Fencing Tenders
Fencing Tenders
Monastery Nad Ohri Tender
Civil And Construction...+1Civil Works Others
Czech Republic
Closing Date20 Jan 2025
Tender AmountCZK 4.1 Million (USD 169.9 K)
Details: The subject of the contract is the construction of a multi-purpose playground in the Petlérská Primary School complex in Klášterec Nad Ohří. The construction is located on plot no. 1704/169 in the area of the original playground, which will be demolished, and in its place a new multi-purpose sports field measuring 38 x 21 meters will be created, designed for sports such as volleyball, football, streetball, five-a-side football and tennis, according to the planning application prepared by Linhart, Ltd. The playground will be fenced with a fence with a total height of 4 m. Up to a height of 1 m, the fencing will be made partly of wooden planks. Welded 2D fence panels with a wire diameter of 6.8 mm and 5.6 mm will be placed above them. The fencing will be anchored to concrete footings and a concrete belt made of cast formwork. The posts are square in cross-section, measuring 80x80 mm. The playground is bordered on two sides by an access path made of interlocking paving stones. The terrain will be leveled using a 1:2 slope. The slope will be formed mainly from the existing base, which will be created during the preparatory work, and approximately 16 m3 of soil will be brought in for grassing. The existing basketball hoops will be carefully dismantled and handed over to the investor for further use. The construction is designed so as not to negatively affect the surrounding buildings and land. The drainage system ensures the drainage of rainwater in the form of a seepage, which ensures the protection of the surroundings from excessive moisture. The new fencing is complemented by two gates with a width of 2,530 mm. One entrance is connected to the existing interlocking paving area, while the other is connected to a new paved interlocking paving area. The solution also includes a paved area for the installation of four benches and one waste bin with a protective canopy, all at the investor's choice. The pitch has a new permeable polyurethane surface with a thickness of 11 mm, which is laid on a two-layer asphalt base Ako 8 and Ako 16, both layers 40 mm thick. Concrete foundations measuring 700 x 700 x 800 mm are designed for the installation of volleyball and tennis posts with a diameter of 89 mm. These foundations will ensure sufficient stability and strength of the posts during their use. A steel casing with a diameter of 102 mm and a wall thickness of 4 mm will be concreted into the concrete foundations, into which the columns will be inserted. This construction allows for easy assembly and disassembly of the columns, which contributes to the flexibility of using the multi-purpose sports center for various types of sports. Access and arrival to the construction site is via the existing road. For details, see the Pd and the Bill of Quantities. The Contractor's delivery includes, in addition to the work specified in the Bill of Quantities, the provision of the following activities: * Execution of the work according to the Bill of Quantities, in accordance with valid permits, according to valid standards and regulations, including the expected work related to the subject of the work (e.g. washing and cleaning of roads, transportation of materials and mechanization, etc.). * Engineering Activities of the Contractor for the Entire Duration of the Contract Until the Time of Handing Over the Communication to Its User Back into Use, I.e. Including Cooperation in the Acceptance Procedure and the Handover of All Necessary Documents of the Completed Construction. * Appointment of the Authorized Person Responsible for the Implementation of the Construction - Civil Engineering Department. * Provision of the Necessary Technical and Documentary Documentation of the Construction, Waste Disposal in Accordance with Applicable Legal Regulations. All Documents Will Be Marked with the Name of the Construction and Will Be Handed Over After the Completion of the Construction. * Treatment of the Areas of All Construction Sites Affected by the Contractor's Activities, Unless Their Treatment is the Subject of the Contract, Including the Removal of Damage Caused by the Construction. * Before Commencing Construction Work, the Contractor Will Ensure the Marking and Protection of Engineering Networks and Underground Facilities on the Construction Site. * Before the start of the work, a photo documentation of the current state of adjacent buildings (e.g. buildings, fences and fence foundations), as well as land, will be taken. * Ensuring compliance with safety regulations. * Energy consumption and costs for the equipment of the construction site throughout the entire construction period, including the provision of secondary energy measurement. * Demarcation of the construction by a responsible surveyor, including a demarcation protocol, documentation of the actual implementation, geodetic survey of the completed construction. We require the processing of geodetic documentation also in the Jvf Dtm. "the preparation of the geodetic part of the documentation of the actual implementation of the construction or the geodetic basis for maintaining a digital technical map of the Ústí nad Labem region, containing the geometric, positional and height determination of the completed construction or technological equipment, will be prepared in accordance with § 5 A in the structure according to Annexes No. 3 and 4 of Decree No. 393/2020 Coll. On the Digital Technical Map (DTM Decree), as amended, in the currently valid version of the exchange format according to § 6 of the DTM Decree. The geodetic basis is prepared using the existing data of the digital technical map. The geodetic basis includes an assessment of the continuity of the result of the survey of the new state with the existing state.” * The completed construction will be handed over to the use of the city of Klášterec nad Ohří. For some of these activities, separate items are not listed in the Vv. The costs of ensuring the above will be included and allocated to individual items of construction work and thus to the total costs of the construction.
City Of Valencia Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 4.7 Million (USD 82.2 K)
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 48-2024 12/14/2024 Invitation To Bid For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Four Million Seven Hundred Seventy-three Thousand Two Hundred Four Pesos And 84/100 (php 4,773,204.84) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Construction Of Canopy And Other Structures, City Health Office Php4,773,204.84 ● Construction Of Walkway Canopy ● Renovation Of Porte Cochery Roof ● Construction Of Waiting Area With Drinking Fountain And Handwashing Area ● Fabrication And Installation Of Mrf ● Construction Of Perimeter Fence ● Removal And Replacement Of Tb Dots Polycarbonate Roof Sheets ● Removal And Replacement Of Concrete Pavement Leading To Tb Dots ● Construction Of Parking Area And Outdoor Kitchen Scope Of Works: A.) Application Of Permits And Clearances, B.) Fabrication And Installation Of Project Billboard And Signboard, C.) Occupational Safety And Health Program, D.) Project Mobilization And Demobilization, G.) Demolition Of Kitchen, Pavement To Tb Dots And Porte Cochery Roof; Structure Excavation For Concrete Structures Such As Footings And Wall Footingh.) Gravel Fill For Footings, Wall Footing And Floors, I.) Construction Of Reinforced Concrete Structures Such As Footing, Pedestals, Wall Footing, Lavatory, Canal And Floors, J.) Fabrication And Installation Of Formworks And Falseworks, K.) Embankment From Structure Excavation, L.) Fabrication And Installation Of Steel Structures Roof Framings Such As Rafter, Girt, Anchor Bolt, Baseplate, Fascia Frame, Purlins, M.) Installation Of Pre-painted Metal Sheets And Fabricated Metal Accessories Such As Flashings And Gutter, Polycarbonate Roof, Acp, Pvc Ceiling, O.) Installation Of Metal Frames And Fiber Board On Fascia Board (fiber Cement Board), P.) Painting Works On All Steel And Concrete Structures, Q.)installation Of Plumbing Fixtures, Gratings, Barb Wire, Plumbing Works (including Handwashing Sink And Drinking Fountain), Storm Drainage And Downspout, R.) Installation Of Electrical Works, S.) Purchase & Installation Of Industrial Fan, Complete As Per Approved Pow, Plans, And Specifications. Part I General Requirements B.3 (1) 1.00 L.s. Permits And Clearances B.5 (1) 1.00 Ea. Project Billboard / Signboard B.7 (1) 1.00 L.s. Occupational Safety And Health Program B.9 (1) 1.00 L.s. Mobilization / Demobilization Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works See Attached Plan And Specifications Part A Earthwork 801 (1) 1.00 L.s. Removal Of Structures And Obstruction 803 (1) A 168.74 Cu.m. Structure Excavation (common Soil) 804 (1) A 53.44 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 31.66 Cu.m. Gravel Fill Part B Plain And Reinforced Concrete Work 900 (1) C 49.17 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 3,212.35 Kg. Reinforcing Steel (deformed, Grade 40) 903 (2) 101.12 Sq.m. Formworks And Falseworks Part C Finishings And Other Civil Works C.2 Masonry Works 1046 (2) A1 209.24 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.3 Fabricated Materials 1007 (1) B 5.25 Sq.m. Aluminum Framed Glass Door (swing Type) 1008 (1) A 44.52 Sq.m. Aluminum Glass Windows (sliding Type) 1008 (1) C 10.40 Sq.m. Aluminum Glass Windows (awning Type) 1008 (1) D 5.19 Sq.m. Aluminum Glass Windows (fixed Type) C.4 Finishing Works 1003(1)a1 147.40 Sq.m. Ceiling (6mm Marine Plywood On Metal Frame) 1003(1)a2 17.98 