of This Sources Sought And Market Research, A Solicitation Will Be Publicly Posted To Sam.gov As Well As Sent To Interested Vendors Regarding This Requirement. The Goal Of This Sources Sought Is To Establish If There May Be Any Small Business Vendors That Can Satisfy This Requirement. Please Advise If You Can Provide The Service. Please Submit All Information To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025. anticipated Period Of Performance: March 26, 2025, Through March 25, 2026, With One (1) Option Year. the Intended Delivery Period Is To Be Determined. confidentiality Of Information in Accordance With Far 52.227-14(b), The Contractor Shall Guarantee Strict Confidentiality Of The Information/data That It Is Provided By The Government During The Performance Of The Contract. The Government Has Determined That The Information/data That The Contractor Will Be Provided During The Performance Of The Contract Is Of A Sensitive Nature And Cannot Be Disclosed In Any Manner. the Contractor, In Whole Or In Part, Can Only Make Disclosure Of The Information/data, After The Contractor Receives Prior Written Approval From The Contracting Officer. Whenever The Contractor Is Uncertain With Regard To The Proper Handling Of Information/data Under The Contract, The Contractor Shall Obtain A Written Determination From The Contracting Officer. interested Firms Responding To This Sources Sought Notice Must Adhere To The Following: (a) Provide A Capability Statement Demonstrating Relevant Experience, Skills, And Ability To Fulfill The Government's Requirements For The Above. The Capability Statement Should Contain Sufficient Detail For The Government To Make An Informed Decision Regarding Your Capabilities; However, The Statement Should Not Exceed 10 Pages. (b) The Capability Statement Must Identify The Responder's Business Type And Size. (c) The Capability Statement Must Provide Company Name And Address, Point Of Contact, Phone/fax/email And Naics Code(s). (d) All Capability Statements Must Be Submitted To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025. this Notice Is Not A Request For Proposals. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization S Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s). a Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Discretion Of The Government. If Capability Statements Are Not Received From At Least Two Responsible Businesses By The Response Date Or If The Government Determines That No Small Business Concerns Are Capable Of Performing This Requirement Based Upon An Evaluation Of The Capability Statements Submitted, The Government May Proceed With A Full And Open Competition. ohio Optical Dispensing Services part 1 general Information general: this Is A Nonpersonal Services Contract To Provide Optical Dispensing Services For The Va Medical Centers (vamcs), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. The Government Shall Not Exercise Any Supervision Or Control Over The Personnel Performing The Services Described Herein. Such Personnel Shall Be Accountable Solely To The Contractor Who, In Turn, Is Responsible To The Government. description Of Services/introduction: the Contractor Shall Provide All Personnel, Equipment, Supplies, Off-site Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Nonpersonal Services Necessary To Fitting, Ordering, Adjusting, Conducting Minor Repairs, And Education For Dispensing Eyeglasses To Veterans In The Ohio Va Service Area, As Defined In This Performance Work Statement (pws), Except For Those Items Specified As Government-furnished Property And Services. The Government Will Provide Spaces For Performance, And Others Will Be Furnished By The Contractor (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address). background: the Veterans Integrated Service Network (visn) 10 Prosthetics Program Fabricates Eyeglasses For The Visn 10 Vamcs And Their Supporting Cbocs And Clinics. While The Eyeglasses Are Manufactured At The Visn 10/12 Optical Lab, Visn 10 Requires On-site Dispensing Services Or, Where There Is A Lack Of Clinic Space, Requires Off-site Dispensing Services. These Dispensaries Will Serve Various Functions. The Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision Necessary For Eyeglass Dispensary Services, To Include Functions Such As Fitting, Ordering, Adjusting, Dispensing, Repairing (minor), And Education Of Veterans. 1.3 Scope Summary: the Government Intends To Enter Into One (or More) Indefinite Delivery Indefinite Quantity Contract(s) That Clearly Outline The Contractor S Obligations Regarding Ordering And Dispensing Eyewear To Veterans Within The Framework Of Established Va Guidelines And Practices. visn 10 Anticipates Awarding One (1) (or More) Firm-fixed Price Contract(s). The Awarded Contract(s) Will Contain One (1) Base Period And Two (2) Option Periods (see Price Schedule For Performance Periods). the Sites Covered By This Requirement Shall Include Vamcs, Cbocs, And Clinics, As Detailed In Section 1.5.5 Below. 1.4 Period Of Performance: to Be Determined. 1.5 General Information: 1.5.1 Quality Control: the Contractor Shall Develop And Maintain An Effective Performance Monitoring Plan To Ensure Services Are Performed In Accordance With This Pws. The Contractor Shall Develop And Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. 1.5.2 Quality Assurance: the Government Shall Evaluate The Contractor S Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Is Primarily Focused On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With The Performance Standards. It Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Minimum Acceptable Defect Rates. 1.5.3 Recognized Holidays: new Year S Day Labor Day martin Luther King Jr. S Birthday Columbus Day president S Day Veteran S Day memorial Day Thanksgiving Day juneteenth Independence Day Christmas Day independence Day **and Any Other Day Declared By The President Of The United States As A Federal Holiday** 1.5.4 Hours Of Operation: the Schedule Of Days And Hours Of Operation Shall Be Mutually Agreed Upon Between Contractor And Government. Section 4.0.3 Of This Pws Establishes The Minimum Number Of Days Of Operation Per Week At Each Location; The Contractor Shall Provide These Services On Weekdays. On The Days The Contractor Provides Optician Services, Said Services Shall Be Available During The Same Hours The Site (i.e., Vamc, Cboc, Or Clinic) Is In Operation Or Open For Appointments. For Those Sites Where Optician Services Are Provided Five Days Per Week, Monday Through Friday, If The Contracting Officer S Representative (cor) Determines The Volume Of Optical Orders Warrants Additional Coverage, The Contractor Shall Be Responsible For Providing Optician Services On Saturdays As Well. For Locations That Are Open Fewer Than Five Days Per Week, The Contractor Shall Establish Consistent Days And Hours Of Operation. Additionally, During The Weekdays In Which An Optician Is Not On-site, The Contractor Shall Make An Alternative Ordering Location Available To Veterans. The Contractor Is Not Responsible For Conducting Business On The Recognized Holidays Listed In Section 1.5.3, Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves. The Contractor Must At All Times Maintain An Adequate Workforce For The Uninterrupted Performance Of All Tasks Defined Within This Pws When The Government Facility Is Not Closed For The Reasons Discussed In This Section. An Adequate Workforce Includes Operating Hours As Well As Staffing Levels To Support Workload Demand. When Hiring Personnel, The Contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Are Essential To Successful Performance. 1.5.5 Place Of Performance: the Work To Be Performed Under This Contract Will Be Performed At/nearby*: chillicothe Vamc 17273 State Route 104, Chillicothe, Oh 45601 athens Cboc 510 West Union Street, Athens, Oh 45701 cambridge Cboc 2146 Southgate Pkwy., Cambridge, Oh 43725 lancaster Cboc 1550 Sheridan Drive, Suite 100, Lancaster, Oh 43130 portsmouth Cboc 840 Gallia Street, Portsmouth, Oh 45662 marietta Cboc 418 Colgate Drive, Marietta, Oh 45750 wilmington Outreach Clinic 448 West Main Street, Wilmington, Oh 45177 â  â  cincinnati Vamc 2929 Highland Avenue, Cincinnati, Oh 45220 bellevue Cboc 103 Landmark Drive, Suite 300, Bellevue, Ky 41073 florence Cboc 7310 Turfway Road, Suite 540, Florence, Ky 41042 hamilton Cboc 1755-c South Eire Highway, Hamilton, Oh 45011 lawrenceburg Cboc 1600 Flossie Drive, Greendale, In 47025 clermont County Cboc 4600 Beechwood Road, Cincinnati, Oh 45244 georgetown Cboc 474 Home Street, Georgetown, Oh 45121 â  â  louis Stokes Cleveland Vamc 10701 E. Boulevard, Cleveland, Oh 44106 akron Cboc 55 W. Waterloo, Akron, Oh 44319 canton Cboc 733 Market Avenue South, Canton, Oh 44702 new Philadelphia Cboc 1260 Monroe Avenue - Suite 1a, New Philadelphia, Oh 44663 lake County Va Cboc 35000 Kaiser Court, Willoughby, Oh 44094 east Liverpool/calcutta Cboc 15655 State Route 170 - Suite A, Calcutta, Oh 43920 lorain Cboc 5275 North Abbe Road, Elyria, Oh 44035 sandusky Cboc 1912 Hayes Avenue, Sandusky, Oh 44870 mansfield Cboc 1025 South Trimble Road, Mansfield, Oh 44906 youngstown Cboc 1815 Belmont Avenue, Youngstown, Oh 44505 parma Cboc 8787 Brookpark Road, Parma, Oh 44141 ravenna Cboc 6751 N. Chestnut St, Ravenna, Oh 44266 warren Cboc 1460 Tod Ave Nw, Warren, Oh 44485 chalmers P. Wylie Ambulatory Care Center (acc) 420 N. James Road, Columbus, Oh 43219 newark Cboc 1855 W. Main Street, Newark, Oh 43055 grove City Cboc 5775 N. Meadows Drive, Grove City, Oh 43123 zanesville Cboc 2800 Maple Avenue, Zanesville, Oh 43701 marion Cboc 1203 Delaware Avenue, Marion, Oh 43224 â  dayton Vamc 4100 W. Third Street, Dayton, Oh 45428 lima Cboc 1303 Bellefontaine Avenue, Lima, Oh 45804 richmond Cboc 1010 N. J Street, Richmond, In 47374 springfield Cboc 512 South Burnett Road, Springfield, Oh 45505 middletown Cboc 4337 North Union Road, Middletown, Oh 45005 *these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer (co). 