Fiber Tenders
Fiber Tenders
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 3- Support Service Area: Physical Therapy Area) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 359,916.00 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 3- Support Service Area: Physical Therapy Area) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Cabinet, 4' X 6' Double Door (3/4 Plyboard, Varnish Paint) Set 1 Wooden Cubicle Partition, 4 Panel Divider (l 70.25 Inches X H70.25 Inches X T0.75 Inches) Set 4 Mirror, Aluminum Frame (thickness 1/4 Inch X 4 X 8 Ft) Set 1 Filing Cabinet, Vertical Filing Cabinet In 2, 3 And 4 Drawers With Plastic Divider And Central Lock Heavy Duty Construction Assembles In Minutes Power Coated Finish Anti-tilt Mechanism Quiet Closing 3 Sectional Railings For Smooth Actions Central Locking System Unit 1 Learners'/clients' Chart Materials, High Quality Abs Body, Moulded Light Blue, Pink, Grey Color, Size: 340×230mm Unit 10 Anatomical Models, Brand New, High Quality, 1/2 Life Size Can Be Disassembled Into 27 Parts Hand Numbered With Key Guide Anatomically Accurate A Perfect Tool For Teaching/studying Human Muscular And Organs Anatomy Set 1 Blood Pressure, Product Details Type: Upper-arm Monitor Type: Digital Cuff Size: 32cm Dimension (w X H X D): 145 X 466 X 145mm Weight: 250g Technical Details Power Supply: Battery Battery Type: Li-polymer Features Smart App Availability: Yes Automatic Shut Off: No Low Battery Indicator: No Connection Bluetooth: No Wi-fi: No Unit 2 Stethoscope, Product Name: Dual Tube Stethoscope Weight: 185g Length: 80cm Product Material: Polymer Diaphram Listener Material: High-density Stainless Steel Product Composition: Eartip, Ear Hooks, Leaf Spring, Hose Heads, Diaphrams Unit 2 Tape Measure, Material: Pvc It Has Centimeter Scale On Reverse Side Which Is Up To 300cm Large, Easy To Read Marking Measures Up To 120 Inches Piece 2 Hand Dynamometer, Type: Electronic Counting Gripper Function: Comprehensive Fitness Exercise Material: Abs Size: 15cm/5.90"x10.5cm/4.13"x2cm/0.79" Piece 2 Ice Massage Caps, Size: 2 Count (pack Of 1) Measuring 2.9” In Diameter, The Ice Cup Massager Holder Also Fits Comfortably In The Hand. Material: Polyethylene Pack 3 Foam Rolls, Material: Expanded Polypropylene Foam Item Weight: 0.42 Pounds Size: 18 Inches Piece 4 Balance Board, Type: Rocker Board Dimensions: 32.28 X 11.81 X 0.59 Inches Weight Capacity: 100 Kg Material: Beech Wood Anti-skid Feature: Not Specified Unit 2 Treatment Table, Product Name: Multi Functions Physical Electric Therapy Treatment Table Size: L2040*w560*h550-820mm Product Feature 1. Electric Operation,3 Sections, New Design Epoxy Metal Frame. 2. Equipped With 3 Motors For Height, Back And Leg Rest Adjustment. 3. Height Adjustments For The Arm Rests. 4. With Artificial Leather Cover On The Head, Seat, Leg Areas. 5. 4 Luxurious Castors With Brake. Function: Suitable For Hospital Electric Therapy Treatment Table Use. Unit 1 Mat Table, Wood Construction Adds Strength And An Attractive Natural Finish. Supports Up To 500 Lbs For Better Patient Accommodation. Heavyweight Vinyl Upholstery Is Comfortable And Strong. Thick Foam Padding Provides Patient Comfort For A Better Experience. Five-leg Design With Center Support Ensures Stability Through Heavy Treatment. Height: 18" Weight Capacity: 500 Lbs Size: 4 Ft Wide X 7 Ft Long Unit 1 Adjustable Height Exercise Steps, Color: Teal/purple Brand: Us Weight Item Weight: 80 Ounces Item Dimensions Lxwxh: 30 X 15 X 8 Inches About This Item Made In The United States From Durable, Recyclable High-density Polyethylene Circuit-size (28. 5" L X 14. 5" W X 4" H) Aerobic Platform, 4 Original Risers, And Streaming Videos Platform Features Grooved, Nonslip Top And Supports Up To 275 Lbs Four Nonskid Feet On Each Riser And Platform Prevents Sliding Or Scratching Floors Vary Workout Difficulty By Adjusting Platform Height From 4" To 6" To 8" Using Risers Unit 1 Pediatric Examination Gowns, Opening: Full Open Back Style: Child Size Color: Jellybean Print Made With High Quality, 100% Cotton Comfortable, Durable, Washable, And Reusable Hook And Loop Closures At Neck And Mid-back Piece 5 Towels, Material: High Quality 100% Cotton Terry – 500gm2. Size: 90 X 180cm. Piece 10 Bed Sheets, Waterproof 5.5 Mil Vinyl Contoured Corners, Fitted 36" X 80" X 6" Case Of 12 Pack 5 Pillows, Pillow Shape: Rectangle Pillow Weight: 0.95-1000 Grams Pillow Height: 12.7cm Pillow Width: 40.64cm Pillow Length: 66.04cm Pillow Size: 40 X 66 Cm Pillow Material: 100% Cotton Pillow Filing: Cotton Poly-fiber Piece 4 Pillowcase, 2pcs Pillowcase Size: 1 X 28 Inches Material: Cotton & Polyester Set 10 Blankets, 100% Canadian Cotton, Soft Texture, High Quality Fabric Size: 52 X 90 Inch Piece 10 Step Stools, Double Steel Caravan Step. Rubber Non- Slip Steps. Leg Distance Front To Back 65 Cm. Width 42 Cm. Top Step Height 38 Cm. Bottom Step 20 Cm. Unit 2 Therapist Stools On Wheels, Description: This Stool Can Be Adjusted To Just About Any Position You Want, Making It