Sq.m. Ceiling (pvc Panel Board On Metal Frame) 1003(2)1 1.00 L.s. Parapet Wall (aluminum Composite Panel On Aluminum Frame) 1003 (11) A1 39.90 M. Fascia Board (fiber Cement Board) 1018 (1) 172.91 Sq.m. Glazed Tiles And Trims 1027 (1) 316.44 Sq.m. Cement Plaster Finish C.5 Painting Works 1032 (1) A 525.04 Sq.m. Painting Works (masonry) 1032 (1) C 572.85 Sq.m. Painting Works (steel) C.6 Roof Framing And Roofing Works 1013 (2) A2 50.10 L.m. Fabricated Metal Roofing Accessory (gauge 26) - Flashings 1013 (2) B1 25.00 L.m. Fabricated Metal Roofing Accessory (gauge 24) - Gutters 1014 (1) B2 548.64 Sq.m. Prepainted Metal Sheets (rib Type, Long Span, Above 0.427 Mm) See Attached Plan And Specifications 1036(1) A 70.56 Sq.m. Polycarbonate (sheets) 1047 (1) 6,302.64 Kgs Structural Steel 1047 (2) B 2,348.63 Kg. Structural Steel (purlins) 1047 (3) C 28.00 Ea. Metal Structure Accessories (turnbuckle) - 12mm Ø 1047 (4) 157.35 Kg. Metal Structure Accessories (cross Bracing) 1047 (6) 356.77 Kg. Metal Structure Accessories (steel Plates) 1047 (7) A 96.36 Kg. Metal Structure Accessories (bolts) 1047 (7) B 16.19 Kg. Metal Structure Accessories (sagrods) - 10mmø 503(1) 17.00 Sets Metal Frames And Grating C.7 Plumbing Works 1001 (5) B 4.00 Ea. Catch Basin (chb) 1001 (8) 1.00 L.s. Sewer Line Works 1002 (4) 1.00 L.s. Plumbing Fixtures (including Drinking Fountain And Handwashing Area) 1002 (24) 1.00 L.s. Cold Water Lines Part D Electrical Works 1100 1.00 L.s Conduits, Boxes And Fittings (conduit Works/conduit Rough-in) 1200 (3) 1.00 L.s Stand Fan, Industrial Type 1101 (33) 1.00 L.s. Wires And Wiring Devices 1102 (1) 1.00 L.s. Panelboard With Main & Branch Breakers 1103 (1) 1.00 L.s. Lighting Fixture And Lamps Php4,773,204.84 Required Number Of Days For Completion Is 195 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On December 15, 2024 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On December 20, 2024 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On December 23, 2024 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) January 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) January 6, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 9.8 Million (USD 168.9 K)
Details: Description Invitation To Bid For Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-sip2025-015 (infra) Project Name : Upper Masaba Sip Contract Location : Quiniput, Zamboanga City Scope Of Works : Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip Approved Budget For The Contract (abc) : Php 9,894,609.41 Contract Duration : 168 Calendar Days Amount Of Bidding Documents : Php 10,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/hev-uxfp-utg Opening Of Bids : Https://meet.google.com/bkn-midq-rvv 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Irrigation And Flood Control With Experience In Solar Powered Pumps To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “small B” Category: C & D (per Pcab Board Resolution No. 201, Series Of 2017) 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 5 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Office Engineer 3 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 3 Years 1 Materials Engineer 1 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 3 Years 1 Foreman 5 Years Experienced In Irrigation Structures. Shall Render Fulltime Service To The Project Until Completion. 5 Years 1 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 1 Geodetic Engineer 3 Years Licensed Geodetic Engineer. Shall Render Service To The Project As Required. 3 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Generator Set 15kva 1 Welding Machine 300a 1 Dumptruck 6 Cu.m 1 Concrete Mixer 1 – Bagger 1 Butt Fusion Machine Up To 6” Diameter 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Dumptruck 6 Cu.m 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified. Item No. Description Qty Unit I Temporary Works & Mobilization/demobilization Mobilization/demobilization 1.00 Ls Temporary Facilities 1.00 Ls Project Billboard 1.00 Ls Ii Construction Safety & Health 1.00 Ls Iii Construction Of Solar Pump Irrigation System Well Drilling, Development And Testing W/ 6" Casing (until Good Aquifer Is Reached.) 1.00 Lot Solar Module Mounting Structure 1.00 Lot Solar Power Controller Housing (4x2 Meters) 1.00 Lot Perimeter Fence 1.00 Lot Delivery And Installation Of Lightning Arrester 1.00 Lot Pv Modules-solar Panels 600 Watts (please See Attached Plans.) 1.00 Lot 5hp Hybrid Ac/dc Submersible Water Pump Power: 5.5hp/4000w Voltage (ac): 85v-280v Voltage (dc): 80v-550v Max. Flow: 19m³/h Max. Head: 135m Outlet: 2" Body Diameter: 3 3/4" 1.00 Lot Hybrid Dc/ac Controller (11kw) 1.00 Lot Delivery & Installattion Of Cabling & Accessories For Solar Pump System 1.00 Lot Cctv Security System 1.00 Lot Construction Of Reinforced Concrete Tank Common Excavation (manual) 91.14 Cu.m 3000 Psi Concrete 66.87 Cu.m Rsb (cutting, Bending & Placing Of Rebars) 5,969.76 Kg Rc Tank Accessories (gate Valve, Pipes, Etc) 3.00 Ls Common Backfill (manual) 118.47 Cu.m Installation Of Water Distribution Pipe W/ Appurtenant Structures Common Excavation (manual) 266.64 Cu.m 4" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 590.00 Ln.m 3" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 570.00 Ln.m Air Release Valve Installation With Accessories 3.00 Ls Water Top Stand 4.00 Set Common Backfill (manual) 134.23 Cu.m
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 75.4 K (USD 1.2 K)
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 8- Support Service Area: Daily Living Skills) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 75,464.18 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 8- Support Service Area: Daily Living Skills) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am 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 January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Storage Organizer, Megabox Plastic Drawer 5 Layers Dimensions: L=34.3c, W=41.5cm, H=104cm Wt. 5.5kg Item Code: Mg164-5 1 Unit Wooden Bookshelf, Fineline Bamboo Storage Shelf 100*50*25cm 1 Piece Dressing Mirror, Full-length Mirror 121x31cm Floor Standing Or Wall Type 1 Piece Dish Towels, Made Of Premium Cotton Material For Durable And Long-lasting Use. Durable With Excellent Cleaning Performance. 35x35x0.2cm/13.8x13.8x0.1inch, 6 Pcs/set 1 Pcs./set Cabinets, 22cm Gap Cabinet Drawer-type Storage Cabinets, Plastic 3 Pieces Sink, 3mm Thickness, 40x40cm, Stainless Steel 1 Piece Soap Dish, Soap Dish Case Plastic Holder Box, Acrylic 2 Pieces Detergent, Laundry Powder Detergent 630g 1 Set Hand Soap, Anti-bacterial With Skin Protection Liquid Hand Soap (250 Ml) Dermatologically Tested, Helps Reduce Bacteria Accumulation By 99.9% 1 Piece Pots, European High Scoup Pot High Quality, Stainless Steel, 24c/26cm, Height 17.5cm, Thick And Durable 3 Pieces Pans, Glory Shop Korean Non-stick Frying Pan, Diameter:26cm, Depth: 5cm, Non-stick, Dishwasher Safe, 2.0mm Frying Pan Thickness 3 Pieces Toilet Paper Holder, Pozzi Nami Toilet Paper Holder, Finish: Glossy, Material: Zinc 1 Piece Dipper, Material:plastic, Handle Length: 12cm, Diameter: 14.5cm, Depth:11 Cm 1 Piece Pail, Supported Weight: 0.2kg, Materials: Polypropylene 1 Piece Toilet Bowl, Application: Floor Mount, Finish:glossy, Material: Vitreous China; Size: 725x370x775mm, Tank Fittings:standard, Seat Cover: Regular Seat & Cover, Liters Per Flush: 3&6 Liters, Flushing Sysem: Wash Down, Shape:round 1 Piece Trash Can, Height: 42cm, Length:22cm, Width: 22 Cm, Capacity:11 Liters 2 Piece Toothbrush, Colgate 360 Advanced Toothbrush Twin Pack, Innovative Cheek And Tongue Cleaner Design, 4-zone Bacteria Removing Action, Advanced Multi-action Bristle Design 2 Packs Hairbrush, Fashion Detangling Hair Brush, Suitable For All Types Of Hair 2 Piece Comb, Joy Fashion Anti-static Handy Hair Comb, Size: 14.5cmx3.5cm 2 Piece Toothpaste, Unique Toothpaste Doublemint Advanced Oral Care 150 Ml 2 Piece Plastic Tumbler, 12 Oz Clear Jollibee Style Drinking Tumbler Plastic Drinking Cup, Size 7*14cm 12 Pieces Razor, Gillette Daisy Plus 2 Bladed Women's Disposable Razor 6 Piece Nail Clipper, Groovy Extra-large Chrome Nail Clipper With Inner File/nail Cutter, Material: Chrome, Length:9.5cm, Weight:51 Grams 2 Pieces Nail File, Omg Zebra Nail Care File, For Smoothing And Shaping The Edges Of Nails, Lightweight And Made With Quality Materials 3 Pieces Deodorant, Nivea Extra Whitening Deo Roll, 25ml, 48-hour Anti-perspirant Protection 1 Piece Face Towel, Linen N' Things Face Towel, 30x30cm 3 Pieces Feminine Napkin, Charmee Sanitary Napkin All-flow With Wings Sulit Pack 20's, With Micro Dimple Cover And Quick Absorbing Plus Leak Control Channels 2 Packs Dust Catcher With Broom, 1 Set Of Plastic Broom With Dust Pan 1 Piece Feather Duster, Washable Anti-static Duster With Soft Microfiber For Cleaning, Flexible Head, Material: Pp+microfiber, Length:56cm/22.05inch, Weight:180 Grams 1 Piece Wash Rags, Ogmy Kitchen Dish Wash Towel,16x27cm, Material;microfiber 5 Pieces Floor Mop, 3m Scotch Brite Wide Cotton Mop, Material Cotton And Polyester With Coated Steel Handle 1 Piece Garbage Can, Square Trash Bin 15 Liters, Swing Type Cover, Dimension: 24x25x41cm 1 Piece Sponge, 3m Scotch Brite Wide Heavy Duty Scrub Sponge, Material: High-quality Nylon Polyester Web 2 Pieces Spray Bottle, Plastic Pet 500 Ml Trigger Sprayer Bottle, Round Nozzle 2 Pieces Table Napkins, White Table Napkins, 6x6/7x7,or 8x8 5 Pieces Placemat, Anti-slip, Woven, Rectangular Design Placmat, Material: Pvc 6 Pieces Plates, Happy Go Round Porcelain Dinner Plate (set Of 6), Dish Washer Safe, Size: 6-10 Inches, Material:high Grade Porcelain, Microwave, Diswahser And Oven Safe 1 Set Drinking Glasses, Delisoga Clear Drinking Water Glasses (6pcs/set), Material: Lead Free Glass, Volume Capacity: 360ml, Size: 23*15*14cm, Packing: 6 Pcs/1 Set 1 Set Pitcher, Orocan Oval Pitcher, Dimesions: 22cmx18cm, Swivel Flip, Capacity: 2 Liters 1 Piece Bowls, Smart Kitchen Salad Bowl,material:porcelain, Color: White, Weight: 415 Grams, Size: 8 Inch Diameter, Dishwasher Safe 2 Pieces Water Pail, 5-gallon White/cream Pail 1 Piece Laundry Bar Soap, Perla Hypoallergenic Laundry Soap Cut Bar, 110g, Original White Variant: With Natural Coconut Oil Ingredients 12 Pieces Clothesline, 3/5 Meter Non-slip Clothesline, Supported Weight:3kg, With Special Grids/fence-like Design, Retractable 2 Pieces Clothes Pins, 20 Pcs Plastic Clothespins (20 Pcs/pack), Material: Plastic, Size: Approx. 