Fencing Tenders
Fencing Tenders
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
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
Closing Date20 Jan 2025
Tender AmountPHP 9.8 Million (USD 168.9 K)
Municipality Of Upi, Maguindanao Tender
Machinery and Tools
Philippines
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
Closing Date4 Feb 2025
Tender AmountPHP 24.1 Million (USD 412.6 K)
Rizal Medical Center Tender
Housekeeping Services
Philippines
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
Closing Date20 Jan 2025
Tender AmountPHP 228 K (USD 3.8 K)
Municipality Of Irosin, Sorsogon Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass) 1. The Local Government Unit Of Irosin, Through The General Fund(capital Outlay) Intends To Apply The Sum Of Five Hundred Thousand Pesos (p 500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass), Good-07-2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan)big Ass) Brief Description: One Unit High Volume Low Speed Industrial Ceiling Fan(big Ass): Diameter:24 Feet(7.3 Meters)/voltage: 230v/3 Phase/motor Rpm: 60/motor Size: 2hp(1.5kw)/material: Aluminum/stainless Steel/fan Weight: 116kg/air Volume: 200-300cfm/airfoils: 8 Patented Powerfoils,8 Patent Pending/air Fences/sealed Gearbox And Industrial Motor/machine-cut Hub System/redundant Safety Features/variable Speed Operation With Controller With Delivery And Installation Works/5 Year Warranty Approved Budget For The Contract : P 500,000.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : General Fund(capital Outlay) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025-february 10, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Not Hold A Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 10, 2025, 1:59 Pm At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. 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 16. 9. Bid Opening Shall Be On February 10, 2025, 2:00 Pm At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Lorenzo G. Ubalde Municipal Administrator Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 31, 2025 _____________________ Noel D. Mercado Ii Bac Chairman ```u Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of One(1) Unit Large Industrial Fan For Lgu-irosin, With Project Identification Number Good-07-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Large Industrial Ceiling Fan, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below General Fund(capital Outlay) In The Amount Of Five Hundred Thousand Pesos (p 500,000.00). 2.2. The Source Of Funding Is: General Fund(capital Outlay) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Expandable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Not Hold A Pre-bid Conference For This Project. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass) Brief Description: One Unit High Volume Low Speed Industrial Ceiling Fan(big Ass): Diameter:24 Feet(7.3 Meters)/voltage: 230v/3 Phase/motor Rpm: 60/motor Size: 2hp(1.5kw)/material: Aluminum/stainless Steel/fan Weight: 116kg/air Volume: 200-300cfm/airfoils: 8 Patented Powerfoils,8 Patent Pending/air Fences/sealed Gearbox And Industrial Motor/machine-cut Hub System/redundant Safety Features/variable Speed Operation With Controller With Delivery And Installation Works/5 Year Warranty B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass) One Unit High Volume Low Speed Industrial Ceiling Fan(big Ass): Diameter:24 Feet(7.3 Meters)/voltage: 230v/3 Phase/motor Rpm: 60/motor Size: 2hp(1.5kw)/material: Aluminum/stainless Steel/fan Weight: 116kg/air Volume: 200-300cfm/airfoils: 8 Patented Powerfoils,8 Patent Pending/air Fences/sealed Gearbox And Industrial Motor/machine-cut Hub System/redundant Safety Features/variable Speed Operation With Controller With Delivery And Installation Works/5 Year Warranty 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Twelve(12) Months. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Twelve(12) Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The High Volume Low Speed Industrial Ceiling Fan If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents Standard Form Number: Sf-good-06 Revised On: May 24, 2004 A. The Eligibility & Technical Envelope Shall Contain The Following: I. Technical Component Envelope Class “a” Documents Legal Documents • Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; • Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives • Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located • Tax Clearance Per Executive Order No. 398 Series Of 2005 Showing The Current Assets And Current Liabilities Of The Taxpayer • Tax Clearance For Collection Purposes Technical Documents • Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include: (a) Name Of The Contract (b) Date Of The Contract (c) Kinds Of Goods (d) Amount Of Contract And Value Of Outstanding Contracts (e) Date Of Delivery (f) End-user’s Acceptance Of Official Receipts Issued For The Contract • Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; • Audited Financial Statements, Showing Among Others, The Total And Current Assets And Liabilities, Stamped “received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Tan Two(2) Years From The Date Of Bid Submission • The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents • If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Technical Requirements Consist Of The Following:: • Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration. Bid Security Should Be In The Form Of: O Cash Issued By A Commercial Or Universal Bank – 2% O Bank Draft/guarantee Issued By A Commercial Or Universal Bank – 2% O Bid Securing Declaration • Technical Specification • Production/delivery Schedule • Manpower Requirements • After-sales Service/parts, If Applicable • Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Checklist Of Financial Envelope Requirements For Bidders Ii.financial Component Envelope The Financial Component Shall Contain The Following: • Original Of Duly Signed And Accomplished Financial Bid Form; • Original Of Duly Signed And Accomplished Price Schedule(s). • Recurring And Maintenance Costs, If Applicable Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (c) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (d) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sugn Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor
Closing Date10 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Department Of National Defence Tender
Others
Canada
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
Closing Date9 Jan 2025
Tender AmountRefer Documents
STATE, DEPARTMENT OF USA Tender
Others...+2Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
United States
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)
Closing Date21 Jan 2025
Tender AmountRefer Documents
4511-4520 of 4516 archived Tenders