Incredibly Versatile And Comfortable. It Has A 360-degree Swivel So You Can Quickly Spin Around To Access Anything You Need At Home Or In The Office. The Unique Saddle Seat Has Thick Padding, Making It Easy For You To Stay In The Same Place For Hours At A Time. Unit 2 Wedge Bolsters, Use A Wedge Bolster Along With Our Quicklock Face Rest Platform To Create A Quick And Easy Backrest For Any Portable Or Stationary Massage Table. Dimensions: 24"w X 10"h X 24"l With A Flat Top And A 36" Incline. Piece 1 Round Bolsters, 6" Round Bolster Bolsters Are Made With Earth Friendly Materials Of Cfc Free Foam And Pvc Free Upholstery Choices. High Quality Foam Offers Comfortable Support And Allows Clients To Fully Relax, And Come With Pull Handles At Both Ends For Therapist Convenience. Unlimited Versatility Makes This Comfortable And Supportive Cushion Your Building Block For Positioning. Measures 6" D X 26" L. Made Of Aero-cel Foam: Won't Flatten Or Get Lumpy Like Dacron Bolsters Incredibly Supple Conforms To Fit Curves Firm Gentle Support Piece 1 Core Peak Bolsters, Core Peak Bolster Peaked Shape Fits Comfortably Under Your Knees Precision-cut Foam 10" X 24", With 7" Peak Available In Blue, Gray, Or Black Piece 1 Mobilization Belts And Devices Features: Long Enough To Meet Your Needs: The Strap Belt For Mobilization Measures About 8.2 Feet Long, Enough To Meet Your Using Needs On Leg And Shoulder Stretch, Dancing Training, Yoga, Hop And Waist Support, Arm Movement And So On. Adjustable And Portable: The Yoga Belt With Buckle Comes With An Adjustable Buckle, Allowing You To Adjust The Length Of The Belt To Get A Desired Length, And You Can Easily Carry And Store The Belt, Without Taking Up Too Much Space. Specifications: Main Material: Nylon Color: Blue Size: Approx. 8.2 Feet In Length, About 2 Inches In Width Piece 5 Gait Belt Features: This Transfer Belt Is Designed With A Buckle, Which Can Be Adjusted According To Your Needs Without Worrying About Being Too Loose Or Too Tight. This Gait Belt Metal Buckle Has Reliable Materials, Smooth Surface And Lightweight Structure, Which Is Convenient For Long-term Use And Storage. Specifications: Material: Vinyl Color: Black Size: 60 X 2 Inches Piece 5 Kinesiology Tape, Ultra-strong And Sticky-hypoallergenic Adhesive Water Resistant 97% Cotton, 3% Nylon 180% Stretch For Full Range Of Motion Latex And Zinc Free Sticks 2-7 Days 5-10 Applications Per Roll Each Is 2"x 16.4" (5cmx5cm) Piece 5 Splinting Materials, Rescue Padded Board Splint 6 Paddes Wood Splint (different Sizes) Sizes: 35", 25" And 15" Velcro Straps Color: Blue Set 2 Paraffin Bath, Bath Arm, Hand And Foot Usage: Wax Fomentation Condition: New Voltage: 220v Ac Power:2 Kw Tank Size: 50cm X 35cm X 25cm Deep Unit 1 Dumbells Sets, Product Name: Dumbbell Set Dimension: 810 × 525 × 765mm (excluding Dumbbells) Weight: 37kg Sandbags Qty: 18 Pcs With Different Weight Sandbags Weight: 1lb, 2lbs, 3lbs, 4lbs, 5lbs Type: Medical Rehabilitation Equipment Function: Used For Whole Body Rehabilitation Training Total 18 Dumbbells 1 Lb / Piece, 2 Pieces 2 Lbs / Piece, 4 Pieces 3 Lbs / Piece, 4 Pieces 4 Lbs / Piece, 4 Pieces 5 Lbs / Piece, 4 Pieces Set 1 Theraband, Brand: Theraband Material: Rubber Color: Blue/black Sport Type: Exercise And Fitness/pilates Heavy Set Includes The Fifth And Sixth Of Eight Levels Of Latex Resistance Tubes, Blue, 100%, 5.8 Lbs., 200%, 8.6 Lbs., Black, 100%, 7.3 Lbs., 200%, 10.2 Lbs. Set 4 Goniometers, Protractro Goniometer With 360 Degrees Coverage To Measure Joint And Compare The Changes In Joint Angles Material: Clear Plastic 3 Gonimeter: 12 Inch, 8 Inch And 6 Inch Set 2 Reflex Nuero Hammer, Features: The Pointed Babinski-style Tip At The Base Of The Handle Elicits Superficial Or Cutaneous Responses, Including Plantar And Abdominal Reflexes. Multi-function Double-headed Percussion Hammer For Tapping On Various Parts Of The Patient To Check Nerve Response. Ergonomic Handle Design Make The Percussion Hammers Light And Easier To Use. Weight Balanced Hammer, With Two Soft Rubber Heads, A Large And A Small Hammerhead For Accurate Knocking. Zinc Alloy Comfortable Handle Grip Control, Hammer For High Elastic Pvc Rubber Material: Zinc Alloy + Pvc Color: Black Package Size: 27*11*3.5cm/10.6*4.3*1.3 Inch Package Weight: 140g/4.9oz Piece 2 Thermometer, 1 Second Measuring Time 3 Color Backlight Fever Reminder Auto Shut Off At 18 Seconds Store 50 Sets Of Data Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f Surface Temperature Measurement: 0-100°c / 32-212°f Material: Abs Plastic Display Resolution: 0.1°c(0.1°f) Measuring Distance: 1~5cm (0.4~2in) Accuracy: (+/-)0.2°c Auto-shutdown Time: About 18s Power Supply: 2 * 1.5v Aaa Batteries (not Included) 1 Year Warranty Unit 1 Multiple Mode Electrical Stimulator Specification: Dimension: 170 X 60 X 26 (mm) Channel: Two Independent Channels Power Supply: 9v Battery X 1 Pcs Output: 0~100ma P To P Into 500ω Load Density(intensity): Change Of 15 Steps Pulse Amplitude Timer: 30 Minutes Countdown Timer With Auto Off Wave For Dual Phases Square Wave Display: Lcd Display With Timer/mode/density (“density”=intensity) Mode: 10 Programs, P1~p5 Tens, P6~p0 Fitness Ems Ramp Up: 3 Seconds Buzzer: 2 Different Reminders 1.correct: Single Beep 2.caution: Long Beep Pulse Wave Form Low Frequency Stimulator Low Frequency Stimulator Standard Accessories: Electrical Stimulator 1 Stimulator Lead Wire 2 Self Adhering Electrode 4 Operating Manual 1 9v Battery 1 Reusable Package Box 1 Unit 2 Abc = 359,916.00