5 Cm 2 Packs Wash Basin, Round Wash Basin, Supported Weight: 0.3kg, Non-toxic, Durable Plastic, Dimensions: 26.6x26.6x10cm, Material: Polyethylene Terepthalate (pet) 1 Piece Laundry Bag, Size: 61x92cm, 5 Pcs/set Included: 1 Pc 30*40cm + 1 Pc 40*50cm + 1 Pc 50*60cm + 1 Pc 15*16cm Bra Bag + 1 Pc 22*33cm Cylindrical Bag 1 Set Ironing Board, 36" Wooden Ironing Board With Metal Stand, Adjustable Height 1 Piece Flat Iron, Hanabishi Flat Iron, Soleplate Type: Coated Non-stick, Iron Features, Temperature Control, Weight: 1.1kg, Input Voltage: 220v, Dimensions: 235x112x108 1 Piece Hangers, 12 Pcs Flat Hanger, Material: Durable Plastic, Length:36cm, Supported Weight: 0.5kg, Color: Black, Dimensions: Lwh 36x10x17 1 Pack Socks, Shoeper (plain And Colored Casual Ankle Socks), Clothing Material:cotton, Pattern:solid Color 2 Pairs Dress, Short Sleeved Dress, Dress Length: Knee Length 1 Piece Slippers, Unisex Slippers,material: Good Rubber Material 2 Pairs Bed Frame, Single Bedframe, Width:36 Inches, Length:75 Inches 1 Unit Mattress, Uratex Foam Mattress, With Washable Cotton Cover, Dimension (30x75) 5 Piece Pillows, Star Market High Quality Comfortable Plain White, Soft Pillow, Size:18x28 Inches 10 Pieces Bed Sheets, Socone 3in1 Us Cotton Single Bedsheet Set, Material: Cotton+polyester, Packaging Content: 2 Pcs Pillow Case, 1 Pc Fitted Sheet, Single Size:36"*75"+7.8", Pillow Case Sice: 18'*28", Garterized Corners 10 Sets Alarm Clock, 4 Inch Simple Nordic Silent Pointer Desktop Round Alarm Clock, Weight 257g, Size: 12*11.5*6cm/4.72*4.53*2.36", Metal, With Night Light, Uses Two Aa Batteries 1 Piece Washing Machine, Width: 93cm Height: 99cm Length: 53cm Gross Weight: 29kg Washing Machine Type: Twin Tub Net Weight: 24.5kg Washing Capacity: 11kg Drying Capacity: 7.5kg Bigger Wash Capacity With Hydrodynamic Wave Pulsator Bigger Spin Capacity Durable Rust Proof Body Safety Spin Lid With Overflow Filter Big Knobs Drag Type Lint Filter Durable Plastic Material Gear Drive System Long Pulsator Rotation Color: White Body & Aquamarine Lid Type A -2 Flat Prong Plug 2 Piece Abc = 75,464.18
Municipality Of Upi, Maguindanao Tender
Machinery and Tools
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 24.1 Million (USD 412.6 K)
Details: Description Item No. Quantity Unit Item Description Lot A. Supply Of Labor B.5 1 2.01 Person/hour Construction Foreman 2 2.01 Person/hour Skilled Labor 3 4.02 Person/hour Unskilled Labor B.7(2) 1 36.00 Person/hour A. Certified Safety Engineer 2 144.00 Person/hour B. Health Personnel B.8(1) 1 5,472.00 Person/hour A. Traffic Controller 102(1) 1 23.00 Person/hour Construction Foreman 2 69.00 Person/hour Unskilled Labor 103(1)a 1 4.80 Person/hour Construction Foreman 2 14.40 Person/hour Unskilled Labor 104(2)a 1 27.66 Person/hour Construction Foreman 2 55.33 Person/hour Unskilled Labor 105(1)a 1 24.17 Person/hour Construction Foreman 2 48.33 Person/hour Unskilled Labor 200(1) 1 145.00 Person/hour Construction Foreman 2 290.00 Person/hour Unskilled Labor 311(1)c1 1 103.57 Person/hour Construction Foreman 2 414.29 Person/hour Skilled Labor 3 1,242.86 Person/hour Unskilled Labor 404(1)a 1 0.35 Person/hour Construction Foreman 2 0.70 Person/hour Skilled Labor 3 2.80 Person/hour Unskilled Labor 405 (1)b3 1 15.00 Person/hour Construction Foreman 2 60.00 Person/hour Skilled Laborer 3 120.00 Person/hour Unskilled Laborer Installation & Removal Of Formwork/falseworks 1 60.00 Person/hour Skilled Laborer 2 120.00 Person/hour Unskilled Laborer 500(1)a3 1 4.56 Person/hour Construction Foreman 2 9.12 Person/hour Skilled Labor 3 18.24 Person/hour Unskilled Labor 500(1)a1 1 7.04 Person/hour Construction Foreman 2 14.08 Person/hour Skilled Labor 3 28.16 Person/hour Unskilled Labor 612(1) 1 17.40 Person/hour Construction Foreman 2 34.80 Person/hour Skilled Labor 3 104.40 Person/hour Unskilled Labor 612(2) 1 8.70 Person/hour Construction Foreman 2 17.40 Person/hour Skilled Labor 3 52.20 Person/hour Unskilled Labor Lot B. Equipment Rental A.1.2 (4) 1 3.80 Unit/month A. Pick-up, 4 X 2, 2.5l Diesel Engine (brand New) B.8(1) 1 60.80 Unit/hour Two-way Radio (w/lifespan Consideration Of 2 Years) 2 334.40 Unit/hour Barricade Flasher Light (3 Volt, Battery Operated,amber Color,w/ Lifespan Consideration Of 6 Month) B.9 1 16.00 Unit/hour Mobilization/demobilization (1% Of Direct Cost Of Civil Works) 2 8.00 Unit/hour Payloader 3 8.00 Unit/hour Backhoe 4 8.00 Unit/hour Backhoe W/ Breaker 5 8.00 Unit/hour Truck Mounted Crane 2 6 8.00 Unit/hour Motorized Road Grader 7 8.00 Unit/hour Vibratory Roller 8 8.00 Unit/hour Water Truck/pump 9 32.00 Unit/hour Transit Mixer 10 8.00 Unit/hour Concrete Batch Plant 11 8.00 Unit/hour Jackhammer 12 8.00 Unit/hour Cargo/service Truck 1 102(1) 1 46.00 Unit/hour Dump Truck , All Models 2 23.00 Unit/hour Backhoe ( 0.80m3/1.04 Yd3 3 2.30 Unit/hour Payloader ( 1.5 M3/1.95 Yd3) 4 Minor Tools (10% Of Labor Cost) 103(1)a 1 9.60 Unit/hour Dump Truck (12 Yd3) 2 4.80 Unit/hour Backhoe ( 0.80 M3.1.04 Yd3) 3 Minor Tools (10% Of Labor Cost) 104(2)a 1 27.66 Unit/hour Motorized Road Grader 2 27.66 Unit/hour Vibratory Roller ( 10 Mt) 3 6.92 Unit/hour Water Truck/pump ( 16000 L) 105(1)a 1 24.17 Unit/hour Motorized Road Grader 2 24.17 Unit/hour Vibratory Roller ( 10 Mt) 3 6.04 Unit/hour Water Truck/pump ( 16000l) 200(1) 1 145.00 Unit/hour Motorized Road Grader 2 145.00 Unit/hour Vibratory Roller ( 10 Mt) 3 36.25 Unit/hour Water Truck/pump ( 16000 L) 311(1)c1 1 414.29 Unit/hour Transit Mixer 2 207.14 Unit/hour Concrete Vibrator 3 103.57 Unit/hour Concrete Batch Plant 4 103.57 Unit/hour Payloader 5 103.57 Unit/hour Concrete Screeder 6 103.57 Unit/hour Water Truck/pump 7 103.57 Unit/hour Concrete Saw 8 10.36 Unit/hour Bar Cutter 9 10.36 Unit/hour Sealer, Joint (machine) 10 Minor Tools (5% Of Labor) 404(1)a 1 0.05 Unit/hour A. Cargo Truck (9 - 10 T) 2 0.18 Unit/hour B. Bar Cutter 3 0.18 Unit/hour C. Bar Bender 405 (1)b3 1 15.00 Unit/hour One Bagger Mixer ( 4-6ft3/min 2 15.00 Unit/hour Concrete Vibrator 3 1.50 Unit/hour Water Truck/pump ( 16000 L) 500(1)a3 1 2.32 Unit/hour A. Backhoe (0.80 Cu.m.) 2 2.32 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 500(1)a1 1 3.52 Unit/hour A. Backhoe (0.80 Cu.m.) 2 3.52 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 612(1) 1 17.40 Unit/hour Cargo/service Truck 1 2 17.40 Unit/hour Applicator Machine 3 17.40 Unit/hour Kneading Machine 4 Minor Tools (10% Of Labor Cost) 612(2) 1 8.70 Unit/hour Cargo/service Truck 1 2 8.70 Unit/hour Applicator Machine 3 8.70 Unit/hour Kneading Machine 4 - Minor Tools (10% Of Labor Cost) Lot C. Supply & Delivery Of Construction Materials A.1.1 (8) 1 3.80 Mo. A. Rental Of Field Office B.3 1 13,252.00 Cu.m. A. Mineral Tax (provincial Tax Ordinance) 2 1.00 Lot B. Excise Tax (provincial Tax Ordinance) 4% Mineral Tax B.5 1 96.00 Sq.ft A. Tarpaulin ( 4'x 8') 2 378.00 Bd.ft B. Lumber ( Coco) 3 9.00 Pcs. C. Marine Plywood( 1/4'' X 4'x 8') 4 3.78 Kg D. Asst. Cwn 5 192.00 Sq.ft E. Tarpaulin ( 8'x 8') B.7(2) 1 1,309.00 Man-day A. Safety Helmet 2 678.00 Man-day B. Safety Shoes 3 1,309.00 Man-day C. Safety Vest 4 1,309.00 Man-day D. Working Gloves 5 632.00 Man-day E. Rubber Boots 6 120.00 Man-day F. Dusk Mask 7 120.00 Man-day G. Rain Coat B.8(1) 1 7.60 Each A. Speed Restriction (r4-1) 2 7.60 Each B. Road Work Ahead (t1-1) 3 7.60 Each C. End Roadwork (t2-16) 4 7.60 Each D. End Speed Restriction (r4-2) 5 7.60 Each E. Lane Status (t2-6-1) 6 7.60 Each F. Workmen Ahead (t1-5) 7 7.60 Each G. Prepare To Stop (t1-18) 8 3.80 Each H. Temporary Hazard Marker (chevron, T5-5) 9 68.40 Each I. Plastic Safety Barriers 10 68.40 Each J. Construction Safety Fence 11 15.20 Each K. Temporary Bollards (@5 Meters Apart) 12 7.60 Man-day L. Safety Vest 13 7.60 Man-day M. Hard Hat 14 7.60 Man-day N. Safety Shoes 104(2)a 1 1,729.01 Cu.m. Common Borrow (w/ 25% Shrinkage Factor) 200(1) 1 8,337.50 Cu.m. Aggregate Subbase Course (w/ 15% Shrinkage Factor) 311(1)c1 1 3,117.50 Kg Reinforcing Steel Bars Deformed Grade 40 2 2,102.50 L Curing Compound 3 870.00 L Asphalt Sealant 4 3,335.00 M Steel Forms 23 Cm Width 5 917.13 Cu.m. Fine Aggregate 6 1,667.50 Cu.m. Gravel G2-1/2 7 15,877.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 8 1.09 Pc Concrete Saw (diamond Blade 14''dia) 9 51.48 M Pipe Sleeve, 2'' Dia. 10 63.08 L Grease/tar 404(1)a 1 1.32 Kgs A. Tie Wire (2% Of Rsb) 2 66.15 Kgs B. Reinforcing Steel Bars Grade 40, With 5% Wastage 405 (1)b3 1 525.00 Bd.ft. Lumber Good 2 8.40 Pc. Plywood Marine 1/2" X 4' X 8' (0.0125m X 1.2m X 2.44m) 3 21.00 Kg. Common Nails Assorted 4 199.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 5 10.50 Cu.m. Fine Aggregate 6 21.00 Cu.m. Gravel G2-1/2 500(1)a3 1 8.64 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.49 Cu.m. Fine Aggregate 3 8.00 Pc Reinforced Concrete Pipe Class Iv Dia 36"(910mm) 4 1.02 Cu.m. Fine Aggregate 500(1)a1 1 12.38 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.70 Cu.m. Fine Aggregate 3 16.00 Pc Reinforced Concrete Pipe Class Iv Dia 24"(610mm) 1.41 Cu.m. Fine Aggregate 1 612(1) 2 141.38 Bag A. Thermoplastic (white) 3 14.36 Bag B. Glass Beads 4 52.20 L C. Primer 5 1.74 Cyl D. Lpg (50kg) 6 0.87 Cyl E. Lpg (12 Kg) 7 54.38 Kg F. Calsumine 8 - - Miscellaneous (5% Of Materials Cost) 612(2) 1 70.69 Bag A. Thermoplastic (white) 2 7.18 Bag B. Glass Beads 3 26.10 L C. Primer 4 0.87 Cyl D. Lpg (50kg) 5 0.44 Cyl E. Lpg (12 Kg) 6 27.19 Kg F. Calsumine Miscellaneous (5% Of Materials Cost) During The Post Qualification The Twg Has The Right To Ask A Purchase Order Incase The Item Is Not Available