1.5.6 Type Of Contract: the Government Intends To Award One (or More) Indefinite Delivery Indefinite Quantity Contract(s). 1.5.7 Security Requirement And Background Checks: the Contractor Shall Be Given Beneficiary Information That May Include The Veteran S Name, Residential Address, Telephone Number, And Social Security Number. Beneficiary Information Is Confidential And Is Protected Under The Privacy Act Of 1974 And The Healthcare Insurance Portability And Accountability Act Of 1996 (hipaa). Any Individual Making Unauthorized Disclosures May Be Criminally Liable For Violations Under The Acts. The Contractor Shall Not Use Or Further Disclose Beneficiary Information In A Manner That Would Violate The Federal Privacy And Confidentiality Statutes. The Contractor Shall Receive Privacy Training Before Performance Begins On This Contract And Annually Thereafter Through The Va S Training Management System (tms). Completion Certificates Shall Be Faxed To The Cor. Any Electronic Communication That Includes Hipaa Information Shall Be Done Through Pki Encrypted E-mail. once Tms Training Is Completed And Training Certificates For The Required Information Security And Privacy Training Courses Are Provided To The Cor, And The Visn 10 Unified Access Request Form Has Been Submitted By The Cor, The Contractor May Be Granted Access To The Veterans Health Information System Technology Architecture (vista) And/or Previous Prescription Data Needed For Prescriptions, Troubleshooting Fitting, Etc. The Appropriate Access Is Determined By The Cor. the Contractor Shall Maintain Positive Control Over Any Government-issued Items, Including But Not Limited To The Following: keys government Computers sample Eyeglass Frames fax Machines (where Applicable) all Items And Government Areas Shall Be Secured When Not In Use. 1.5.8 Special Qualifications: vendor Will Be Qualified To Educate And Assist The Veterans In The Proper Choice, Use, And Care Of Their Eyewear. In Addition To Frame Selection, The Vendor Will Be Responsible For All Measurements And Fitting Of Eyewear. Appropriate State Licensure/certifications Will Be Required If Deemed Necessary By The State Where The Vamc, Cboc, Or Clinic Is Located. Vendor Shall Provide Appropriate Professional Business License(s) Within The State Or States Required Per Each Facility Serviced. Vendor Shall Also Comply With Any Other Federal, State, And Local Law Applicable To The Industry. 1.5.9 Post Award Conference/periodic Progress Meetings: the Contractor Agrees To Attend Any Post Award Conference Convened By The Contracting Activity, In Accordance With Federal Acquisition Regulation Subpart 42.5. The Co, Cor, And Other Government Personnel, As Appropriate, May Meet Periodically With The Contractor To Review The Contractor's Performance. At These Meetings, The Co Will Apprise The Contractor Of How The Government Views The Contractor's Performance And The Contractor Will Apprise The Government Of Problems, If Any, Being Experienced. Appropriate Action Shall Be Taken To Resolve Outstanding Issues. These Meetings Shall Be Attended At No Additional Cost To The Government. 1.5.10 Contracting Officer S Representative (cor): the Cor Will Be Identified By Separate Letter. The Cor Monitors All Technical Aspects Of The Contract And Assists In Contract Administration. The Co Will Issue A Letter Of Delegation To The Cor And A Copy Will Be Provided To The Contractor. This Delegation Will State The Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract. 1.5.11 Key Personnel: the Follow Personnel Are Considered Key Personnel By The Government: contracting Officer contracting Officer S Representative a Prosthetics And Sensory Aids Service (psas) Representative Will Be Located At Each Of The Vamc Facilities. The Contact Information For The Psas Representative Will Be Provided To The Contractor Upon Contract Award. A Psas Representative Has The Exclusive Responsibility For Determining Eligibility And Necessity For Va Prosthetic Goods And Services (e.g., Eyeglasses). The Psas Representative Also Coordinates And Resolves Problems Related To Such Goods And Services. Any Matter That Cannot Be Resolved By A Psas Representative Will Be Referred To The Cor. Any Matter Than Cannot Be Resolved By A Cor Will Be Referred To The Co. the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person And An Alternate Who Shall Act For The Contractor When The Manager Is Absent Shall Be Designated In Writing To The Co. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager Or Alternate Shall Be Available During Regular Working Hours, Monday Through Friday (and Saturday, If Applicable At The Location) Except On The Recognized Holidays Listed In Section 1.5.3 Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves. 1.5.12 Identification Of Contractor Employees: all Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. They Must Also Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. All Contract Personnel Shall Wear Identification On The Outside Of Their Attire While Under Performance Under This Contract. The Identification Tag Shall Indicate That He Or She Is A Contractor And Include His Or Her First And Last Name. These May Be Either Government (contractor Personal Identity Verification) Or Contractor-issued Identification Tags. 1.5.13 Contractor Required Dress Code: all Employees Involved In The Performance Under This Contract Shall Dress In Accordance With The Policies Of The Vamc, Cboc, And/or Clinics At Which They Perform Under The Contract. part 2 definitions & Acronyms 2.0 Definitions And Acronyms 2.0.1 Definitions: acceptable Quality Level (aql). The Aql Expresses The Allowable Variation From The Standard That Will Result In An Acceptable Level Of Quality (100% Unless Otherwise Stated) That Is The Maximum Allowable Error Rate Or Variation From The Standard. contractor. A Supplier Or Vendor Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime. contracting Officer. A Person With Authority To Enter Into, Administer, And/or Terminate Contracts, And Make Related Determinations And Findings On Behalf Of The Government. The Co Is The Only Individual Who Can Legally Bind The Government. contracting Officer S Representative (cor). An Employee Of The U.s. Government Appointed By The Co To Administer The Contract. Such Appointment Shall Be In Writing And Shall State The Scope Of Authority And Limitations. This Individual Has Authority To Provide Technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract. dispensed: Prosthetic Devices Will Be Considered Dispensed When The Veteran Has Been Contacted For Pick-up Or The Device Has Been Mailed. If The Contractor Is Unable To Make Contact With The Veteran On The First Attempt, The Contractor Shall Make A Documented Second Attempt Within Five (5) Business Days. After Two Failed Attempts To Reach The Veteran Via Telephone, The Contractor Shall Send A Letter To The Veteran Informing Him Or Her The Eyeglasses Are Ready For Pickup. defective Service. A Service Output That Does Not Meet The Standard Of Performance Associated With The Performance Work Statement. key Personnel. Contractor Personnel That Are Evaluated In A Source Selection Process And That May Be Required To Be Used In The Performance Of A Contract By The Key Personnel Listed In The Pws. When Key Personnel Are Used As An Evaluation Factor In Best Value Procurement, An Offer Can Be Rejected If It Does Not Have A Firm Commitment From The Persons That Are Listed In The Proposal. quality Assurance. The Government Procedures To Verify That Services Being Performed By The Contractor Are Performed According To Acceptable Standards. quality Assurance Surveillance Plan (qasp). An Organized Written Document Specifying The Surveillance Methodology To Be Utilized By The Government For Surveillance Of Contractor Performance. quality Control. All Necessary Measures Taken By The Contractor To Assure That The Quality Of An End Product Or Service Shall Meet Contract Requirements. shipped. For Items Shipped Directly To Veterans By The Va, Items Will Be Considered Shipped When The Contractor Receives The Shipping Manifest From The Va. For Items Shipped Directly To Veterans By The Contractor (i.e., Upgraded Eyeglasses), Items Will Be Considered Shipped When The Items Are Mailed Via The Postal/package Carrier (e.g., United Parcel Service (ups), Fedex, Or United States Postal Service (usps)). subcontractor. One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor. workday. The Number Of Hours Per Day The Contractor Provides Services In Accordance With The Contract. work Week. Monday Through Friday, Unless Otherwise Specified. 