Closing Date28 Jan 2025
Tender AmountPHP 359.9 K (USD 6.1 K)
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Details: Contact Information|4|n761.12|p1e|609-217-1825|eric.m.tarkett.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|||x|mil-i-45208 Or Its Equivalent Or Higher|||||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) Type|n/a|tbd|n00383|tbd|tbd|see Schedule|qm4ezdv15jl8|||tbd||||||
monetary Limitation Repair Purchase Orders|1|$40,000.00 Each|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect |||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
contract Definitization (oct 2010)|9||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|336413|1,250|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a1a ||
this Item Requires Government Source Approval Prior To Award. If You Are Not Anapproved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Source Approval Request (sar) Brochure Which Can Be Obtained On The Internet At:
Https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps/offers Received Which Fail To Provide All Of The Data Required By The Sar Brochure Will Not Be Considered For Award Under This Solicitation. Please Note,
if Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processedin Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of Requirement May Be Continued Based On Fleet
support Needs.
1. Scope
1.1 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;harris Corporation; Drawing Number ( ;91417; ) ;3144520-301; , Revision ;latest; And All Details And Specifications Referenced Therein.
1.2 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be
provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification.
1.3 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c.
2. Applicable Documents - Not Applicable
3. Requirements
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
processor,target Lo ;3144520-301; P/n, ;1680-01-586-6374; Nsn, ;hard Copy
dts An/ayk-29(v1) Performance Spec. For F/a-18e/f, Document Number
pma265-90988-1, Rev A, 09 Dec 2011 And Boeing Spec. P.s. 17131 Interconnect,
fiber Optic, Aircraft; Fabrication Of, Revision K, 22 June 2006; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
processor,target Lo ;harris Corporation; Company Name , ;dba Harris Govt Comm Systems
2400 Palm Bay Rd Ne
palm Bay, Fl 32905-3399; Address , ;91417; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
Closing Date13 Jan 2025
Tender AmountRefer Documents
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 1,622,577.91 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City With Project No. Cb(b)-25-002 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Structures And Obstruction • Remove And Replace Ceiling Board At Abtc And Roof Eaves • Demolish Chb Wall Partition At Utility Access And Female Toilet • Remove And Replace Doors And Jambs • Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02 • Demolish Plant Box At Receiving Area For Stairs Earthworks • Excavation Work For Pedestal Footings • Gravel Bedding For Pedestal Footings • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Concrete Work, Formwork & Scaffolding • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Sputum Collection At Injection Area And Laboratory Steel Reinforcements • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Masonry Wall Reinforcement • Sputum Collection At Injection Area And Laboratory Steel Works • Rectangular Tube 50 X 75 X 1.2mm For Purlins At Waiting Area And Receiving Area • Rectangular Tube 50 X 100 X 1.2mm For Rafter And Column At Waiting Area And Receiving Area Masonry & Plastering Works • 100mm Thk. Chb Wall Partition For Counseling Room • 100mm Thk. Chb Wall For Additional Pwd Toilet, Female Toilet And Sputum Collection Ceiling Works • Replace Ceiling Board At Tb Dots/ Is Dots With 4.5mm Thk. Fiber Cement Board • Replace Ceiling Board At Roof Eaves With Pvc Ceiling Panel Dry Wall Partition • Install Drywall Partition At: - File/ Stock Room & Medical Supplies Room - Examination/ Treatment Area - Arv & Supplies Storage Area - Consultation Room And Laboratory Roofing Works • Install 3mm Polycarbonate Solid Sheet For Roofing At Waiting Area And Receiving Area Tile Works • Installation Of 300mm X 300mm Ceramic Floor Tiles (non-skid) At Additional Pwd Toilet Floor And Female Toilet • Installation Of 300mm X 300mm Ceramic Wall Tiles (glossy) At Additional Cr Wall, Female Toilet And Sink Electrical Works • Remove Lighting And Wirings In The Two Rooms To Be Renovated • Installation Of Conduits ,junction Box ,utility Box • Installation Of New Electrical Wire ,switches , Aircon Outlet • Installation Of Lighting Fixture In Its New Location According The Electrical Plan (note Use The Old Lighting Fixture) • Lighting Circuits Must Be Connect In Circuit No. 1 And Circuit No. 5 As Refer To The Electrical Plan • Additional Aircon Outlet Installed Must Be Connected To Electrical Panelboard Spare Plumbing Works • Pipes (water, Waste And Soil) For Additional Pwd Toilet, Female Toilet And Sputum Collection • Replace P-trap In Every Sink • Installation Of Water Closet, Lavatory And Faucet • Install Of Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm, Grab Bar,vertical Wall Support 32mmø Ss304 Painting Works • Repaint Existing Interior Ceiling Board • New Paint For Ceiling Board At Abtc (tb Dots/ Is Dots) • New Paint For Interior Chb Wall Partition At Counseling Room And Additional Pwd And Female Toilet • Paint Steel Rafter, Purlins And Steel Columns • Seal Joints At Drywall And Ceiling Using Gypsum Putty Doors And Windows • W1- 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window • D1- 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories • D2- 1300mm X 2100mm Double Swing Flush Door With Vision Glass ,50 X 150 Mm Door Jamb And Complete Accessories • D3- 1000mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D4- 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D5- 1?00mm X 2650mm Analok- Aluminum Framed,6mm Thk. Sliding Glass Door With Complete Accessories • D6- 1600mm X2650mm Accordion Door With Complete Accessories • Dw1- 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw2- 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw3- 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw4- 4850mm X 2650mm Analok- Aluminum Framed,6mm Thk. Swing Glass Door With Transom & Complete Accessories I. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, Rx 3"x 14" Coco Lumber, 2"x 3"x10" Coco Lumber, 2"x 2" X8" Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) Ii. Removal Of Structures And Obstruction (q = 1.00 Lot) Includes Remove And Replace Ceiling Board At Abtc (new Tb Dots/is Dots) And Roof Eaves, Demolish Chb Wall Partition At Utility Access And Female Toilet, Remove And Replace Doors And Jambs, Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02, Demolish Plant Box At Receiving Area For Stairs. Iii. Earthworks (q = 2.88 Cu.m.) Includes Volume To Be Excavated, Volume Of Gravel Bedding. Iv. Concrete Work, Formwork & Scaffolding (q = 3.45 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, Marine Plywood 12mm Thk. X 4' X 8', 2" X 3" X 8' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. V. Steel Reinforcements (q = 312.42 Kgs.) Includes 10mm Ø Dsb X 6m, 12 Mm Ø Dsb X 6m, No. 16 G.i. Tie Wire. Vi. Steel Works (q = 299.56 Kgs.) Includes Rectangular Tube 50 X 75 X 1.2 X 6000 Mm, Rectangular Tube 50 X 100 X 1.2 X 6000 Mm, Welding Rod (6011), Baseplate 12mm X 8"x16", 1/2" X 4" Expansion Bolt, Stud Anchor M8x75mm, 4" Cutting Disk, 4" Grinding Disk. Vii. Masonry & Plastering Works (q = 43.27 Sq.m.) Includes 4" Chb 700psi, Portland Cement, Washed Sand,injectable Chemical Anchor. Viii. Doors And Windows (q = 37.00 Set) Includes Wl: 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window; Dl: 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories; D2: 1200mm X 2100mm Double Swing Flush Door With Vision Glass , 50 X 150 Mm Door Jamb And Complete Accessories; D3: 900mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; D4: 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; Ds: 1700mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Sliding Glass Door With Complete Accessories; D6: 1600mm X2650mm Accordion Door With Complete Accessories; D7: 900mm X2100mm Wooden Flush Door W/50 X 150 Mm Door Jamb And Ss Lick Plate With Complete Accessories; Dwl: 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw2: 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw3: 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw4: 4850mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Ss Lever Type Lockset, Heavy Duty; Ss Knob Type Lockset, Heavy Duty. Ix. Painting Works (q = 372.77 Sq.m.) Includes Skim Coat (20kg/pack), Pennacoat Rat Latex, Masonry Putty, Red Oxide Primer, Quick Drying Enamel, Paint Thinner, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ", Sand Paper (assorted Sizes), Tape Fiberglass Mesh (48mm X 30m), Gypsum Putty (5kg/gal). X. Ceiling Works (q = 177.65 Sq.m.) Includes 4.5mm Thk X 4" X 8" Ficem Board, Blind Rivets, 1000pcs/box; Riveter. Xi. Dry Wall Partition (q = 90.09 Sq.m.) Includes 4.5mm Thk X 4' X 8' Ficem Board; Metal Studs, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Metal Tracks, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Hardiflex Screw ( Rat Head) #7x 25mm (500 Pcs); Blind Rivets, 1000pcs/box. Xii.roofing Works ( Q = 27.05 Sq.m.) Includes 4' X 8' X 3mm Polycarbonate Solid Sheet, Analok Flat Bar 1/8" X 1" X 16ft, Tek Screw 12 X 65mm (100pcs). Xiii.tile Works (q = 27.71 