Rizal Medical Center Tender
Housekeeping Services
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 228 K (USD 3.8 K)
Details: Description Bids And Awards Committee Request For Quotation Rfq No. 2025-001 The Rizal Medical Center (rizal Med) Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Project Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than January 20, 2025. Name Of Project: Procurement Of One (1) Lot Pest Control Services For Cy 2025 Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Two Hundred Twenty Eight Thousand Pesos (php228,000.00) Terms Of Reference Pest Control Services 2025 I. Objective To Provide Pest Control Services To Rizal Medical Center For The Cy 2025 Ii. Approved Budget For The Contract The Approved Budget For The Contract Is Two Hundred Twenty-eight Thousand Pesos (php228,000.00). Iii. Scope Of Work The Service Provider Shall Provide The Following Pest Control Services For A Period Of One Year (12 Months) To Rizal Med Premises: I. Crawling And Flying Insect Control Frequency • Thermal Fogging Monthly • Misting Monthly • Residual Spraying Monthly • Trapping/baiting As Needed • Spraying And Misting Of Surrounding Quarterly Ii. Rodent Control • Baiting As Needed • Trapping As Needed Iii. Termite Control • Soil Poisoning Once A Year • Residual Spraying Quarterly • Chemical Dusting Quarterly • Termites Mound Examination/ Demolition Quarterly Iv.animal Control • Controlling According To Local Regulations Of Cats, Dogs, Etc. As Needed • Technical And Professional Services The Service Provider Shall Provide The Following Technical Methods And Professional Services For The Effective Pest Control Program Of Rizal Med Premises: A. For Crawling And Flying Insects Control Thermal Fogging – It Is An Aerial Surface Disinfection Method Which Provides Access To Hard-to-reach Areas And Simultaneously Disinfects Walls And The Atmosphere. It Is An Effective Smoke Odor Removal Procedure Because It Recreates The Fire Related Properties Of Heat And Pressurization. Misting – Use Of Misting Machines Inside The Offices Which Disperse Minute Droplets Of Insecticide Solution In An Aerosol Range To Attain Minimum Penetration Of Hard To Reach Or Inaccessible Area To Control Mosquitoes And Other Flying Insect O Use Of Foaming/chalk And Gel Bait Inside The Ward And Other Specialty Wards (or, Er, Ob-er, Dr, Rr, Icu, Picu, Nicu, Imcu And Cancer Wards), Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Chemicals Used Should Be Approved By The Food And Drug Authority (fda). Residual Spraying – This Shall Be Done To Facilitate Direct Extermination Of Insects In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks And Crevices. It Will Be Applied To Areas Where Fogging Treatment Is Not Available. Trapping/baiting – Use Of Cage Traps, Glue Board, Snap And Other Mechanical Devices To Augment The Baiting Technique, Installation Of Bait Stations In Hidden Places And Strategic Location Where Crawling Insects Usually Search For Food, Roam Around And Congregate. B. For Rodent Control Regular Treatment By Bait Laying Of Anticoagulant Preparations In Areas Used As Passageway And Harborages Of Rats And Mice, Based On A System Of Permanent/semi-permanent Bait Stations. These Rodenticides Provide Good Control Without Presenting Any Hazard To Products Or Personnel. However, If The Degree Of Infestations Should Ever Warrant It, Acute Bait/chronic Rodenticides Will Be Used, But Only After Close Consultation With Rizal Med And Under The Strict Supervision Of The Engineering And Facilities Management Section. Supplementary Control Methods Such As Mechanical Traps And Sticky Boards, Plugging Or Sealing Off Of Holes That May Serve As Entry Points Will Also Be Employed If The Situation So Warrants. C. For Termite Control 1. Soil Poisoning This Service Shall Be The Application Of Termiticidal Chemicals Along The Perimeter Of Rizal Med. The Service Provider Shall Create A Continuous Chemical Barrier Making It Impossible For Termite To Enter And Destroy The Wooden Structures Of The Buildings Through The Following: A. Drilling Holes 30 Centimeters Apart At The Concrete Perimeter Fence Of The Compound Using An Electric Rotto Hammer Drill, Then Injecting Termiticidal Chemicals, Using A Modern Pressurized Soil Rudder Injector. B. Direct Injection Of Termiticidal Chemicals Along The Concrete And/or Soil Perimeter Of The Building Of The Compound 30 Centimeters Apart Using The Same Procedure And Equipment In 1(a). C. Drilled Holes After Treatment Shall Be Restored To Its Original Appearance Through The Use Of Concrete Mix/cement. 2. Residual Spraying This Shall Be Done To Facilitate Direct Extermination Of Termites On Infested Parts Of The Building. Uninfected Areas Shall Also Be Treated To Provide Adequate Protection. 3. Chemical Dusting The Service Refers To The Application Of Anti-termite Powder To All Joints, Ends, Crevices, Baseboards And Cabinets. Emphasis Of Treatment Shall Be On The Wooden Structures Of The Building. 4. Termites Mound Extermination All Termites’ Mounds Found Within The Rizal Med Building Compound Shall Be Excavated And Exterminate The Queen And Workers Since These Are Infesting The Wooden Structures Of The Building. Terms And Conditions 1. The Service Provider Shall Warrant That The Services To Be Rendered Will Effectively Exterminate All Pests, Insects And Rodents Without The Visible Presence And Disturbing Odor Of Smoke And Fumes. Should Rizal Med Find The Services To Be Ineffective As Evidenced By The Continuous Presence Of Termites, Cockroaches, Mice And Other Common House Pests And Insects, Rizal Med Reserves The Right To Terminate The Contract. In Such Case, The Rizal Med Shall Not Be Obliged To Pay The Service Provider For The Services Rendered. 2. The Service Provider Shall Warrant That All Preparations And Formulations, Including The Use Thereof, Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Pyrethroid Insecticides That Are Biodegradable In Nature And Only Chemicals Certified By The Proper Government Authorities As Safe Shall Be Used. 3. The Service Provider Shall Render Pest Control Treatment To The Nutrition And Dietetics Department Twice A Month. 4. The Service Provider Shall Agree That Only Honed, Skilled And Well-trained With Training Certificates Personnel/technicians Will Be Assigned To The Rizal Med Premises To Ensure The Proper Treatment And Application Of Chemicals. 5. The Service Provider Shall Assign A Sufficient Work Force With Proper Personal Protective Equipment (ppe) And Sufficient To Carry Out Or Implement The Service. Assigned Staff Shall Wear Proper Uniform And Identification Card While Within The Rizal Med Premises. 6. The Service Provider Shall Agree That The Required Services Shall Be Conducted From 4:00 Pm – Onwards And Weekends, As May Be Determined By The Rizal Med, In Order Not To Disrupt The Working Schedule Of Rizal Med Personnel. 7. The Service Provider Shall Provide On-call Service In Between Schedule Without Additional Cost To Rizal Med, Including Performing Immediate Special Or Additional Service Should There Be A Sudden Outbreak Of Infestation At The Rizal Medical Center Premises At No Cost To Rizal Med. 8. A Quality Control Supervisor Affiliated With The Service Provider Shall Visit The Rizal Med Premises Quarterly Or Whatever Necessary To Undertake The Following: A. Coordination With Rizal Med Authorized Representative In Evaluating The Effectiveness Of The Pest Control Treatment. B. Serve As Pest Control Consultant By Recommending Ways And Means To Control Infestation. C. Provide Orientation On The Pest Control Management, Handling And Application Of Chemicals To Concerned Rizal Med Personnel. 9. A Penalty Of One-tenth Of 1% (.001) Of The Total Value Of The Undelivered Goods/services Shall Be Charged As Liquidated Damage For Every Day Of Delay Of The Delivery Of The Service. A. Payment Shall Be Done Within Sixty (60) Days Upon Receipt Of The Statement Of Account/billing Invoice, With Complete Supplementary Documents On A Monthly Basis. 10. The Service Provider Must Submit An Accurate Monthly Assessment Report. 