2.0.2 Acronyms/abbreviations: acc Ambulatory Care Center aql Acceptable Quality Level aus Acquisition And Utilization Specialist cboc Community Based Outpatient Clinic co Contracting Officer cor Contracting Officer S Representative hipaa Health Insurance Portability And Accountability Act Of 1996 psas Prosthetics And Sensory Aids Service pws Performance Work Statement qa Quality Assurance qasp Quality Assurance Surveillance Plan qc Quality Control roe Remote Order Entry tms Training Management System vamc Veterans Affairs Medical Center visn Veterans Integrated Service Network vista Veterans Health Information System Technology Architecture part 3 contractor-furnished Items And Services 3.0 Contractor-furnished Items And Responsibilities: 3.0.1 Services: the Contractor Shall: provide All Labor (complying With Service Contract Act Wage Determinations), Equipment, Materials, Supplies, And Supervision. ensure All Of The Vendor S Employees Possess The Appropriate State Licensure/certifications Deemed Necessary By The Applicable State Law. provide Documentation Showing Initial Employee Orientation And On-going Training, Which Demonstrates The Employee S Knowledge, Experience, And Competence Are Appropriate For His/her Assigned Responsibilities. The Vendor Shall Document Assessment Of Employee Competency. As A Part Of The Employee S Initial Orientation, The Vendor Shall Provide An Orientation On The Va And On The Requirements Of This Contract. Training Topics Shall Cover All Aspects Of The Services Provided Under This Contract, Including Patient Confidentiality, Patient Safety And Risk Assessment, Hipaa, Remote Order Entry (roe), Vista, Communicating Safe Use And Care Of Equipment To Patients And Caregivers, And Infection Control Procedures. The Vendor Assures All Personnel Comply With All Current And Future Va Requirements Such As Safety, Ethics, And Hipaa, Required Of Business Associates, Which May Also Include Tms Training Assignments. ensure A High Degree Of Professionalism And Understanding Are Demonstrated When The Vendor S Employees Interact With Patients. The Vendor S Employees Are Expected To Be Discreet And Tactful And Demonstrate Concern, Compassion, And Patience. Some Patients Have Physical Disabilities Or Chronic Illnesses That Influence Their Behavior And Lifestyle. Verbal Or Physical Abuse, Or Unprofessional Behavior Or Conduct Toward A Patient And/or Caregiver, Will Not Be Tolerated. The Va Reserves The Right To Request The Removal Of Any Employee From Performance Of Services Under This Contract If His/her Behavior And/or Level Of Services Provided Are Not In Strict Accordance With The Requirements Of This Contract. ensure Vendor S Employees Provide Superior Customer Service And Answer All Patient Or Va Staff Inquiries No Later Than 5:00 P.m. The Following Business Day. make Employee Records, Including But Not Limited To Training Documentation, Available For Review By The Cor. This Request May Be Made During Visits To The Vendor S Facility, Or The Vendor May Be Requested To Submit The Documentation To The Cor S Location. The Vendor Shall Provide A List To The Cor That Identifies Employee S Location And The Type Of Services He/she Provides. The Initial List Shall Be Submitted 10 Days Prior To Performance Beginning Under The Contract. allow The Government To Perform Unannounced Site Visits To Any Vendor Facilities Or Off-site Locations At The Government S Discretion. ensure Professional Business Certifications/licensure Within The State(s) Required Per Each Facility Serviced. All Applicable Documentation Shall Be Provided To The Cor Prior To Each Employee Initiating Work In Accordance With The Contract And Annually Thereafter. 3.0.2 Materials: unless Provided By The Government At A Government Facility, The Contractor Shall Provide The Following: Furniture; A Lensometer; And Basic Tools And Materials For Adjusting And Completing Simple Repairs (e.g., To Nose Pads Or Screws, And Adjustments) To Eyeglasses At All Dispensing Locations Appropriate To The Size Of The Location And Estimated Quantity Of Customers. The Contractor Is Responsible For Display Boards, Equipment, And Tools Required For The Display Of Frames. The Government Will Provide Fax Machine And/or Printers At All Government Facilities Where Required (including To Any Location Without Roe Capabilities). The Contractor Is Responsible For Providing Fax Machines And/or Printers At All Off-site Locations. 3.0.3 Facilities: the Contractor Will Be Responsible For Providing Spaces/facilities To Perform Under The Contract For The Following Locations (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address): main Vamc location chillicothe athens Oh chillicothe cambridge Oh chillicothe lancaster Oh chillicothe marietta Oh chillicothe portsmouth Oh cincinnati greendale In cincinnati florence Ky cincinnati bellevue Ky cincinnati clermont Oh cincinnati hamilton Oh cincinnati georgetown Oh cleveland new Philadelphia Oh cleveland sandusky Oh cleveland east Liverpool Oh cleveland warren Oh cleveland ravenna Oh cleveland lorain Oh cleveland mansfield Oh columbus newark Oh columbus grove City Oh columbus marion Oh columbus zanesville Oh dayton lima Oh dayton richmond In dayton springfield Oh dayton middletown Oh *these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer. **if Adequate Off-site Location Coverage Is Not Available, Vendor Is Responsible For Working With Cor To Determine Space And Needs Required To Perform Services On-site At Va Location. part 4 government-furnished Items And Services 4.0 Government-furnished Items And Responsibilities: 4.0.1 Equipment: the Government Will Supply The Following Equipment For Use Under The Contract: government Computer For Each Location sample Eyeglass Frames For Each Location fax Machines (as Needed) 4.0.2 Materials: the Government Shall Supply The Following Materials For Use Under The Contract: frame Selection Kit For Each Location 4.0.3 Facilities: the Va Will Provide Space At The Following Locations. Each Government-provided Space Listed Below Will Include Lights, Telephone, Climate Control, Desk, Office Chair, Patient Chair, Adequate Storage, Computer, And Secured Area. location estimate Of Total Number Of Eyeglasses For Ordering Period # 1 (base Year) minimum Required Days Of Operation Per Week akron Cboc 2,587 5 Daysâ  canton Cboc 2,587 5 Daysâ  lorain Cboc 1,360 2 Daysâ  mansfield Cboc 1,587 2 Daysâ  parma Cboc 2,668 5 Daysâ  youngstown Cboc 2,342 5 Daysâ  vamc Chillicothe 7,901* 5 Daysâ  vamc Cincinnati 9,730* 5 Daysâ  vamc Cleveland 9,168* 5 Daysâ  vamc Columbus 13,188* 5 Daysâ  vamc Dayton 10,390* 5 Daysâ  lake County Cboc 1,639 5 Daysâ  grove City Cboc 907 2 Daysâ  total Estimate For Ordering Period # 1 (base Year) 66,054 *denotes Locations Where Off-site Volume Was Included In Estimates **these Locations And Days Of Operation Requirements May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer. part 5 specific Tasks 5.0 Specific Tasks: 5.0.1 Specific Task # 1: the Contractor Shall Provide The Following Services When Fitting For Or Dispensing Eyeglasses: vendor Shall Fit The Veteran With The Proper Frame Style For The Veteran And His/her Prescription. vendor Shall Determine The Pupillary Distance, Segment Height, And/or Optical Center Height. vendor Shall Troubleshoot Any Optical Issues Before Sending The Veteran Back To The Eye Clinic. vendor Shall Fit And Adjust Glasses For The Veteran. vendor Shall Perform Minor Repairs On Glasses (i.e., Adjust Nose Pads And Screws And Make Other Minor Adjustments). vendor Shall Educate Veterans On The Advantages And Disadvantages Of Different Segment Styles. vendor Shall Only Use Va Sample Frames As Sample/trial Frames. Sample Frames Shall Not To Be Sold Or Issued To Veterans Or Used For Repairs. vendor Shall Wash/sanitize Hands And All Sample Frames And Surfaces Used Between Each Patient With Va-approved Sanitizer As Part Of Infection Control Requirements. vendor Shall Be Required To Obtain Access To The Va S Roe And Enter Prescription And Patient Measurements Into The System. Vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included In The Roe. vendor Shall Be Required To