Sq.m.) Includes 300mm X 300mm Ceramic Floor Tiles (non-skid), 300mm X 300mm Ceramic Wall Tiles, Tile Grout (2kg), Tile Adhessive 25kg (heavy Duty), Portland Cement, Washed Sand, Diamond Cutter Wheel. Xiv. Electrical Works ( Q = 1.00 Lot) Includes Led Panel Light 20w 30x30cm Daylight Recessed Type 230vac; Single Gang Switch 230v; Three Gang Switch 230v; T8 Led Tube Light,18w,43x1220x31mm,g13,single Ended W/ Fixture; Junction Box; Utility Box; Aircon Outlet 20a 230vac; 3.smm2 Thwn-2 Stranded Copper Wire; 8.0mm 2 Thwn-2 Stranded Copper Wire; Electrical Pvc 20mm Schedule 40; Electrical Tape 0.16mmx19mmx16m; Circuit Breaker 50at Bolt On 10kaic. Xv.plumbing Works (q = 1.00 Lot) Includes Stainless Steel Lavatory Faucet, Heavy Duty; Two Piece Water Closet, 705x400x775mm; Lavatory , 500x655x835mm; Stainless Sink, Heavy Duty; Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm; Grab Bar Vertical Wall Support 32mm0 Ss304; Floor Drain 100x150xx2.7mm; 4" Dia. Pvc Wye; 4" Dia. Pvc Coupling; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. Pvc P-trap; 2" Dia. Pvc Wye; 2" Dia. Pvc Elbow, 1/8 Bend; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. X 10' Pvc Pipe, S-1000; 3 Way Angle Valve; Pvc Cement, 400cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i.tee; 1/2" Dia. G.i. Coupling; 1/ 2" Dia. X 20' G.i. Pipe; Teflon Tape (big). Approved Budget For The Contract (abc): P 1,622,577.91 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-002 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)
City Of Bais Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Various Improvement Of Operation Center, City Disaster Risk Reduction Management Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 717-24 Php 1,065,020.00 1 15 Lgth Angle 40mm X 40mm X 5mm Thk X 6.0m Lgth 2 15 Lgth Angle 50mm X 50mm X 5mm Thk X 6.0m Lgth 3 20 Lgth Pipe, Gi, Nps 50mm Ø (2" Ø) X 6.0m Lgth S40 4 8 Lgth Steel Plate, Galvanize, 4' X 8' Gauge 14 5 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M10 X 70mm 6 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 60mm 7 50 Pcs Stainless Steel Bolt Nut Flat And Lock Washer Set, M6 X 20mm 8 50 Pcs Bolt Expansion Screw Shell Anchor Expansion Bolt, M8 X 70mm 9 10 Pcs Grinding Disc For Metal, Depressed Center, Aluminum-oxide, 100 Mm Ø 10 75 Kilo Welding Electrode, 1/8" Ø, E6013 11 8 Can Roofing Sealant, High Grade, 1/2l/can 12 8 Set Marine Epoxy, 1/2l/can 13 4 Roll Galvanized Cyclone Wire Ga8, 5 Feet X 6m (2 Inch Opening) 14 50 Meter Chain Hot Dipped Galvanized, Heavy Duty 8mm 15 10 Pcs Laminated Padlock 40mm/50mm Keyed Pad Lock Security Lock Solid Anti-theft, Made Up Of Multiple Layers Of Laminated Steel 16 20 Pcs Hacksaw Carbon Steel Blade Hd (12") 17 800 Pcs Chb 4" 18 100 Bags Portland Cement 19 30 Cu.m. Fine Aggregate (sand), 4.75mm Ø Max Size 20 150 Lgth Deformed Bar, 10mm Diameter X 6.0m Length 21 20 Kilo Gi Tie Wire, #16 22 200 Pcs Polished Tile, 600mm X 600mm Beige 23 10 Sheet Marine Plywood, 4' X 8', 1/2" Thk 24 10 Sheet Marine Plywood, 4' X 8', 1/4" Thk 25 20 Pair Soft Close Drawer Guide Heavy Duty, 18 Inch 26 6 Pcs Tile Cutter Wheel (dry) 100mm Ø 27 4 Pack Tile Grout (2 Kilo/pack) Beige 28 8 Gallon Paint, Flat Wall Enamel, Alkyd-based 29 10 Can Paint Thinner (3l/can) 30 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white Wash/tulle White) 31 10 Gallon Paint, Acrylic Semi-gloss, Water-based Paint (white) 32 8 Gallon Paint, Single Complonent Zinc Phosphate, Anti-corrosive Metal Primer 33 10 Gallon Paint, Odourless Qde, Water-based (suede/light Tan) 34 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (red) 35 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (orange) 36 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (yellow) 37 10 Gallon Paint, Quick Dry Enamel, Alkyd-based (white) 38 8 Can Acrytex Primer 39 8 Can Acrytex Cast 40 8 Can Acrytex Reducer 41 10 Pcs Paint Brush, 2" 42 10 Pcs Paint Brush, 4" 43 8 Set Paint Roller 7-inch With Pan 44 100 Pcs Sand Paper Waterproof # 120 45 100 Pcs Sand Paper Waterproof # 160 46 75 Box Acoustic Foam Panels Self-adhesive Fireproof Sound Proof Treatment Wall, 300mm X 300mm X 8mm, Polyester Fiber, 0.9 Sound Absorption, (12 Pcs/box) 47 20 Pcs Rubber Cement, (360cc/bottle) 48 15 Pcs All Purpose Silicon Sealant (black) 49 5 Rolls Tw Copper Wire # 10 Awg (5.5 Mm²) 50 3 Rolls Tw Copper Wire # 12 Awg (3.5 Mm²) 51 4 Rolls Tw Copper Wire # 14 Awg (2.0 Mm²) 52 10 Pcs Utility Box, 2" X 4" 53 15 Pcs Junction Box W/ Cover & Screws 54 6 Rolls Flexible Hose Pvc, 1/2" X 100m 55 10 Pcs Circuit Breaker W/ Inclosure, 30a 56 10 Pcs Circuit Breaker W/ Inclosure, 20a 57 15 Pcs Led Exit Signage Emergency Acrylic 3 Watts Clear Aluminum Box, Overcharge Protection, Led Charging Indicaton, Automatic Switch Ni-cd 1.2v Battery And Charger, Pmma (polymethyl Methacrylate) Board 58 20 Pcs Led Parlamp E27, 12w-15w, 180 - 265v, Daylight 59 20 Pcs Led Bulb E27, 12w-15w, 180 - 265v, Daylight 60 10 Rolls Electrical Vinyl Tape, Flame Retardant, Professional Grade, 3/4" X 66' X 0.007", 600v @ 