11. The Service Provider Shall Cover The Following Areas: Administrative Building 1 Office Of The Medical Center Chief And Board Room 2 Office Of The Chief Of Medical Professional Staff 3 Professional Education, Training, And Research Unit 4 Office Of The Chief Administrative Officer (hopss) 5 Office Of The Chief Administrative Officer (finance) 6 Ent Office (former Chief Training Office) 7 Office Of The Chief Nurse 8 Heart Station 9 Integrated Management Information System Section 10 Quality Improvement, Infection Prevention Control, And Patient Safety Unit 11 Blood Bank 12 Cash Operations Section 13 Billing And Claims Section 14 Admitting And Information Section 15 Security Unit (in-house) Dormitory Building (old) 1 Dormitory 2 Budget Section 3 Accounting Section 4 Coa Auditor’s Office 5 Legal Unit 6 Wound Care Center Office 7 Public Health Unit 8 Planning & Management Unit 9 Hrm/ Psb – Shrpsb Office Other Areas 1 Nutrition And Dietetics Department (weekly) 2 Engineering And Facilities Management Section 3 Powerhouse 4 Housekeeping, Linen & Laundry 5 Materials Management Section 6 Tb Dots 7 New Dormitory 8 Solid And Infectious Waste Storage / All Public Comfort Rooms 9 Chapel 10 Central Supply And Sterilization 11 Health Information Management Department 12 New Er Extension 13 Human Resource Management Section 14 Procurement Section 15 Medical Social Work Department 16 Udds Office 17 Other New Office And Establishments Out Patient Department Complex First Floor 1 Department Of Otorhinolaryngology Head And Neck Surgery 2 Surgery Clinic 3 Opd Central Registration Section 4 Minor Or 5 Opd Laboratory & Drug Testing 6 Pharmacy & Consignment 7 Department Of Radiology And Imaging Science 8 Department Of Physical Medicine And Rehabilitation 9 Pharmacy Department 10 Stone Center Second Floor 1 Social Service (opd & Pasig City Constituents) 2 Dental Department 3 Opd Head 4 Health & Wellness Clinic 5 Cashier 6 Mental Hygiene 7 Pediatric Clinic 8 Medicine Clinic 9 Opd Registration 10 Department Of Obstetrics And Gynecology/ Ultrasound 11 Employees Health Service 12 Neuro Science Third Floor 1 Department Of Opthalmology 2 Family And Community Medicine Department 3 Department Of Dermatology 4 Opd Philhealth ` Diagnostic Center 1 Main Laboratory 2 Nuclear Medicine 3 Molecular Imaging & Radionuclide Therapy Unit/cobalt 4 Department Of Physical Medicine And Rehabilitation 5 Blood Bank 6 Molecular Laboratory 7 Linear Accelerator (linac) Main Building A & B Basement 1 Health Emergency Management Service/er Head Office 2 Emergency Room 3 Dialysis Unit 4 Pharmacy Satellite 5 Er Triage 6 Er Waiting Area 7 Brachy Therapy Treatment 8 Breast Clinic 9 Mammography Section 10 Toxicology First Floor 1 Ob Main 2 Ob Er 3 Delivery Room And Labor Room 4 Neonatal Intensive Care Unit (nicu) 5 Ob Covid 6 Radiation Oncology Unit 7 Milk Bank 8 Netr Office Second Floor 1 Surgery Ward (1) 2 Operating Room 3 Department Of Anesthesiology 4 Recovery Room 5 Intensive Care Unit (icu) 6 Hemodialysis (stock Room) 7 Catheterization Laboratory 8 Surgical Intensive Care Unit (sicu) 9 Social Service Office 10 Food Hall Third Floor 1 Surgery Ii 2 Pedia I 3 Pediatric Intensive Care Unit (picu) 4 Pedia Ii 5 Department Of Pediatrics 6 Department Of General Surgery 7 Social Service Office Fourth Floor 1 Medicine Ward 2 Philhealth Ward 3 Medicine Department Office 4 Imcu 5 Institutional Review Board 6 Pulmonary/ Respiratory Unit 7 Office Of The Rotator’s Manager Fifth Floor 1 Ob Annex 2 Pantry I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate/registration No. B) Mayor’s/business Permit 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Documentary Requirements Must Be Submitted To The Bac Secretariat Not Later Than The Deadline. Ii. General Conditions: • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be One (1) Year (12 Months) Upon Receipt Of A Notice To Proceed. For Further Inquiries, You May Contact The Bac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Edwin E. Alcazar, Llb,mgm Head, Bac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.)santiago G. Cabangon, Cpa, Mba Chairperson, Bids And Awards Committee
Department Of National Defence Tender
Others
Canada
Closing Date9 Jan 2025
Tender AmountRefer Documents
Description: File Number: W8476-256986/a Notice Of Proposed Procurement The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At 25cfsd Montreal And 7cfsd Edmonton By March 4th , 2025. Item 1, Gsin: 5325, Nsn: 5325 33 205 9306 Ring, Retaining P/n Requested: 2004780 Nscm/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 2, Gsin: 5325, Nsn: 5325 33 205 9306 Ring, Retaining P/n Requested: 2004780 Nscm/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 3, Gsin: 5360, Nsn: 5360 33 202 1304 Spring, Helical, Extension P/n Requested: 2007800 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 4, Gsin: 5360, Nsn: 5360 33 202 1304 Spring, Helical, Extension P/n Requested: 2007800 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 5, Gsin: 5330, Nsn: 5330 12 175 2642 Seal Plain P/n Requested: Babsl60x80x7/7,5-72nbr/902 Nscm/cage / Cof/cage: D2480 Quantity: 15 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 6, Gsin: 5330, Nsn: 5330 12 175 2642 Seal Plain P/n Requested: Babsl60x80x7/7,5-72nbr/902 Nscm/cage / Cof/cage: D2480 Quantity: 15 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 7, Gsin: 3110, Nsn: 3110 12 164 8047 Bearing, Roller, Tapered P/n Requested: 32009-xa Nscm/cage / Cof/cage: D2456 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 8, Gsin: 3110, Nsn: 3110 12 164 8047 Bearing, Roller, Tapered P/n Requested: 32009-xa Nscm/cage / Cof/cage: D2456 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 9, Gsin: 2530, Nsn: 2530 99 780 7800 Steering Wheel P/n Requested: 294745-003 Nscm/cage / Cof/cage: U1607 Quantity: 2 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 10, Gsin: 2530, Nsn: 2530 99 780 7800 Steering Wheel P/n Requested: 294745-003 Nscm/cage / Cof/cage: U1607 Quantity: 2 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 11, Gsin: 4730, Nsn: 4730 12 395 7588 Elbow, Tube P/n Requested: Wee10lromdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 12, Gsin: 4730, Nsn: 4730 12 395 7588 Elbow, Tube P/n Requested: Wee10lromdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 13, Gsin: 4730, Nsn: 4730 33 107 9371 Adapter, Straight, Tube To Boss P/n Requested: 4730700014 Nscm/cage / Cof/cage: 0125b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 14, Gsin: 4730, Nsn: 4730 33 107 9371 Adapter, Straight, Tube To Boss P/n Requested: 4730700014 Nscm/cage / Cof/cage: 0125b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 15, Gsin: 5330, Nsn: 5330 33 218 0038 Gasket P/n Requested: 4065545 Nscm/cage / Cof/cage: 0848b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 16, Gsin: 5330, Nsn: 5330 33 218 0038 Gasket P/n Requested: 4065545 Nscm/cage / Cof/cage: 0848b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 17, Gsin: 4730, Nsn: 4730 12 363 3125 Reducer, Tube P/n Requested: Red12/06zla3c Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 18, Gsin: 4730, Nsn: 4730 12 363 3125 Reducer, Tube P/n Requested: Red12/06zla3c Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 19, Gsin: 5330, Nsn: 5330 15 121 0511 Packing, Preformed P/n Requested: 5-612 N674-70 Nscm/cage / Cof/cage: A3958 Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 20, Gsin: 5330, Nsn: 5330 15 121 0511 Packing, Preformed P/n Requested: 5-612 N674-70 Nscm/cage / Cof/cage: A3958 Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 21, Gsin: 4730, Nsn: 4730 12 397 0740 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1/4cfx Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 22, Gsin: 4730, Nsn: 4730 12 397 0740 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1/4cfx Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 23, Gsin: 4820, Nsn: 4820 15 201 5924 Valve, Regulating, Fluid Pressure P/n Requested: Vcf35c B Viton Nscm/cage / Cof/cage: A4752 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 24, Gsin: 4820, Nsn: 4820 15 201 5924 Valve, Regulating, Fluid Pressure P/n Requested: Vcf35c B Viton Nscm/cage / Cof/cage: A4752 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 25, Gsin: 5930, Nsn: 5930 14 585 6465 Pedal Switch (foot) P/n Requested: Xpem110 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 26, Gsin: 5930, Nsn: 5930 14 585 6465 Pedal Switch (foot) P/n Requested: Xpem110 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 27, Gsin: 5930, Nsn: 5930 33 218 9773 Switch Thermostatic P/n Requested: 36030 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 28, Gsin: 5930, Nsn: 5930 33 218 9773 Switch Thermostatic P/n Requested: 36030 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 29, Gsin: 5820, Nsn: 5820 37 545 1937 Control-converter P/n Requested: Ddr-30g-24 Nscm/cage / Cof/cage: S8116 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 30, Gsin: 5820, Nsn: 5820 37 545 1937 Control-converter P/n Requested: Ddr-30g-24 Nscm/cage / Cof/cage: S8116 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 31, Gsin: 5920, Nsn: 5920 33 219 4072 Fuse Holder Extractor Post P/n Requested: P.616 Nscm/cage / Cof/cage: 8816b Quantity: 2 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 32, Gsin: 5920, Nsn: 5920 33 219 4072 Fuse Holder Extractor Post P/n Requested: P.616 Nscm/cage / Cof/cage: 8816b Quantity: 2 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 33, Gsin: 1680, Nsn: 1680 01 669 8259 Lever, Control P/n Requested: 1007185 Nscm/cage / Cof/cage: 7k7f9 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 34, Gsin: 1680, Nsn: 1680 01 669 8259 Lever, Control P/n Requested: 1007185 Nscm/cage / Cof/cage: 7k7f9 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 35, Gsin: 4730, Nsn: 4730 33 205 3376 Fitting, Lubrification P/n Requested: 2009319 Nscm/cage / Cof/cage: 0848b Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 36, Gsin: 4730, Nsn: 4730 33 205 3376 Fitting, Lubrification P/n Requested: 2009319 Nscm/cage / Cof/cage: 0848b Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 37, Gsin: 5306, Nsn: 5306 33 217 5746 Bolt, Internal Wrenching P/n Requested: 412396 16 Nscm/cage / Cof/cage: 551bb Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 38, Gsin: 5306, Nsn: 5306 33 217 5746 Bolt, Internal Wrenching P/n Requested: 412396 16 Nscm/cage / Cof/cage: 551bb Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 39, Gsin: 5325, Nsn: 5325 33 205 9306 Pin, Cotter P/n Requested: 0602254 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 40, Gsin: 5325, Nsn: 5325 33 205 9306 Pin, Cotter P/n Requested: 0602254 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 41, Gsin: 5305, Nsn: 5305 12 370 7996 Setscrew P/n Requested: Iso4026-m10x40-45h Nscm/cage / Cof/cage: I9008 Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 42, Gsin: 5305, Nsn: 5305 12 370 7996 