Maintain A High Level Of Accuracy When Entering Orders Into Roe. Frequent Optician Errors Shall Be Addressed By The Vendor And Additional Training Shall Be Documented. vendor Shall Use The Va S Roe Unless It Is Not Available. For Off-site Vendors, The Off-site Vendor Shall Fax Orders To An On-site Vendor Location For Order Entry. Every Faxed Order Shall Include A Cover Sheet, Location, And Account Number If Not Using The Roe System. in The Event Roe Is Not Operational, The Vendor Shall Fax Orders To The Visnâ 10/12 Optical Lab Only On A Contingency Basis And Only With The Approval Of The Visn 10 Acquisition And Utilization Specialist (aus) Program Manager And/or Cor. vendor Shall Be Required To Obtain Access To Vista And Add A Comment To Veteran S Electronic Consult Indicating When The Veteran Ordered Glasses. as The Va S Electronic Health Record Program, Cerner, Is Implemented At Care Sites, Vendor Shall Be Required To Undergo Required Training To Gain Appropriate Access And Knowledge Of The System. During Training, The Optical Shop Hours May Be Reduced In Order To Fulfill Requirements For Go-live. once The Cerner System Is Implemented, The Vendor Shall Be Required To Maintain Appropriate Access And Follow Outlined Procedures To Ensure Accurate Eyeglass Processing. vendor May Not Batch Orders For More Than One Day. vendor Shall Respond To All Voicemail, My Healthevet Messages From Veterans, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day. vendor Shall Offer A Retail Selection Of Frames, Lenses, And Add-on Options For Veteran To Choose From At Their Own Expense. if A Veteran Is Eligible For Eyewear, He/she Should Choose From The Collection Provided From The Visn 10/12 Optical Lab. Vendor Shall Not Attempt To Upgrade Eyewear By Soliciting Add-ons; The Add-ons Must Solely Be At The Request Of The Veteran And May Be Provided By The Vendor. Any Add-on Orders And Agreements Are Between The Veteran And The Vendor, And The Vendor Will Manufacture/supply The Upgraded Eyewear. vendor Awarded This Contract Must Enter Into An Agreement With The Veteran Canteen Service For Sale Of Goods On Government Property. This Agreement Will Include A Commission Payment On Retail Sales To The Veteran Canteen Service. This Refers To The Eyeglasses Sold To The Veteran That Are Not Part Of The Va Benefits. The Agreement With The Veteran Canteen Service Is A Requirement For Any Goods Sold At Va Facilities. vendor Shall Ensure That The Dispensary Is Open And Staffed During The Same Hours As The Servicing Eye Clinic, And For The Minimum Number Of Days Per Week Established In Section 4.0.3 Of This Pws. Vendor Shall Also Ensure Vendor Is Capable Of Providing Services To Patients Commensurate With The Government-provided Estimates. Each Site Should Be Staffed With The Appropriate Number Of Qualified Personnel To Provide Adequate Services To The Estimated Number Of Customers As Provided By The Government For Each Site. Dispensing Sites That Have Two Or More Personnel Shall Be Open During Lunch Period. Locations That Have One Personnel May Be Closed To Meet Legal Requirements For Lunch And Breaks. 5.0.2 Specific Task # 2: the Contractor Shall Conduct The Ordering, Delivery, And Inspection Functions Of The Eyeglasses In Accordance With The Following: the Visn 10/12 Optical Lab Will Ship All Completed Eyeglasses To The Appropriate Location And Include Packing Slips For Verification. If Discrepancies Are Found, The Vendor Must Notify The Visnâ 10/12 Optical Lab Within 24 Hours After Discovery Of The Discrepancy. the Va Reserves The Right To Ship Completed Eyeglasses Directly To The Veteran. Contractor Will Be Paid The Lower Rate When Eyeglasses Are Shipped Directly To The Veteran. vendor Will Notify The Veteran When Glasses Are Ready For Pick Up, No Later Than The Next Business Day After Delivery To The Dispensary. vendor Will Fit And Adjust On Site (preferred Method) Or Mail Glasses To The Veteran S Home If The Veteran Requests Them To Be Mailed. Vendor Will Be Responsible For All Shipping/mailing Costs Associated With Eyeglasses That Are Not Shipped Directly To The Veteran By The Va. The Vendor Shall Have A Confirmation Of Delivery (i.e., Ups, Fedex With Tracking Number, Or Usps-certified Mail (no Signature Required)). Regardless Of The Dispensing Method Chosen By The Veteran, The Vendor Will Document The Dispensing Date Or If Mailed, The Shipping Date In Vista Or Comparable Va Software Program. The Vendor Is Responsible For Tracking All Packages Until Delivery. any Packages Left In Status Other Than Delivered Are The Responsibility Of The Vendor To Resolve Within Seven (7) Business Days Of The Expected Delivery Date. vendor Will Provide The Local Prosthetic Service With A Copy Of The Visn 10/12 Optical Lab Invoice And An Invoice For Dispensing Fees. The Dispensing Fee Invoice Shall Be In Excel Format. The Invoice Must Be Typed And At Minimum, List The Veteran S Last Name, First Name, The Last Four Of His/her Social Security Number, Consult Number And The Date The Eyeglasses Were Dispensed To The Veteran Or Shipped. This Will Be Done For Each Individual Pair Of Eyeglasses Dispensed To The Veteran Or Shipped. vendor Is Responsible For Shipments Sent To The Visn 10/12 Optical Lab Including Patient Owned Frames. All Shipments Will Be Sent Via A Carrier That Can Be Tracked And Must Include A Packing Slip With Patient S Name, Last 4, Optical Shop Account Number, And A Detailed Description Of Items In The Shipment. vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included On The Order Form Sent To The Visn 10/12 Optical Lab No Later Than 5:00â p.m. The Following Workday. vendor Will Bring Any Quality Issues To The Attention Of The Visn 10 Aus Program Manager And/or Cor Within 24 Hours Of Receipt Of The Eyewear. vendor Will Receive The Prescription Consult From The Optometrist And Enter The Prescription And Patient Measurements Into The Roe System (where Available). Vendor Shall Ensure That All Information Needed To Fabricate The Eyeglasses Is Included In The Roe System. The Visn 10/12 Optical Lab Has Access To The Roe System. vendor Shall Use The Va S Roe System Unless It Is Not Available. Vendor S Third Party, Off-site Locations May Not Have Access To The Roe System. In Those Cases, The Third Party/off-site Vendor Shall Send Orders To The On-site Vendor S Location Of Choice And The On-site Vendor Will Be Responsible For Entering Into The Roe System. roe System Will Allow The Optician To View The Status Of The Eyeglasses, Including Whether They Have Been Dispensed Or Shipped. Vendor Can Enter Notes, Including But Not Limited To Special Instructions To The Lab Using The Roe System. 5.0.3 Specific Task # 3: the Contractor Shall Provide To The Cor Or Designee The Following Monthly Reports, Submitted Via Email, No Later Than Five (5) Business Days Following The End Of The Previous Month: patient Satisfaction Survey: A Survey Which The Contractor Is Required To Develop And Update As Needed. The Survey Will Be Approved By The Government Prior To Use. Contractor Shall Ensure A Minimum Of 50 Patients Per Month Complete The Survey At Each Location (vamc, Cbocs, And Clinics). timeliness Report: Measure Turnaround Times From Point Of Initial Contact (fitting) To Eyeglasses Being Dispensed. The Report Will Include At A Minimum The Following: the Location, Date Of Fitting, Optical Lab Order Date, Receipt Date From Optical Lab, And Date Dispensed/mailed To Patient. quality Report: Evaluate Any Issues With Eyeglass Frames, Lenses And Document The Findings, Recommendations And Actions Taken (this Report Addresses Common Problems With Eyeglasses Received From The Lab). part 6 attachment/technical Exhibit Listing 6.0 Attachment/technical Exhibit List 6.0.1 Attachment/technical Exhibit List Performance Requirements Summary: performance Requirements Summary performance Objective standard required Adherence Level the Contractor Shall Provide Services When Fitting For Or Dispensing Eyeglasses. all Customers Serviced (see Section 5.0.1 Of Pws) 100% the Contractor Shall Order, Accept Delivery, And Inspect All Eyeglasses Upon Receipt. all Orders (see Section 5.0.2 Of Pws) 98% the Contractor Shall Provide All Reports To The Government As Required. all Reports Received Within Five Business Days Of The End Of The Previous Month (see Section 5.0.3 Of Pws) 95% the Contractor Shall Provide All Completed Orders To The Optical Lab No Later Than 5:00 P.m. The Following Business Day. all Orders (see Section 5.0.2 Of Pws) 99% the Contractor Shall Respond To All Voicemails, My Healthevet Messages, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day. all Customers Serviced (see Section 5.0.1 Of Pws) 100% the Contractor Shall Monitor Staff Compliance To Ensure Limited Optician Errors. all Orders (see Section 5.0.1 Of Pws) no More Than Two (2) Optician Errors Per Optician, Per Calendar Month disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice.