80° C Rating 61 4 Pcs Gate Valve, Brass, 1 1/2" Heavy Duty, 150psi 62 4 Pcs Gate Valve, Brass, 1" Heavy Duty, 150psi 63 40 Pcs. Stainless Heavyduty Flexible Hose, 16" Length (1/2" X 1/2") 64 10 Set Stainless (304) Shower Set; With Shower Head Set, With Hose And Holder And Two Way Faucet 65 20 Set Toilet Flush Set Fittings Dual Button Flush Valve Toilet Inlet Valve Toilet Fittings 66 20 Pcs. Stainless (304) One Way Angle Valve (1/2" X 1/2") 67 20 Pcs. Stainless (304) Two Way Angle Valve (1/2" X 1/2" X 1/2") 68 20 Pcs. Stainless (304) Bidet Toilet Sprayer And Hose 69 20 Pcs. Stainless (304) Urinal Flush Valve 70 10 Pcs. Floor Drain, Anti-clogging, 4" X 4" Stainless (304) 71 20 Lgth Ppr Pipe Pn20, 20mm Ø Nominal X 4.0m 72 10 Pcs. Ppr Elbow Pn20, 20mm Ø 73 6 Pcs. Ppr Elbow Pn20, 25mm Ø 74 10 Pcs. Ppr Coupling Pn20, 20mm Ø 75 20 Pcs. Ppr Coupling Pn20, 25mm Ø 76 20 Pcs Ppr Tee Pn20, 20mm Ø 77 10 Pcs Ppr Tee Pn20, 25mm Ø 78 8 Pcs. Ppr Coupling Reducer Pn20, 25mm X 20mm 79 30 Pcs. Ppr Threaded Female Elbow W/ Brass Pn20, 20mm 80 10 Pcs. Ppr Threaded Female Tee W/ Brass Pn20, 20mm 81 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 20mm 82 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 20mm 83 10 Pcs. Ppr Threaded Female Adapter Coupling W/ Brass Pn20, 25mm 84 10 Pcs. Ppr Threaded Male Adapter Coupling W/ Brass Pn20, 25mm 85 15 Pcs. Ppr Threaded Male Union Pn20, 25mm 86 15 Pcs. Ppr Threaded Male Union Pn20, 20mm 87 15 Pcs. Ppr Threaded Female Union Pn20, 25mm 88 15 Pcs. Ppr Threaded Female Union Pn20, 20mm 89 10 Pcs. Ppr Gate Valve Pn20, 25mm 90 10 Pcs. Ppr Gate Valve Pn20, 20mm 91 10 Lgth Sanitary Pipe Pvc, S-1000, 100mmø X 3.0 92 10 Lgth Sanitary Pipe Pvc, S-1000, 50mmø X 3.0 93 4 Pcs Sanitary Tee Pvc, S-1000, 100mmø 94 2 Pcs Sanitary Elbow Pvc, S-1000, 100mmø 95 4 Pcs Sanitary Wye Pvc, S-1000, 100mmø 96 5 Pcs Sanitary Coupling Pvc, S-1000, 100mmø 97 6 Pcs Sanitary Clean-out Pvc, S-1000, 100mmø 98 10 Pcs Sanitary Tee Pvc, S-1000, 50mmø 99 10 Pcs Sanitary Elbow Pvc, S-1000, 50mmø 100 10 Pcs Sanitary Coupling Pvc, S-1000, 50mmø 101 4 Can Pvc Pipe Cement, 400cc 102 20 Pcs Teflon Tape Pipe Thread Seal Tape, 1" X 10m The Approved Budget For The Contract Is To Be Taken From Improvement Of Operation Center (res. No. 485 Series 2024 Ordinance No. 36). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's 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 Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It 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 Activity, And I) In Case 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 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 14, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 1 Million (USD 18.1 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Mindoro Oriental District Engineering Office Masipit, Calapan City, Oriental Mindoro, Mimaropa Region (iv-b) October 25, 2024 Invitation To Bid For The Following Projects: (gaa Fy 2025 Projects) 1. 25ed0020 – Construction Of Bucayao River Control At Camansihan Section, Calapan City, Oriental Mindoro 2. 25ed0021 - Construction Of Bucayao River Control At Managpi Section, Calapan City, Oriental Mindoro 3. 25ed0022 - Construction Of Flood Control Structure Along Mag-asawang Tubig River, Barangay Pinagsabangan 2 – Barangay Motoderazo, Naujan, Oriental Mindoro 4. 25ed0023 - Construction Of Road, Caagutayan – Bigaan Circumferential Road, San Teodoro, Oriental Mindoro 5. 25ed0024 - Construction Of Road, Suqui – Parang Bypass Road, Calapan City, Oriental Mindoro 6. 25ed0025 - Rehabilitation Of Bridge, Barangay Tacligan, San Teodoro, Oriental Mindoro 7. 25ed0026 - Construction Of Flood Control Structure, Longos Bridge 1st Approach, Downstream, Calapan City, Oriental Mindoro 8. 25ed0027 - Construction Of Seawall Structure, Villa Antonio, Barangay Navotas, Calapan City, Oriental Mindoro 9. 25ed0028 - Construction Of Flood Control Structure, Barangay Gutad, Calapan City, Oriental Mindoro 10. 25ed0029 - Construction Of Flood Control Structure, Sitio Bagong Pook, Barangay Gutad, Calapan City, Oriental Mindoro 11. 25ed0030 - Retrofitting/strengthening Of Antipolo Br. (b00224mr) Along Calapan South Road, Oriental Mindoro 12. 25ed0031 - Construction Of Concrete Road, Barangay Sta. Isabel, Naujan, Oriental Mindoro 13. 25ed0032 - Construction Of Concrete Road, Phase Ii, Barangay San Antonio, Victoria, Oriental Mindoro 14. 25ed0033 - Construction Of Concrete Road, Phase Ii, Sitio Ginhawa, Barangay Subaan, Socorro, Oriental Mindoro 15. 