Setscrew P/n Requested: Iso4026-m10x40-45h Nscm/cage / Cof/cage: I9008 Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 43, Gsin: 5310, Nsn: 5310 12 188 6493 Nut, Plain, Castellated, Hexagon P/n Requested: Din979-m24x1,5-05-znphrf Nscm/cage / Cof/cage: D8286 Quantity: 40 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 44, Gsin: 5310, Nsn: 5310 12 188 6493 Nut, Plain, Castellated, Hexagon P/n Requested: Din979-m24x1,5-05-znphrf Nscm/cage / Cof/cage: D8286 Quantity: 40 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 45, Gsin: 2530, Nsn: 2530 33 000 0734 Cap, Grease P/n Requested: 3499 Nscm/cage / Cof/cage: 1974b Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 46, Gsin: 2530, Nsn: 2530 33 000 0734 Cap, Grease P/n Requested: 3499 Nscm/cage / Cof/cage: 1974b Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 47, Gsin: 5310, Nsn: 5310 33 205 6966 Washer, Finishing P/n Requested: 0201969 Nscm/cage / Cof/cage: 0848b Quantity: 40 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 48, Gsin: 5310, Nsn: 5310 33 205 6966 Washer, Finishing P/n Requested: 0201969 Nscm/cage / Cof/cage: 0848b Quantity: 40 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 49, Gsin: 3120, Nsn: 3120 12 177 8991 Bearing, Washer, Thrust P/n Requested: Paw32p10 Nscm/cage / Cof/cage: D4871 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 50, Gsin: 3120, Nsn: 3120 12 177 8991 Bearing, Washer, Thrust P/n Requested: Paw32p10 Nscm/cage / Cof/cage: D4871 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 51, Gsin: 4320, Nsn: 4320 14 547 1429 Governor, Pump, Pressure Regulating P/n Requested: Olsa40152b0001 Nscm/cage / Cof/cage: F1606 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 52, Gsin: 4320, Nsn: 4320 14 547 1429 Governor, Pump, Pressure Regulating P/n Requested: Olsa40152b0001 Nscm/cage / Cof/cage: F1606 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 53, Gsin: 4730, Nsn: 4730 12 130 6681 Tee, Tube P/n Requested: T6l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 54, Gsin: 4730, Nsn: 4730 12 130 6681 Tee, Tube P/n Requested: T6l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 55, Gsin: 4730, Nsn: 4730 12 185 2661 Tee Tube P/n Requested: Evl6l0md Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 56, Gsin: 4730, Nsn: 4730 12 185 2661 Tee Tube P/n Requested: Evl6l0md Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 57, Gsin: 4730, Nsn: 4730 12 375 7616 Adapter, Straight, Tube To Boss P/n Requested: Ge10lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 58, Gsin: 4730, Nsn: 4730 12 375 7616 Adapter, Straight, Tube To Boss P/n Requested: Ge10lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 59, Gsin: 4730, Nsn: 4730 12 383 8749 Adapter, Straight, Tube To Boss P/n Requested: Ge06lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 60, Gsin: 4730, Nsn: 4730 12 383 8749 Adapter, Straight, Tube To Boss P/n Requested: Ge06lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 61, Gsin: 4730, Nsn: 4730 01 692 0371 Tee, Tube P/n Requested: Wh10lromdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 62, Gsin: 4730, Nsn: 4730 01 692 0371 Tee, Tube P/n Requested: Wh10lromdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 63, Gsin: 4730, Nsn: 4730 14 446 4289 Adapter, Straight, Tube To Boss P/n Requested: Ri1x1/2 Nscm/cage / Cof/cage: F0271 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 64, Gsin: 4730, Nsn: 4730 14 446 4289 Adapter, Straight, Tube To Boss P/n Requested: Ri1x1/2 Nscm/cage / Cof/cage: F0271 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 65, Gsin: 4730, Nsn: 4730 12 131 3965 Nipple, Tube P/n Requested: G10l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 66, Gsin: 4730, Nsn: 4730 12 131 3965 Nipple, Tube P/n Requested: G10l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 67, Gsin: 4730, Nsn: 4730 12 143 0160 Elbow Tube P/n Requested: Wsv15l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 68, Gsin: 4730, Nsn: 4730 12 143 0160 Elbow Tube P/n Requested: Wsv15l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 69, Gsin: 4730, Nsn: 4730 01 556 0240 Union, Tube P/n Requested: Sv10lomdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 70, Gsin: 4730, Nsn: 4730 01 556 0240 Union, Tube P/n Requested: Sv10lomdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 71, Gsin: 4730, Nsn: 4730 12 383 0939 Adapter, Straight, Tube To Boss P/n Requested: Sv12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 72, Gsin: 4730, Nsn: 4730 12 383 0939 Adapter, Straight, Tube To Boss P/n Requested: Sv12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 73, Gsin: 4730, Nsn: 4730 12 182 3200 Adapter, Straight, Tube To Boss P/n Requested: Evge12lred Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 74, Gsin: 4730, Nsn: 4730 12 182 3200 Adapter, Straight, Tube To Boss P/n Requested: Evge12lred Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 75, Gsin: 4730, Nsn: 4730 12 371 3068 Elbow, Tube P/n Requested: Ew12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 76, Gsin: 4730, Nsn: 4730 12 371 3068 Elbow, Tube P/n Requested: Ew12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 77, Gsin: 4730, Nsn: 4730 14 566 4961 Adapter, Straight, Tube To Boss P/n Requested: Ege10lredcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 78, Gsin: 4730, Nsn: 4730 14 566 4961 Adapter, Straight, Tube To Boss P/n Requested: Ege10lredcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 79, Gsin: 4730, Nsn: 4730 14 563 7624 Coupling Tube P/n Requested: Gz12lcf Nscm/cage / Cof/cage: C5018 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 80, Gsin: 4730, Nsn: 4730 14 563 7624 Coupling Tube P/n Requested: Gz12lcf Nscm/cage / Cof/cage: C5018 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 81, Gsin: 4730, Nsn: 4730 14 553 1150 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1-2edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 82, Gsin: 4730, Nsn: 4730 14 553 1150 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1-2edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 83, Gsin: 4730, Nsn: 4730 12 145 5655 Adapter, Straight, Tube To Boss P/n Requested: Ri3/4x3/8 Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 84, Gsin: 4730, Nsn: 4730 12 145 5655 Adapter, Straight, Tube To Boss P/n Requested: Ri3/4x3/8 Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 85, Gsin: 4730, Nsn: 4730 12 145 4376 Nipple, Tube P/n Requested: Sv6l Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 86, Gsin: 4730, Nsn: 4730 12 145 4376 Nipple, Tube P/n Requested: Sv6l Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 87, Gsin: 4730, Nsn: 4730 12 375 7584 Tee, Tube P/n Requested: T10lcfx Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 88, Gsin: 4730, Nsn: 4730 12 375 7584 Tee, Tube P/n Requested: T10lcfx Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 89, Gsin: 4310, Nsn: 4310 33 211 7744 Diaphragm, Pump, Special Shaped P/n Requested: 4008308 Nscm/cage / Cof/cage: 0848b Quantity: 3 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 90, Gsin: 4310, Nsn: 4310 33 211 7744 Diaphragm, Pump, Special Shaped P/n Requested: 4008308 Nscm/cage / Cof/cage: 0848b Quantity: 3 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 91, Gsin: 5930, Nsn: 5930 12 374 3592 Switch, Pressure P/n Requested: Pk6522 Nscm/cage / Cof/cage: C2241 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 92, Gsin: 5930, Nsn: 5930 12 374 3592 Switch, Pressure P/n Requested: Pk6522 Nscm/cage / Cof/cage: C2241 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 93, Gsin: 6350, Nsn: 6350 12 408 3672 Horn, Signal P/n Requested: 3al002952-811 Nscm/cage / Cof/cage: C6222 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 94, Gsin: 6350, Nsn: 6350 12 408 3672 Horn, Signal P/n Requested: 3al002952-811 Nscm/cage / Cof/cage: C6222 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 95, Gsin: 5925, Nsn: 5925 14 578 5902 Circuit Breaker P/n Requested: A9f94325 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 96, Gsin: 5925, Nsn: 5925 14 578 5902 Circuit Breaker P/n Requested: A9f94325 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 97, Gsin: 2920, Nsn: 2920 33 107 4046 Switch, Lock, Ignition P/n Requested: 40130 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 98, Gsin: 2920, Nsn: 2920 33 107 4046 Switch, Lock, Ignition P/n Requested: 40130 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 99, Gsin: 5945, Nsn: 5945 33 204 7493 Retainer Electrical Relay P/n Requested: 3032294 Nscm/cage / Cof/cage: 0848b Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 100, Gsin: 5945, Nsn: 5945 33 204 7493 Retainer Electrical Relay P/n Requested: 3032294 Nscm/cage / Cof/cage: 0848b Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 101, Gsin: 5999, Nsn: 5999 99 225 5376 Contact, Electrical P/n Requested: Zbe-101 Nscm/cage / Cof/cage: K1674 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 102, Gsin: 5999, Nsn: 5999 99 225 5376 Contact, Electrical P/n Requested: Zbe-101 Nscm/cage / Cof/cage: K1674 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 103, Gsin: 5999, Nsn: 5999 01 548 3551 Block-assembly P/n Requested: Zb4bz101 Nscm/cage / Cof/cage: 3wag4 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 104, Gsin: 5999, Nsn: 5999 01 548 3551 Block-assembly P/n Requested: Zb4bz101 Nscm/cage / Cof/cage: 3wag4 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 105, Gsin: 6210, Nsn: 6210 14 596 0263 Light, Indicator P/n Requested: Zb4bvj4 Nscm/cage / Cof/cage: Fas02 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 106, Gsin: 6210, Nsn: 6210 14 596 0263 Light, Indicator P/n Requested: Zb4bvj4 Nscm/cage / Cof/cage: Fas02 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 107, Gsin: 5895, Nsn: 5895 01 690 4142 Joystick, Data Entry