Closing Date28 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Machinery and Tools...+1Automobiles and Auto Parts
United States
Details: Must Be New Equipment. No Refurbished Or Rebuilt. performance Specifications purchase Description – Clin 0001 2024 Nordco Model Tripp-hd Tie Inserter/remover Or Equivalent model: nordco 2024 Model Tripp-hd Tie Inserter/remover Or Equivalent for Operation On Standard 56.5" Gauge Track machine Must Be New And Unused, Not Reconditioned chassis: heavy Duty Welded Center Beam Type Steel Frame federal Yellow Paint Spec No. 535c-13538 Standard Paint left Front Manual Anti-de-rail 3 Lifting Eyes For Lifting Machine 4" Standard Bumpers Included 10 Keyhole Tie-downs Welded On The Frame 1 Each Front/rear Tow Bar Chain Holder mitten Style Standard Tow Hitch black Metal Lockable Tool Box (14"x32"x19") Mounted To Frame remote Lockable Fluid Drains - Color Coded 4" Dot Reflective Tape power Unit: tier Iv Final Diesel Engine dry Type Air Cleaner 145 Gal. Diesel Fuel Tank Capacity fuel Level Site Gauge On Tank high Temperature- Low Oil Pressure Warning engine De-rate And Warning System In Cab murphy Engine System Display standard Murphy Instrumentation Including Engine Oil Pressure, Coolant Temperature, Hour Meter, Tachometer, Voltmeter remote Lockable Engine Oil Drain propulsion System: 4 Wheel Hydraulic Motor Driven Axle, Chain & Sprocket Propulsion Drive travel Speeds Up To 22 Mph solid Pillow Block Bearing Supported Axles (see Upgrade Option) insulated Axles With Shunting Option 24" Diameter, Hub Mounted, Cast Steel Wheels air Applied Cobra Style Brake Shoes parking Brake - Spring Applied - Air Released - Pull To Apply air Ride Travel Suspension 3 Second Travel Alarm lighting & Electrical: 24 Vdc, Circuit Breaker Protected, Electrical System plc Electrical Control System two Each 4x6 Led Grote Travel Lights, Front & Rear two Each 4x6 Led Grote Work Lights Over Each Rail two Each Red Marker/brake Lights, Front & Rear amber Strobe master Disconnect Switch Beside Battery Box cabin: one Man, Heavy-duty, Fully Enclosed Fabricated Steel Cab engine Driven Air Conditioner/heater (red Dot) pressurizer Is Standard 3 Speed Fan In Heater 1 Operator And Defrost Bi-directional Fans tinted Windows, Safety Glass Where Equipped With Wipers lexan Tinted Windows Where Safety Glass Is Not Installed windshield Wipers - Forward And Reverse & Work Viewing Area hydraulic Reservoir Temperature Gauge In Cab fuel Level Gauge In Cab speedometer workhead Cycle Counter air Trumpet Horns - 120 Db At 1 Meter sliding Side Windows log Book/manual Box - 12" X 13" X 4" adjustable, Mechanical Suspension Operator's Seat With Seat Belt west Coast Type Mirrors international Control Symbols 12v, 20 Amp Mow Radio Circuit 2 Red Emergency Stop Button "danger Live Track" Retractable Belt 5# Abc Fire Extinguisher first Aid Kit hydraulics: single 170 Gallon Hydraulic Tank Capacity Located Behind Cab dual, Pressure Compensated, Hydraulic Pumps 2500 Psi steel Manifold electrical Control Valves pressure & Return Line Filtration joystick Type Hydraulic Operator Controls cab Controlled Locks On Workhead Cylinders electric Emergency Hydraulic Pump lockable Suction Strainer 90 Micron filtered Manual Hydraulic Tank Fill System thermostatically Controlled Oil Cooler 1" Quick Disconnect Filtration Loop Fittings tie Insertion / Removal Equipment: heavy Duty Workhead improved Wood Tie Gripper Assemblies With Dual Finger Inserts automatic Rail Lift Controls With Manual Override two 82" Stroke Workheads To Work On Either Side Of Track 12,880 Lbs. Inserting Force 20,740 Lbs. Removing Force suitable For Handling Wood Or Concrete Ties general: installation Of Customer Supplied Decals scissor Lockout-tagout lockable Battery Disconnect Switch two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List 6 Month, 1000 Hours, First To Occur, Standard Warranty delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok weights & Dimensions: estimated Shipping/operating Weight 38,000 Lbs. est. Length 39'3" est. Width 10'6" est. Height 11' Shipping - 11' 2" Operational additional Optional Equipment: general: back-up Alarm, Switchable For Direction Of Travel extra Parts/operation/maintenance Manual Box rail Sweeps (ahead Of Front/behind Rear Wheels) - Vertical Rubber Flap two Additional Keyhole Tiedowns (front & Rear) cab: 12v, 20 Amp Mow Radio Circuit 3/5 Second Timer Backup Alarm interior Cab Lights Led low Hydraulic Oil - High Hydraulic Oil Temp Alarm pressure Gauge For System Hydraulic Circuit In Cab suspension Seat Upgrade lighting: all Lights Turn On With Battery Switch upgrade Perimeter Lighting To Grote Led upgrade Work Light To Grote Led maintenance: extra Parts/operation/maintenance Manuals (2) fuel Level Site Gauge On Tank With Cage lockable Battery Switch tripp Spare Parts Package storage: track Tool Box (8x8x64), W/tow Bar, D Handle Hitch Pins & Bumper Extensions tripp: front And Rear Mounted Camera With Display In Cab purchase Description – Clin 0002 2024 Nordco Cx Hammer Production Spike Driver Or Equivalent model: nordco Model Cx Hammer Production Spike Driver Or Equivalent standard Boom & Winch Configuration for Operation On Standard 56.5”-gauge Track machine Must Be New And Unused, Not Reconditioned chassis: federal Yellow Paint Spec No. 535c-13538 Standard Paint heavy Duty Welded Steel Frame lifting Bail For Lifting Machine positive Locking Turntable W/ Aluminum Base 4” Standard Bumpers Included 16 Keyhole Tie Downs mitten Style Standard Tow Hitch black Metal Lockable Toolbox (11”x11”x25”) Mounted To Frame turntable Safety Interlock With Warning Light & Buzzer power Unit: tier Iv Final Diesel Engine 120 Gal. Diesel Fuel Tank Capacity dry Type Air Cleaner fuel Level Site Gauge On Tank fuel Gauge In Cab high Temperature- Low Oil Pressure Warning engine De-rate And Warning System In Cab murphy Engine System Display standard Murphy Instrumentation Including Engine Oil Pressure, Coolant Temperature, Hour Meter, Tachometer, Voltmeter remote Engine Oil Drain remote Fluid Drains - Color Coded propulsion System: 4 Wheel Hydraulic Motor Driven Axle, Chain & Sprocket Propulsion Drive travel Speeds Variable Up To 25 Mph solid Pillow Block Bearing Supported Axles (fyh Standard Bearing-see Upgrade Option) insulated Axles With Shunting Option 16" Diameter, Hub Mounted, Cast Steel Wheels cobra Style Brake Shoes parking Brake - Spring Applied - Hydraulic Release Brakes travel Alarm - Switchable For Direction Of Travel lighting & Electrical: 24 Vdc, Circuit Breaker Protected, Electrical System plc Electrical Control System two Each Grote Led Travel Lights, Front & Rear two Each Grote Led Work Lights Over Each Rail two Each Led Red Marker/brake Lights, Front & Rear amber Strobe master Disconnect Switch Beside Battery Box cabin: semi-enclosed Cab, Top Of Roof Painted White engine Driven Air Conditioner & Heater (red Dot) 3 Speed Fan In Heater 4 Operator And Defrost Bi-directional Fans tinted Lexan Windows, Safety Glass Where Equipped With Wipers windshield Wipers - 2 Forward And 2 Reverse hydraulic Reservoir Temperature Gauge In Cab electric Trumpet Horns log Book/manual Box - 12" X 13" X 4" adjustable, Mechanical Operator's Seats W/ Seat Belts seating For Two Spike Gun Operators And One Feed Tray Operator west Coast Type Mirrors 12v, 20 Amp Mow Radio Circuit international Control Symbols 3 Red Emergency Stop Buttons 2 Each 5# Abc Fire Extinguisher first Aid Kit "danger Live Track" Retractable Belt hydraulics: 110 Gallon Hydraulic Tank Capacity single Pressure Compensated Hydraulic Pump 2500 Psi steel Manifold electrical Control Valves pressure & Return Line Filtration joystick Type Hydraulic Operator Controls cab Controlled Locks On Workhead Cylinders lockable Suction Strainer 90 Micron filtered Manual Hydraulic Tank Fill System electric Emergency Hydraulic Pump thermostatically Controlled Oil Cooler 1" Quick Disconnect Filtration Loop Fittings spike Driving Equipment: reciprocating Hammer Driving Action remote, Electric Spike Pattern Adjustment digital, Variable Roller Gauger insulated Gauger automatic Tie Nipper boom & Winch For Loading Spike Kegs hook Style Deflector Mat general: installation Of Customer Supplied Decals And 4” Dot Reflective Tape scissor Lockout-tagout lockable Battery Disconnect Switch two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List 6 Month, 1000 Hours, First To Occur, Standard Warranty delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok weights & Dimensions: estimated Shipping/operating Weight 30,000 Lbs. est. Length 25' 8" est. Width 8' 6" est. Height 9' 10" additional Optional Equipment: general: back-up Alarm, Switchable For Direction Of Travel extra Parts/operation/maintenance Manual Box rail Sweeps (ahead Of Front/behind Rear Wheels) - Vertical Rubber Flap two Additional Keyhole Tiedowns (front & Rear) corner Mounted Machine Jackstands cab: 12v, 20 Amp Mow Radio Circuit 3/5 Second Timer Backup Alarm cab Filtered Air Pressurizer dedicated Cab Fan For Operator interior Cab Lights Led low Hydraulic Oil - High Hydraulic Oil Temp Alarm pressure Gauge For System Hydraulic Circuit In Cab cx Spiker Upgrades: "hd" Anvil Upgrade lighting: all Lights Turn On With Battery Switch upgrade Perimeter Lighting To Grote Led upgrade Work Light To Grote Led maintenance: extra Parts/operation/maintenance Manuals (2) fuel Level Site Gauge On Tank With Cage lockable Battery Switch spiker: spiker Spare Parts Package purchase Description – Clin003 2024 Nordco Ss Small Spiker Or Equivalent model: nordco Model Ss-c Spiking Machine Or Equivalent for Operation On Standard 56.5" Gauge Track machine Must Be New And Unused, Not Reconditioned chassis: heavy Duty Welded Steel Frame lifting Bail For Lifting Machine positive Locking Turntable W/ Aluminum Base 12" Standard Bumpers Included keyhole