P/n Requested: Xd4pa22 Nscm/cage / Cof/cage: 56365 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 108, Gsin: 5895, Nsn: 5895 01 690 4142 Joystick, Data Entry P/n Requested: Xd4pa22 Nscm/cage / Cof/cage: 56365 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 109, Gsin: 5895, Nsn: 5895 33 212 1970 Joystick, Data Entry P/n Requested: 6065089 Nscm/cage / Cof/cage: 0848b Quantity: 9 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 110, Gsin: 5895, Nsn: 5895 33 212 1970 Joystick, Data Entry P/n Requested: 6065089 Nscm/cage / Cof/cage: 0848b Quantity: 9 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 111, Gsin: 5930, Nsn: 5930 01 483 8558 Switch, Push P/n Requested: Zbe-102 Nscm/cage / Cof/cage: 51917 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 112, Gsin: 5930, Nsn: 5930 01 483 8558 Switch, Push P/n Requested: Zbe-102 Nscm/cage / Cof/cage: 51917 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 113, Gsin: 5975, Nsn: 5975 12 407 4752 Locknut, Electrical Conduit P/n Requested: Gmm216/7pa Nscm/cage / Cof/cage: D1129 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 114, Gsin: 5975, Nsn: 5975 12 407 4752 Locknut, Electrical Conduit P/n Requested: Gmm216/7pa Nscm/cage / Cof/cage: D1129 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 115, Gsin: 3120, Nsn: 3120 14 501 0474 Bearing, Sleeve P/n Requested: Paf 40260 P10 Nscm/cage / Cof/cage: F0563 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 116, Gsin: 3120, Nsn: 3120 14 501 0474 Bearing, Sleeve P/n Requested: Paf 40260 P10 Nscm/cage / Cof/cage: F0563 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 117, Gsin: 5305, Nsn: 5305 33 204 7454 Hexagonal Screw P/n Requested: 0464246 Nscm/cage / Cof/cage: 0848b Quantity: 50 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 118, Gsin: 5305, Nsn: 5305 33 204 7454 Hexagonal Screw P/n Requested: 0464246 Nscm/cage / Cof/cage: 0848b Quantity: 50 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 119, Gsin: 5365, Nsn: 5365 33 207 7402 Spacer, Ring P/n Requested: 5002448 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 120, Gsin: 5365, Nsn: 5365 33 207 7402 Spacer, Ring P/n Requested: 5002448 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 121, Gsin: 3120, Nsn: 3120 12 174 9457 Bearing Sleeve P/n Requested: Pap1015p10 Nscm/cage / Cof/cage: D8092 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 122, Gsin: 3120, Nsn: 3120 12 174 9457 Bearing Sleeve P/n Requested: Pap1015p10 Nscm/cage / Cof/cage: D8092 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 123, Gsin: 5331, Nsn: 5331 12 389 2854 O-ring P/n Requested: V1 2394 P5008 Nscm/cage / Cof/cage: D1333 Quantity: 15 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 124, Gsin: 5331, Nsn: 5331 12 389 2854 O-ring P/n Requested: V1 2394 P5008 Nscm/cage / Cof/cage: D1333 Quantity: 15 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 125, Gsin: 3110, Nsn: 3110 12 145 5232 Bearing, Ball, Annular P/n Requested: 6002-2rsr Nscm/cage / Cof/cage: Cm647 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 126, Gsin: 3110, Nsn: 3110 12 145 5232 Bearing, Ball, Annular P/n Requested: 6002-2rsr Nscm/cage / Cof/cage: Cm647 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 127, Gsin: 5340, Nsn: 5340 43 001 2428 Catch, Clamping P/n Requested: Zb-06 Nscm/cage / Cof/cage: 1983h Quantity: 7 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 128, Gsin: 5340, Nsn: 5340 43 001 2428 Catch, Clamping P/n Requested: Zb-06 Nscm/cage / Cof/cage: 1983h Quantity: 7 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 129, Gsin: 9390, Nsn: 9390 12 383 9036 Nonmetalic Special Shaped Section P/n Requested: 209-0206 Nscm/cage / Cof/cage: D4291 Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 130, Gsin: 9390, Nsn: 9390 12 383 9036 Nonmetalic Special Shaped Section P/n Requested: 209-0206 Nscm/cage / Cof/cage: D4291 Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 131, Gsin: 4730, Nsn: 4730 14 553 1089 Adapter, Straight, Pipe To Tube P/n Requested: Ge06lr1-4edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 132, Gsin: 4730, Nsn: 4730 14 553 1089 Adapter, Straight, Pipe To Tube P/n Requested: Ge06lr1-4edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscm/cage They Are Offering. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Debriefings: Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days From Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be Provided In Writing, By Telephone Or In Person. Electronic Submission Of Bids: This Requirement Uses Electronic Receipt Of Bids By E-mail Only. For Details, Please Review The Section Entitled Electronic Submission Of Bids In The Solicitation Document. Bids Must Be Submitted By E-mail Only To: Dlp53bidsreceiving.daat53receptiondessoumissions@forces.gc.ca
STATE, DEPARTMENT OF USA Tender
Others...+2Electrical and Electronics, Solar Installation and Products
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: U.s. Embassy Malabo date: December 20, 2024 request For Quotation # 19ek2025q0002 replacement Of On-compound Residential Solar Water Heaters the U.s. Embassy In Malabo, Equatorial Guinea Invites Vendors To Submit A Quotation For The Replacement Of On-compound Residential Solar Water Heaters. instructions To Quoters: in Order For Your Quotation To Be Considered, Each Offer Must Include The Following: completed Pricing Table – Section I - A. completed Quoter’s Info – Section Ii. completed Technical Requirements, To Include The Following Information Demonstrating The Quoter’s Ability To Perform: name Of A Project Manager (or Another Liaison To The Embassy) Who Understands Written And Spoken English. evidence That The Quoter Operates Established Business With A Permanent Address And Telephone Listing. evidence That The Quoter Has The Necessary Personnel, Equipment, And Financial Resources Available To Perform The Work. a Proof Showing That Contractor Has Already Started The Sam Registration Process. Sam Registration “system For Award Management” Is Required For Contracts Exceeding Us$30,000.00. See Exhibit A And The Following Link For Further Instructions: Https://www.fsd.gov/sys_attachment.do?sys_id=9a12412bdb7bbd90a8cb4a391396194f contractor’s Certification Regarding The National Defense Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26). See Certification Instructions In Exhibit B. your Quotation By Email To Malabop@state.gov No Later Than Close Of Business On Monday, Jan 6, 2025. No Quotation Will Be Accepted After This Time. you Are Encouraged To Make Your Quotation Competitive. The Rfq Does Not Commit The American Embassy To Make Any Award. The Embassy May Cancel This Rfq Or Any Part Of It. The Embassy May Award Multi Contracts Against This Requirement And It Reserves The Right To Reject Proposals/quotations That Are Unreasonably Low Or High In Price. direct Any Questions Regarding This Rfq By Email To Malabop@state.gov thank You. section I pricing Table no. description total Cost (usd) 1 replacement Of On-compound Residential Solar Water Heaters grand Total: b. Statement Of Work introduction overview & Description: The U.s. Embassy Malabo Requires The Replacement Of On-compound Residential Solar Water Heaters. The Solar Water Heaters Were Originally Installed During Initial Construction And Are At The End Of Their Useful Life. Many Have External Leaks And Are Isolated From The System. location: The Facility, U.s. Embassy Is Located In The Capital Of Equatorial Guinea, Malabo. All Onsite Inspections Shall Be Requested Through The U. S. Embassy’s Facility Manager (fm) Or Contracting Officer Representative (cor). objective: The Objective Of Solar Water Heater Replacement Is To Restore Efficiency To The Water Heating System And Reduce The Burden On Electrical Water Heaters, Effectively Extending Their Life. communication: The Fac Team Maintain Contact With The Project Lead: Michael Macsay, Facility Manager (fm), U.s. Embassy Malabo, Email: Macsaymd@state.gov, Mobile: +240-555-000-306. project Phases receipt And Inspection: Once Solar Water Heaters Are Received, They Will Be inspected By Facilities (fac) Personnel For Damage From Shipping. removal And Installation: Old Solar Water Heaters Will Be Removed From The system And Lowered To The Ground For Disposal. Replacement Water Heaters Will Be Raised To The Roof And Installed Per Manufacturer’s Instructions. 