Tie Downs mitten Style Standard Tow Hitch tool Box power Unit: diesel Engine Tier Iv Final high Temperature- Low Oil Pressure Shut-down System 35 Gal. Diesel Fuel Capacity fuel Level Site Gauge On Tank engine Oil Drain fluid Drains - Fuel Tank And Hydraulic Filter Loop murphy Engine System Display electric Start With Neutral Start Feature engine De-rate And Warning System In Cab high Temperature- Low Oil Pressure Warning propulsion System: 4 Wheel, Dual Axle Hydraulic Motor, Chain & Sprocket Propulsion Drive solid Pillow Block Bearing Supported Axles - Rexnord insulated Axles With Shunting Options 16" Diameter, Hub Mounted, Cast Steel Wheels cobra Style Brake Shoes spring Applied - Hydraulic Release Brakes lighting & Electrical: 12 Vdc, Circuit Breaker Protected, Electrical System two Each Grote Led Travel Lights, Front & Rear two Each Grote Led Work Lights Over Each Rail two Each Led Red Marker/brake Lights, Front & Rear amber Strobe back-up Alarm- Switchable For Direction Of Travel cabin: canopy Roof, Roof Top Painted White electric Horns log Book/manual Box adjustable, Operator's Seats W/ Seat Belts west Coast Type Mirrors standard Instrumentation Including Engine Oil Pressure, Coolant Temperature, Hour Meter, Tachometer & Voltmeter engine Warning Lights hydraulic Reservoir Temperature Gauge In Cab international Control Symbols 1 Red Emergency Stop Button 5# Abc Fire Extinguisher first Aid Kit hydraulics: single Pressure Compensated Hydraulic Pump 2500 Psi steel Manifold electrical Control Valves pressure & Return Line Filtration filtered Manual Hydraulic Tank Fill System electric Emergency Hydraulic Pump thermostatically Controlled Oil Cooler lockable Suction Strainer 90 Micron 1" Quick Disconnect Filtration Loop Fittings spike Driving Equipment: reciprocating Hammer Driving Action remote, Hydraulic Spike Pattern Adjustment tie Nipper hydraulic Gauging Attachment boom & Winch For Loading Spike Kegs general: "danger Live Track" Retractable Belt installation Of Customer Supplied Decals And 4” Dot Reflective Tape scissor Lockout-tagout lockable Battery Disconnect Switch two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List 6 Month, 1000 Hours, First To Occur, Standard Warranty delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok weights & Dimensions: estimated Shipping/operating Weight 16,500 Lbs. - 17,700 Lbs. W/gauger est. Length 19' - 6" est. Width 8' - 6" est. Height 9' - 2" additional Optional Equipment: general: extra Parts/operation/maintenance Manual Box cab: 12v, 20 Amp Mow Radio Circuit 3/5 Second Timer Backup Alarm maintenance: extra Parts/operation/maintenance Manuals (2) spiker: spiker Spare Parts Package purchase Description – Clin 0004 2024 Nordco Spike Puller Sp2r Dual Rail Spike Puller Or Equivalent model: nordco Model Sp2r Tier Iv, Dual Rail Spike Puller Or Equivalent for Operation On Standard 56.5" Gauge Track machine Must Be New And Unused, Not Reconditioned chassis: heavy Duty Welded Steel Frame rear Floating Frame federal Yellow Paint Spec No. 535c-13538 Standard Paint lifting Bail For Lifting Machine positive Locking Turntable With Rail-to-rail Base standard Rubber Bumper 8 Keyhole Tiedowns mitten Style Standard Tow Hitch turntable Safety Interlock With Warning Light & Buzzer power Unit: cummins Tier Iv 110hp Diesel Engine 2 Diesel Fuel Tanks- 42 And 48-gallon Fuel Capacity dry Type Air Cleaner fuel Level Site Gauge On Tank murphy Engine System Display engine High Temperature- Low Oil Pressure Warning engine De-rate And Warning System In Cab standard Instrumentation Including Coolant Temperature, Hour Meter, Tachometer And Voltmeter remote Lockable Engine Oil Drain engine Oil Placard In Cab-brand, Type And Quantity Including Filter remote Lockable Fluid Drains - Color Coded lockable Engine Doors propulsion System: 4-wheel, Dual Axle, Hydraulic Motor, Chain & Sprocket Drive solid Pillow Block Bearing Supported 3" Demountable Axles (fyh Standard Bearing-see Upgrade Option) insulated Axles With Shunting Option 16" Diameter, Hub Mounted, Cast Steel Wheels cobra Style Brake Shoes parking Brake - Spring Applied - Hydraulic Release travel Alarm - Switchable For Direction Of Travel lighting & Electrical: 24 Vdc, Circuit Breaker Protected, Electrical System electrical Control System two Each 4x6 Grote Led Travel Lights, Front & Rear two Each 4x6 Grote Led Work Lights Over Each Rail two Each Trucklite Red Marker/brake Lights, Front & Rear amber Strobe master Disconnect Switch Beside Battery Box led Light In Electric Cabinet cabin: two Man, Fabricated Steel Cab, Roof Painted White engine Driven Air Conditioner & Heater (red Dot) 3 Speed Fan In Heater 2 Operator And Defrost Bi-directional Fans all Windows Safety Glass windshield Wipers - Forward And Reverse & Work Viewing Area sliding Side Windows hydraulic Reservoir Temperature Gauge In Cab hydraulic Oil Temp Gauge fuel Level Gauge electric Trumpet Horns log Book/manual Storage adjustable, Mechanical Operator's Seats W/ Seat Belts west Coast Type Mirrors 12v, 20 Amp Mow Radio Circuit international Control Symbols 1 Red Emergency Stop Button 5# Abc Fire Extinguisher first Aid Kit window Tint All hydraulics: 97 Gallon Hydraulic Tank single Pressure Compensated Hydraulic Pump 2500 Psi steel Manifold electrical Control Valves pressure & Return Line Filtration joystick Type Hydraulic Operator Controls lockable Suction Strainer 90 Micron filtered Manual Hydraulic Tank Fill System electric Emergency Hydraulic Pump thermostatically Controlled Oil Cooler 1" Quick Disconnect Filtration Loop Fittings spike Removal Equipment: "a" Frame Pulling Assembly Over Each Rail improved Fore/aft Guide Rod And Bushing System claw Type Pulling Tools Pulls Spikes Straight For Re-use cab Controlled Hydraulic Work Head Locks general: "danger Live Track" Retractable Belt installation Of Customer Supplied Decals And 4” Dot Reflective Tape scissor Lockout-tagout lockable Battery Disconnect Switch two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List 6 Month, 1000 Hours, First To Occur, Standard Warranty delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok approximate Weights & Dimensions: est. Shipping Weight 19,700 Lbs. est. Length 22' 6" est. Width 8' 6" est. Height 10' 2" additional Optional Equipment: general: rail Sweeps (ahead Of Front/behind Rear Wheels) - Vertical Rubber Flap two Additional Keyhole Tiedowns (front & Rear) cab: 3/5 Second Timer Backup Alarm cab Filtered Air Pressurizer low Hydraulic Oil - High Hydraulic Oil Temp Alarm pressure Gauge For System Hydraulic Circuit In Cab suspension Seat Upgrade lighting: all Lights Turn On With Battery Switch maintenance: extra Parts/operation/maintenance Manuals (2) sp2r Spare Parts Package
Closing Date20 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: This Request For Information (rfi) - Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). see Attachment For Details: Audiology Booth Baltimore Vamc - Cambridge Cboc Brand Name Or Equal To Eckel Iaw Statement Of Work Must Provide An Authorized Distributor Letter If You Are Not The Manufacturer At The Time Rfi Will Close To Qualify For This Solicitation . Must Provide The Country Of Origin (coo) For Each Line Item this Is A Requirement For: u.s. Department Of Veterans Affairs Va Medical Center (vamc). description: the Baltimore Cboc Vamc Requires The Contractor To Deliver Within 90 Days From Contract Award To The Va Medical Facility Warehouse Below During Normal Business Hours From 8:00 A.m. To 3:30 P.m. (est), Monday Through Friday: delivery To: u.s. Department Of Veterans Affairs baltimore Va Medical Center cambridge Cboc warehouse/attn: 830 Chesapeake Drive cambridge, Md 21613 disclaimer: this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. note: The Contractor Shall Deliver Required Commodities (please See Attachments) No Later Than 90 Days Or Less From Date Of Award, Unless Otherwise Directed By The Contracting Officer (co). Commodities Shall Not Be Delivered To The Government Site On Federal Holidays Or Weekends Unless Directed By The Co. Delivery Shall Be Made Between The Hours Of 8:00 Am And 3:30 Pm Of The Delivery Location, During Normal Workday Business Hours. the U.s. Government Is Performing Market Research To Identify Responsible Sources Who Have The Skills, Experience, And Knowledge Required To Successfully Meet The Requirements. Information Received From Market Research Will Determine The Best Acquisition Strategy And If Responsible Sources Exist For Competition, And/or A Total Small Business Set-aside. This Is Only For Market Research But May Result In An Invitation To An Open Discussion With The U.s. Government. This Notice Is Not To Be Construed As A Commitment By The U.s. Government. All Information Is To Be Submitted At No Cost Or Obligation To The U.s. Government. any Information Submitted By Respondents To This Notice Is Strictly Voluntary. Propriety Information Or Trade Secrets Should Be Clearly Marked. Information Received Will Not Be Returned. The U.s. Government Reserves The Right To Reject, In Whole Or In Part, Any Private Sector Input As A Result Of This Sources Sought Notice/market Survey. the U.s. Government Is Not Obligated To Notify Respondents Of The Results Of This Notice. All Responses To This Sources Sought Must Be Submitted To The Point Of Contact Listed Herein. This Does Not Constitute A Commitment, Implied Or Otherwise, That Procurement Will Be Accomplished And Is Not A Request For Proposal Or Invitation For Bid. Responding To This Notice In No Manner Guarantees A Contract Will Be Awarded. **respondents To This Source Sought Announcement Capable Of Manufacturing These Items Should At A Minimum Provide The Following Information For U.s. Government Review** please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. is Your Company Considered Small Under The Naics Code Identified Under This Rfi? are You The Manufacturer Or Distributor Of The Items Being Referenced Above? what Is The Place Of Manufacturing For The Requested Items? 52.212-3(j) if Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Offerors Must Be Registered In Sam At Time Of Offer Submission. Must Complete Place Of Manufacturer. (j) Place Of Manufacture. (the Solicitation Is Predominantly For The Acquisition Of Manufactured End Products.) For Statistical Purposes Only, The Offeror Shall Indicate Whether The Place Of Manufacture Of The End Products It Expects To Provide In Response To This Solicitation Is Predominantly (1) __ In The United States (check This Box If The Total Anticipated Price Of Offered End Products Manufactured In The United States Exceeds The Total Anticipated Price Of Offered End Products Manufactured Outside The United States); Or (2) __ Outside The United States. if You Are Not A Manufacturer. Company Shall Provide An Authorized Distributor Or Reseller Letter From Original Equipment Manufacturers (oem) To Qualify For This Requirement. does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number And Sin Number? if You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract/sin? must Provide Manufacture Name (oem) & Manufacturer Part # (mpn). please Provide General Pricing For Your Products/solutions For Market Research Purposes. Legal Business/company Name (as It Is Indicated In Https://sam.gov ). Unique Entity Id Uei (sam) & Duns Number. Warranty Information (can Be A Separate Attachment). Point Of Contact Name, Telephone Number And Email Address. must Provide The Estimated Delivery Time Frame After Award. For Example: Within 60 Days Aro, Within 90 Days Aro. the Government Intends To Award A Firm-fixed Price (ffp) Contract For This Purchase. to Be Considered For Award, Prospective Quoters Must Be Registered With The System For Award Management (sam) Website And Complete Representations And Certifications At Https://www.sam.gov . Prospective Awardees Must Be Registered With The System For Award Management (sam) At Http://www.sam.gov. Prior To Award And Through Final Payment And Must Complete The Online Representations And Certifications Application (orca) At Http://www.sam.gov Prior To Award And Through Final Payment. Contract Will Not Be Awarded Until Sam Registration Has Been Completed. Sdvosb And Vosb Socio-economic Categories Must Be Verified In The Sba Website, U.s. Small Business Administration: Https://veterans.certify.sba.gov, At The Time Of Receipt Of Quotes And At The Time Of Award. responses To This Notice Shall Be Submitted Via Email: Mohsin.abbas2@va.gov. No Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Friday, Feb 28, 2025, By 2:00 Pm (est). responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sam.gov/open Market Or Gsa Ebuy. statement Of Work (sow) audiology Booth va Maryland Health Care System baltimore, Md purpose: the Va Maryland Health Care System Is Seeking To Procure And Install An Audiology Booth At The Cambridge Va Clinic. This New Audiology Booth Will Replace A Nonfunctional Audiology Booth. The Audiology Booth Will Provide A Soundproof Suite For Patients And Employees To Conduct Hearing Exams In An Isolated Area For Precise Results. The Primary Function Of The Audiology Booth Is To Provide An Isolated Acoustical Room To Measure Hearing Acuity In Patients. Isolated Acoustic Rooms Are Crucial To Eliminating Background Noise To Acquire A Reliable Diagnosis In Patients. Audiology Booth Will Include A Rubber Ramp For Wheelchair Access. Key Criteria Include System Size, Weight, And Acoustic Installation. scope: the Contractor Shall Deliver And Install The System With All Specified Salient Characteristics. Only New Equipment Will Be Accepted. the Contractor Shall Provide Shipping, Transport, Installation, And All Equipment Necessary To Meet The Requirements And Capabilities Listed Within The Scope. the Contractor Shall Deliver The Audiology Booth To The Cambridge Facility As Specified Below. the Assembly And Validation Of The System Must Be Performed By A Vendor Service Trained Representative. the Contractor Is Responsible For Identifying Any Missing Parts Or Components Not Included In The Order For The Audiology Booth To Be Successfully Installed And Validated To Their Full Potential. the Contractor Shall Include Accessories And Consumables That Have Been Detailed On The Provided Quotes. salient Characteristics: Please Note, All Items Listed Below Must Be Technically Equivalent To Eckel Noise Control Technologies Audiology Booth. one Cl-123 Pr Sing Wall Cont, Double Wall Exam Suite manufacturer: Eckel Noise Control Technologies model: Cl-123 Fp7 Prime must Include An Acoustically Engineered Independent Ventilation System That Is Mounted External To The Unit. unit Provides Recessed Incandescent Lighting. unit Must Have An Acoustic Door With Cam -lift Hinges, Providing At Least 914 Mm X 2032 Mm (36 X 80 ) Clear Opening. must Include A Double Glazed, Safety Glass Window That Is At Least 6 Mm (1/4 ) Thick And At Least 762 Mm X 762 Mm (30 X 30 ). unit Must Be Electrically Serviced Via A Grounded Cable, Having A Length Of At Least 20 Feet. unit Floor Must Be Acoustically Isolated In Both The Control And Exam Room. unit Must Have A Noise Reduction Coefficient Of 1.05, While Having An Absorption Coefficient Range Of 0.79-1.10 When Measuring The Center Frequency (hz) Between A Range Of 125-400 Hz. noise Reduction In A Double Wall Room Must Be Able To Reduce The Center Frequency (hz) Of 2000hz And 4000hz To 100, 125hz To 44, 250hz To 62, 500hz To 81, 1000hz To 93, And 8000hz To 95. Noise Reduction Measured From The Outside To The Inside. door Size Must Be At Least 36 W By 80 H Clear Opening. door Handles Must Be A C-shape While Providing A Minimum Clearance Of 1 ½ Behind It. doors Cannot Require More Than 5psi Constant Pressure To Open, Once The Magnetic Seal Is Broken. double Glazes Acoustic Windows For The Doors On The Booth, Size Options Must Include: 20 W By 22 H Or 20 W By 60 H. unit Includes A Standard Fan Exhaust And Fan Inlet Silencers Suspended To The Ceiling. Silencers Mist Be Capable Of 10 To 12 Full Air Exchanges Per Hour. Fans Include A 6 Or 8 Diameter Hvac Collar Option. unit Must Include Two Ventilation Silencers Built Into The Booth S Ceilings, One Supply And One Exhaust Provided. unit Must Include An Accessible Jack Panel That Provides At Least 12 (trs 3-wire), ¼ Phone Jacks, Two Usb Ports, And 1 ¾ Pass Through. Panel Face Must Be Removable And Does Not Impact The Rooms Acoustical Performance. total Rise From The Host Floor To The Door Opening Must Be No Larger Than 7 ½ . sprinkler Holes Must Be At Least 3 In Diameter. unit Must By Supplied With Standard Carpet Or Carpet Tile In Both Rooms. must Be Able To Provide Empty Utility Boxes With Pull Wires For Data, Thermostats, And Alarms. room Must Require No More Than 120v, 15/20 Amp, Or 60 Hz Supply Circuit. unit Must Provide At Least 2 Duplex Outlets And Light/fan Switches. unit Wall Panels Must Be At Least 4 Thick In Both Rooms. unit Ceiling Panels Must Be At Least 6 Thick In Both Rooms. both The Control And Exam Room Must Have A Minimum Clear Interior Height Of 83 For All Features Attached To The Ceiling Panels. light Switches Must Be At Least 44 From The Floor Inside Of The Unit, In Both Rooms. outlets Must Be At Least 15 From The Floor Inside Of The Unit, In Both Rooms. must Include Rubber Mat As Floors Inside The Booth At A Height No Greater Than 10mm (3/8 ) Height For Wheelchair Access. booth Doors Must Be At Least 75 Mm (2 7/8 ) Thick. booth Doors Mounted With Heavy Duty Cam Lift Hinges. door Sealing System Must Have At Least A Double Magnetic Gasket Sealing System And Flush Sill Seal Design For An Accurate Acoustic Seal. both Rooms Must Have At Least A 60 Minimum Turning Radius For Wheelchair Access. panels In The Unit Must Have A Flame Spread Rating Of 3. panels In The Unit Must Have A Smoke Density Rating Of 2. both The Control And Exam Room Must Come With Standard Sprinkler Penetrations For Onsite Installation. all Electrical In The Unit Must Be Hospital Grade. unit Wall Shells Must Be Fabricated With Cold Rolled Steel Frames (14 Ga) And Steel Outer Surfaces (16 Ga). framing Members On Unit Wall Shell Should Not Be Spaced Out Any Further Than 610 Mm (24 ) Centers. unit Wall Inner Panels Should Be Fabricated With Cold Rolled Steel (22 Ga) That Includes Holes No Greater Than 2.4 Mm (3/32 ) Diameter, Where Holes Are Staggered On 4 Mm (5/32 ) Centers. panels Must Interlock And Provide An Acoustic Seal That Utilizes A Minimum Of Two Sets Of Closed Cell Acoustic Rubber Seals And At Least Two Interlocking Panel Connectors. implementation And Installation installation And Validation Shall Be Included In The Procurement Cost And Shall Include But Not Limited To: assembly Of Devices And Validation. all Materials Required To Assemble The Audiology Booth Shall Be Provided By The Contractor. the Contractor Will Deliver The Audiology Booth And Accessories To The Addresses Below: cambridge Va Outpatient Clinic, 830 Chesapeake Drive, Cambridge, Md 21613-9408 one (1) Audiology Booth, Sloped Rubber Ramp accessories training the Contractor Shall Provide Onsite Training For All Vamhcs Staff That Requires Training. delivery the Contractor Shall Deliver Necessary Equipment To The Cambridge Va Facility As Required In The Quantity Specified Above. the Contractor Must Deliver The Audiology Booth To The Cambridge Facility With A Small Bed Truck That Has A Lift Because This Location Does Not Have A Loading Dock. the Contractor Must Give Vamhcs Staff 3 Weeks Notice Of Shipment And Delivery Of The Audiology Booth And Accessories. the Contractor Shall Deliver Equipment And All Items Required For Installation Only When The Site Is Ready For Installation