2.2.1 Note: A Crane And Rigging Will Be Required To Remove And Install Solar Water Heaters. commissioning: Upon Complete Installation, Solar Water Heaters Will Be Tested and Commissioned Within The Guidelines Set By The Manufacturer. general Requirements work Shall Be Performed In Accordance With Overseas Building Operations (obo) Safety, Health, And Environmental Management (shem) Standards. Proper Lifting And Rigging Practices Shall Be Followed During Installation And Removal The Solar Water Heaters. proper Ppe Shall Be Worn At All Times During The Removal/installation Process. work Shall Be Performed In Accordance With The Manufacturer’s Guidelines To Ensure Warranty Is Not Voided. any Damage To Grass And/or Vegetation During Removal And Installation Of Solar Water Heaters Shall Be The Responsibility Of The Fac Team To Replace. Precautions Shall Be Taken To Ensure Damage To Post’s Grass And Vegetation Is Minimized. responsibilities Of The Fac Team project Safety Plan (psp): Fm/posho And Aposho Will Develop A Project Safety Plan Using Us Army Corp Of Engineers (usace) Em385-1-1. The Plan Will Be Communicated To The Fac Staff Performing The Work. fac Staff Shall Adhere To The Project Safety Plan Throughout The Duration Of The Project. Safety Violations And Injuries Shall Be Reported Immediately To The Posho/aposho. quality Management Plan (qmp): Fm Shall Establish A Quality Management Plan To Include Inspection To Adherence With Installation Guide. Regular Inspections Between Coatings Will Be Conducted With The Designated Supervisor Of The Crew. The Crew Shall Repair Any Inconsistencies Found Within The Coatings As Defined By The Qmp. pre-project Requirements tooling & Materials: All Tooling And Materials Shall Be Inventoried Prior To The Start Of The Project To Ensure Efficiency And The Success Of The Project. All Tooling Will Be Approved By The Fm And Designated Project Supervisor Prior To Ordering. storage: Storage Shall Be Maintained In Accordance With The Storage Instructions From The Manufacturer. Proper Storage Of Resurfacing Materials Is Essential, And A Space Shall Be Identified Prior To The Project Start. all Workers Shall Review The Qmp To Understand The Standards To Be Met In The Application Of The Tennis Court Resurfacing. Any Deviation From The Installation Guide And Manufacturers Standards, May Cause The Resurfacing Materials To Degrade Or Fail Earlier Than Expected. all Workers Shall Review The Psp Set By The Fm/posho To Ensure Standards Set Forth Can And Will Be Adhered To. project Requirements all Workers Shall Adhere To The Psp Set Forth By The Fm/posho. all Workers Shall Adhere To The Qmp And Request Inspections Or Understand That Surprise Inspections Will Be Conducted To Ensure Quality Of Work. supervisor And Workers Will Adhere To The Manufacturer’s Installation Guide. technical Specifications: Refer To Appendix A For Technical Specifications Of The Solar Water Heater Requirements. reference Material work Shall Be Performed In Accordance With The Following References: manufacturer’s Installation Guide. usace 385-1-1. post Quality Management Plan (qmp) appendix A technical Specifications component specification collector Housing uv Protected cover antireflex Glass (double Coated) absorber/tank Capacity 40 Gal (150 Liter) absorber/tank Construction steel section Ii contractor’s Information & Signatures: contractor’s Name company Name address uei # ncage # office Tel # fax # mobile # email name Of Person Authorized To Sign: ___________________________________________________________ signature Of Person Authorized: ______________________________________________________________ the Penalty For Making False Statements Is Prescribed In The U.s. Criminal Code, 18 U.s.c. 1001 exhibit A sam.gov Registration the Federal Acquisition Regulation (far) - Clause # 52.204-7 - Requires All Contractors To Be Registered In The System For Award Management “sam” Database. Registration In Sam Is Mandatory Prior To Signing Any Contract That Exceeds $30,000. As We Would Like To Continue Working With You In The Near Future, We Suggest That You Start The Registration Process Asap As This Requirement Is Time Consuming. the Registration Process Starts With Obtaining A Uei Number And A Ncage Code. You Should Be Prepared To Provide The Following Information: (i) Company Legal Business. (ii) Trade Style, Doing Business, Or Other Name By Which Your Entity Is Commonly Recognized. (iii) Company Physical Street Address, City, State, And Zip Code. (iv) Company Mailing Address, City, State And Zip Code (if Separate From Physical). (v) Company Telephone Number. (vi) Date The Company Was Started. (vii) Number Of Employees At Your Location. (viii) Chief Executive Officer/key Manager. (ix) Line Of Business (industry). (x) Company Headquarters Name And Address (reporting Relationship Within Your Entity). if A Contractor Does Not Become Registered In The Sam Database In The Time Prescribed By The Contracting Officer, The Contracting Officer Will Proceed To Award To The Next Otherwise Successful Registered Contractor. if You Have Any Questions During The Registration Process, You Will Need To Contact The Customer Service For Sam By Registering Or Contacting The Following Website: federal Service Desk url: Www.fsd.gov hours: 8am - 8pm (eastern Time) us Calls: 866-606-8220 international Calls: 334-206-7828 dsn: 866-606-8220 exhibit B ndaa Certification the Us Embassy Must Comply With Section 889(a)(1)(b) Of The Fy2019 National Defense Authorization Act And Is Prohibited From Entering Into A Contract, Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless A Waiver Is Granted. as Defined In Statute, Covered Telecommunications Equipment Or Services Means The Following: Telecommunications Equipment Produced By Huawei, Zte, Hikvision, Dahua, And Hytera, Or Their Subsidiaries Or Affiliates. contractor’s Certification: contractor’s Certification In Response To The National Defence Authorization Act (ndaa) Clauses (52.204-24, 52-204-25 And 52-204-26) – The Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment: by Affixing Your Authorized Signature In Section Ii And Submitting This Certification, The Undersigned Certifies That Neither It, It’s Principals Nor Affiliates, Will Be Supporting The Us Embassy Using The Proscribed Equipment Or Services. far Clauses Incorporated In Full Text: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020) the Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It “does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument” In The Provision At 52.204-26, Covered Telecommunications Equipment Or Services—representation, Or In Paragraph (v) Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items. (a) Definitions. As Used In This Provision- backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential component Have The Meanings Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To— (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services.” (d) Representations. The Offeror Represents That— (1) It [] Will, [] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds “will” In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That— it [] Does, [] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds “does” In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded “will” In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services— (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded “does” In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment— (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services— (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020) definitions. As Used In This Clause— backhaul Means Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). covered Foreign Country Means The People's Republic Of China. covered Telecommunications Equipment Or Services Means— (1) Telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities); (2) For The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Any Subsidiary Or Affiliate Of Such Entities); (3) Telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4) Telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of A Covered Foreign Country. critical Technology Means— (1) Defense Articles Or Defense Services Included On The United States Munitions List Set Forth In The International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2) Items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled— (i) Pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii) For Reasons Relating To Regional Stability Or Surreptitious Listening; (3) Specially Designed And Prepared Nuclear Equipment, Parts And Components, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4) Nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5) Select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6) Emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of 2018 (50 U.s.c. 4817). interconnection Arrangements Means Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources. reasonable Inquiry Means An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Of Covered Telecommunications Equipment Or Services Used By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. roaming Means Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. substantial Or Essential Component Means Any Component Necessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c) Exceptions. This Clause Does Not Prohibit Contractors From Providing— (1) A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (2) Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Telecommunications Equipment Or Services Used As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report The Information In Paragraph (d)(2) Of This Clause To The Contracting Officer, Unless Elsewhere In This Contract Are Established Procedures For Reporting The Information; In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Https://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.dod.mil. (2) The Contractor Shall Report The Following Information Pursuant To Paragraph (d)(1) Of This Clause: (i) Within One Business Day From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplier Unique Entity Identifier (if Known); Supplier Commercial And Government Entity (cage) Code (if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii) Within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of Covered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Covered Telecommunications Equipment Or Services. (e) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (e), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For The Acquisition Of Commercial Items. (end Of Clause) 52.204-26 Covered Telecommunications Equipment Or Services-representation (dec 2019) (a) Definitions. As Used In This Provision, “covered Telecommunications Equipment Or Services” Has The Meaning Provided In The Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For “covered Telecommunications Equipment Or Services”. (c) Representation. The Offeror Represents That It □ Does, □ Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument. (end Of Provision)
4191-4200 of 4198 archived Tenders