To Proceed. Installation Can Proceed 90 Days After Award Of Contract. the Contractor Shall Coordinate All Deliveries, Installation, And Parking Arrangements With The Cor. delivered Materials Will Arrive In Manufacturer S Original Sealed Containers With The Associated Purchase Order Number Listed On The Outside Of The Box. the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Of The Equipment And Shall Provide The Cor A List Of Missing Or Damaged Items Found Upon Inspection. the Contractor Shall Remove All Related Shipping Debris And Packing From The Vamhcs Facilities. inspection And Acceptance the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Equipment. the Contractor Shall Provide The Va Cor A List Of Missing And /or Damaged Items Found Upon Inspection And Have Those Items Replaced At No Cost To The Government. the Cor Shall Ensure All Work Is Completed Satisfactorily Prior To Acceptance. Disputes Shall Be Resolved By The Va Contracting Officer. deliverables operation And Maintenance Manuals deliver Compilation Of All Manufacturers Recommended Maintenance Schedules And Operation Materials Packaged Upon Delivery. Manuals Shall Be Made Available In An Electronic Format. operator Training onsite Education And Training By A Vendor Service Trained Representative Will Be Provided To Vamhcs Clinical Staff, Facilities And Engineering Staff, And The Biomedical Engineering Staff. The Scheduling Of Operator Training Shall Be Coordinated With The Vamhcs Clinical Staff After Delivery And Installation. protection Of Property the Contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor. security Requirements the Contractor Must Have A Photo Id Available When Performing Work At The Va Medical Center And Be Willing To Present It To Va Staff. the Contractor Is Responsible For Providing Any Personal Protective Equipment (ppe) That Is Deemed Necessary To Complete Tasks Stated In This Requirement. the Contractor Must Follow The Va Maryland Health Care Systems Current Covid-19 Guidance For Entry To Any Medical Center Or Community Based Outpatient Clinic (cboc). warranty at A Minimum The Audiology Booth Must Include A 1-year Warranty On All Parts And Labor At No Cost To The Government. Additional Years Are Highly Recommended As Added Value To The Government. the Warranty Shall Begin Upon Completion Of Validation Testing. warranty Shall Include Onsite Repairs And Over The Phone Support. contractor Shall Provide Routine Maintenance Service Program During Warranty Period. all Repairs Shall Be Performed By A Vendor Or Contractor Which Has Been Certified By The Vendor To Perform The Repairs. the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair. line-item Description audiology Booth For Baltimore Cboc Vamc Brand Name Or Equal To Eckel Iaw Sow b.3 Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 ea __________________ __________________ cl-123 Pr Sing Wall Cont, Double Wall Exam Suite / 1001354 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001354 local Stock Number: 1001354 0002 1.00 ea __________________ __________________ lbr-sound Room Relocation/installation 1000033 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1000033 local Stock Number: 1000033 0003 2.00 ea __________________ __________________ eao-a-003 Add-on Add - Wall Fascia Closure Angles 1001408 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001408 local Stock Number: 1001408 0004 1.00 ea __________________ __________________ eao-d-004 Add-on Door - Window In Door 20"w X 22"h 1001416 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001416 local Stock Number: 1001416 0005 1.00 ea __________________ __________________ eao-d-007 Add-ons - Door - Magnetic Door Holder 1001418 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001418 local Stock Number: 1001418 0006 2.00 ea __________________ __________________ eao-u-003 Add-on Utilities - Light Dimmer Switch 1001425 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001425 local Stock Number: 1001425 0007 1.00 ea __________________ __________________ eao-u-005 Add-on Util Sprinkler Hole Double Wall 1001427 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001427 local Stock Number: 1001427 0008 1.00 se __________________ __________________ eao-u-007 Add-on Utilities - Hvac Collars (2 Sets) 1001429 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001429 local Stock Number: 1001429 0009 2.00 bx __________________ __________________ eao-u-002 Add-on Util Rough Ins (box W. Pull Wire) 1001424 "brand Name Or Equal To Eckel Iaw Sow" principal Naics Code: 339112 - Surgical And Medical Instrument Manufacturing product/service Code: J065 - Maintenance, Repair, And Rebuilding Of Equipment - Medical, Dental, And Veterinary Equipment And Supplies manufacturer Part Number (mpn): 1001424 local Stock Number: 1001424 grand Total __________________
Closing Date28 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00147 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Quezon Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00147: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Quezon Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Quezon Super Health Center Contract Id No. : 24b00147 Location : Quezon, Nueva Vizcaya Brief Project Description : Construction Of Patient's Waiting Area, Construction Of Powerhouse, Improvement Of Ramp, Construction Of Placenta Vault, Sharps And Needles Vault And Catch Basin, Installation Of Sewer Lines, Storm Drainage, And Water Line System, Stainless Steel Water Tank, Installation Of Electrical Works, Installation Of Transformer, Fire Alarm And Air Conditioning Unit, Construction Of Cabinet Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Wall • Carpentry And Joinery Works • Finishing Hardware • Steel Doors And Frames • Aluminum Glass Windows, (sliding & Fixed) Type • Special Performance Glass Or Processed Glass - 10mm Thk • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing, Liquid • (unglazed, Granite, Vinyl Floor) Tiles • Stamped Concrete • Cement (broom, Plaster) Finish • Non -slip Finish • Painting Works, (masonry/concrete, Steel) • Metal Deck Panel • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (150mm) • Louver Block • Metal Structure Accessories, (bolts And Rods & Steel Plates) • Structural Steel Purlins Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Pole Mounted Power Transformer (oisc) With Complete Accessories, Single Or Three Phase, Pole Type Or Flatform • Lighting Fixtures • Rc Pedestal/pole Mechanical Works • Ventilating System • Water Tank, Stainless • Fire Alarm System Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 16 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 - January 16, 2025, From The Address Given 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 Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 03, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 16, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 16, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: December 27, 2024 - January 02, 2025 Conspicuous Place (procurement Bulletin Board): December 27, 2024 - January 02, 2025
Closing Date16 Jan 2025
Tender AmountPHP 5.9 Million (USD 102.2 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00148 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospitals - Pnp Regional Hospital - Camp Adduru,pnp Regional Command - 02, Tuguegarao City, Cagayan 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱9,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00148: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospitals - Pnp Regional Hospital - Camp Adduru,pnp Regional Command - 02, Tuguegarao City, Cagayan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospitals - Pnp Regional Hospital - Camp Adduru,pnp Regional Command - 02, Tuguegarao City, Cagayan Contract Id No. : 24b00148 Location : Tuguegarao City, Cagayan Brief Project Description : Construction Of Primary Clinical Laboratory (military Hospital Extension), Renovation Of Existing Military Hospital (basement And Ground Floor) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation (common Soil) • Embankment (from Structure Excavation) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Wall • Steel Doors And Frames • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (sliding, Casement, Awning & Fixed) Type • Doors, Wood Panel • Special Performance Glass Or Processed Glass - (10mm Thk, Lead Glass) • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge,hip Rolls, Flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Built-up And Preformed Membrane • (unglazed, Granite, Vinyl) Tiles • Stamped Concrete • Cement (plaster) Finish • Non -slip Finish • Painting Works, (masonry/concrete, Steel) • Metal Deck Panel • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100mm & 150mm) • Louver Block • Metal Structure Accessories, (bolts And Rods, Turnbuckle, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (purlins & Railings) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures Mechanical Works • Exhaust Fan, Ceiling Mounted • Ventilating System Approved Budget For The Contract (abc) : ₱9,950,000.00 Contract Duration : 99 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 20 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 - January 16, 2025, From The Address Given 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 Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 03, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 16, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 16, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: December 27, 2024 - January 02, 2025 Conspicuous Place (procurement Bulletin Board): December 27, 2024 - January 02, 2025
Closing Date16 Jan 2025
Tender AmountPHP 9.9 Million (USD 170.3 K)
4911-4920 of 4966 archived Tenders