25ed0034 - Construction Of Concrete Road, Sitio Acacia To Sitio Sabang, Leuteboro I, Socorro, Oriental Mindoro 1. The Department Of Public Works And Highways – Mindoro Oriental District Engineering Office, Through The Gaa 2025 Intends To Apply The Sums Below Of Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Contract I.d. No. Approved Budget For The Contract 25ed0020 Php 49,000,000.00 25ed0021 Php 49,000,000.00 25ed0022 Php 39,200,000.00 25ed0023 Php 29,400,000.00 25ed0024 Php 22,123,500.00 25ed0025 Php 29,700,000.00 25ed0026 Php 98,000,000.00 25ed0027 Php 68,600,000.00 25ed0028 Php 99,000,000.00 25ed0029 Php 68,600,000.00 25ed0030 Php 2,352,000.00 25ed0031 Php 4,900,000.00 25ed0032 Php 4,900,000.00 25ed0033 Php 4,900,000.00 25ed0034 Php 4,900,000.00 2. The Department Of Public Works And Highways – Mindoro Oriental District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 2.1 Contract I.d. No. : 25ed0020 Name Of Contract : Construction Of Bucayao River Control At Camansihan Section, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 132.40 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 49,000,000.00 Contract Duration : 273 C.d. 2.2 Contract I.d. No. : 25ed0021 Name Of Contract : Construction Of Bucayao River Control At Managpi Section, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 130.00 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 49,000,000.00 Contract Duration : 273 C.d. 2.3 Contract I.d. No. : 25ed0022 Name Of Contract : Construction Of Flood Control Structure Along Mag-asawang Tubig River, Barangay Pinagsabangan 2 – Barangay Motoderazo, Naujan, Oriental Mindoro Location : Naujan, Oriental Mindoro Scope Of Works : Construction Of 52.00 L.m. Road Dike With Geotube Resting On Concrete Pile Cap With 12 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 39,200,000.00 Contract Duration : 263 C.d. 2.4 Contract I.d. No. : 25ed0023 Name Of Contract : Construction Of Road, Caagutayan – Bigaan Circumferential Road, San Teodoro, Oriental Mindoro Location : San Teodoro, Oriental Mindoro Scope Of Works : 1. Concreting Of 1,694.00 L.m. Of Road (width = 5.00 M., 0.20 Thk. Pccp, 0.20 Thk. Aggregate Subbase Course) With 1.00 M. Asbc Shoulder Canal. 2. Construction Of 1 X 0.9d Rcpc And Slope Protection. Approved Budget For The Contract : Php 29,400,000.00 Contract Duration : 176 C.d. 2.5 Contract I.d. No. : 25ed0024 Name Of Contract : Construction Of Road, Suqui – Parang Bypass Road, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : 1. Concreting Of 525 L.m. Road (width = 3.35 M. (b/s), 0.28 M. Thk. Pccp, 0.20 M. Thk. Aggregate Subbase Course) 2. Concreting Of 525 L.m. Shoulder (width = 1.0 M. (b/s), 0.23 M. Thk. Pccp, 0.20 M. Thk. Aggregate Subbase Course) 3. Construction Of Drainage Canal: Sta. 0+570.00 – Sta. 1+095.00 525.00 L.m. R/s Sta. 0+570.00 – Sta. 1+304.50 734.50 L.m. L/s Approved Budget For The Contract : Php 22,123,500.00 Contract Duration : 192 C.d. 2.6 Contract I.d. No. : 25ed0025 Name Of Contract : Rehabilitation Of Bridge, Barangay Tacligan, San Teodoro, Oriental Mindoro Location : San Teodoro, Oriental Mindoro Scope Of Works : 1. Concreting Of 330.00 L.m. Of Road (width = 5.00 M., 0.23 M. Thk. Pccp, 0.20 M. Thk Aggregate Subbase Course) With 1.50 M. Gravel Shoulder On B/s 2. Construction Of 140.00 M. Of Slope Protection On B/s. 3. Remove And Construction Of 30 M. Of Tacligan Bridge. 4. Installation Of 13 Solar Led Streetlights. Approved Budget For The Contract : Php 29,700,000.00 Contract Duration : 279 C.d. 2.7 Contract I.d. No. : 25ed0026 Name Of Contract : Construction Of Flood Control Structure, Longos Bridge 1st Approach, Downstream, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 292.40 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 98,000,000.00 Contract Duration : 333 C.d. 2.8 Contract I.d. No. : 25ed0027 Name Of Contract : Construction Of Seawall Structure, Villa Antonio, Barangay Navotas, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 190.40 L.m. Of Seawall Structure Resting On Concrete Pile Cap With 12 M. Steel Sheet Piles U-type Iii Approved Budget For The Contract : Php 68,600,000.00 Contract Duration : 314 C.d. 2.9 Contract I.d. No. : 25ed0028 Name Of Contract : Construction Of Flood Control Structure, Barangay Gutad, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 271.20 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 99,000,000.00 Contract Duration : 333 C.d. 2.10 Contract I.d. No. : 25ed0029 Name Of Contract : Construction Of Flood Control Structure, Sitio Bagong Pook, Barangay Gutad, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 183.20 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12 M. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 68,600,000.00 Contract Duration : 314 C.d. 2.11 Contract I.d. No. : 25ed0030 Name Of Contract : Retrofitting/strengthening Of Antipolo Br. (b00224mr) Along Calapan South Road, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Repair Of Bridge Using Carbon Fiber Sheets (2-layer). Approved Budget For The Contract : Php 2,352,000.00 Contract Duration : 115 C.d. 2.12 Contract I.d. No. : 25ed0031 Name Of Contract : Construction Of Concrete Road, Barangay Sta. Isabel, Naujan, Oriental Mindoro Location : Naujan, Oriental Mindoro Scope Of Works : 1. Remove Pccp W=4.0 M., Length=326.00 L.m. & Replace Pccp With W=6.0 M. 2. Remove Pccp W=5.0 M., Length=121.00 L.m. & Replace Pccp With W=6.0 M. Thickness=0.20 M.; Aggregate Subbase Course Thickness=0.20 M. Total Length Of Road = 453.00 L.m. Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 88 C.d. 2.13 Contract I.d. No. : 25ed0032 Name Of Contract : Construction Of Concrete Road, Phase Ii, Barangay San Antonio, Victoria, Oriental Mindoro Location : Victoria, Oriental Mindoro Scope Of Works : 1. Concreting Of 392 L.m. Of Road (width = 5.00 M., 0.20 M. Thk. Pccp, 0.20 M. Thk. Aggregate Subbase Course) With 1.00 M. Asbc Shoulder 2. Concreting Of 76 L.m. Of Road (width = 5.00 M., 0.20 M. Thk. Pccp, 0.20 M. Thk. Aggregate Subbase Course) With 1.00 M. Asbc Shoulder Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 69 C.d. 2.14 Contract I.d. No. : 25ed0033 Name Of Contract : Construction Of Concrete Road, Phase Ii, Sitio Ginhawa, Barangay Subaan, Socorro, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Concreting Of 5 M. Width Road (thk = 0.20 M.) With Total Length Of 446 M. With 1.00 M. Gravel Shoulder On Both Sides. Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 69 C.d. 2.15 Contract I.d. No. : 25ed0034 Name Of Contract : Construction Of Concrete Road, Sitio Acacia To Sitio Sabang, Leuteboro I, Socorro, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Concreting Of 5 M. Width Road (thickness = 0.20 M., Aggregate Subbase Course Thickness = 0.20), With 0.50 M. Gravel Shoulder On Both Sides, With Total Length Of 412.00 M.; With Stone Masonry Slope Protection At Intermittent Section. Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 69 C.d. Bidders Should Have Completed A Contract Similar To The Project. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. In View Of The Full Implementation On Assigning Only Qualified And Competent Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Projects, Please Be Reminded Of Department Order No. 98 S. 2016 “limits Of Assignment Of Contractors’/consultants’ Materials Engineers” And Department Order No. 118 S. 2024 “guideline On The Accreditation And Assignment Of Contractor’s And Consultants’ Project Engineers”. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Prospective Bidders May Obtain Further Information From The Department Of Public Works And Highways, Mindoro Oriental District Engineering Office And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 29 – November 19, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Contract I.d. Number Amount 25ed0020 Php 25,000.00 25ed0021 Php 25,000.00 25ed0022 Php 25,000.00 25ed0023 Php 25,000.00 25ed0024 Php 25,000.00 25ed0025 Php 25,000.00 25ed0026 Php 50,000.00 25ed0027 Php 50,000.00 25ed0028 Php 50,000.00 25ed0029 Php 50,000.00 25ed0030 Php 5,000.00 25ed0031 Php 5,000.00 25ed0032 Php 5,000.00 25ed0033 Php 5,000.00 25ed0034 Php 5,000.00 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways, Mindoro Oriental District Engineering Office Will Hold A Pre-bid Conference On November 5, 2024 @ 9:30 A.m. At Bidding Room, Dpwh – Modeo, Masipit, Calapan City, Oriental Mindoro And/or Through Video Conferencing Or Webcasting Via Zoom Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_mindorooriental@dpwh.gov.ph For Electronic Submission On Or Before November 19, 2024 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On November 19, 2024, Immediately After The Deadline For The Submission Of Bid At Bidding Room, Dpwh – Modeo, Masipit, Calapan City, Oriental Mindoro And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways, Mindoro Oriental District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Engr. Agnes M. Bueno Department Of Public Works And Highways Mindoro Oriental District Engineering Office Masipit, Calapan City, Oriental Mindoro Bueno.agnes@dpwh.gov.ph (043) 288-9365 Albien M. Mahia Bac Chairperson
Closing Date30 Jan 2025
Tender AmountPHP 68.6 Million (USD 1.1 Million)
Oriental Mindoro Tender
Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Pinamalayan Office Of The Bids And Awards Committee Invitation To Bid Itb-2025-02 1. The Municipal Government Of Pinamalayan, Oriental Mindoro, Through The Authorized Appropriations Under The General Fund Intend To Apply The Sum Of Two Million Three Hundred Thousand Four Hundred Ninety Nine Pesos Only (2,300,499.00) Being The Approved Budget For The Contract (abc) For The Project “ Procurement Of Office Supplies, Toner And Ink For 1st Qtr. 2025. Attachment Annex A For Technical Specification Shall From Part Of Itb 2025-02 Lot No. Description Amount 1 Regular Office Supplies 1,404,469.00 2 Toner 247,640.00 3 Ink 648,390.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Submission And Receipt Of Bids At Least One (1) Contract Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section 5, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bid Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee Amounting To Php 5,000.00 For The Bidding Documents. The Invitation To Bid And Bidding Documents May Be Downloaded From The Website Of The Philippine Government Electronic System (philgeps) And Municipal Government Website (www.pinamalayan.gov.ph) 5. The Schedule Of Bidding Activities Shall Be As Follows: Activities Schedule Venue Sale And Issuance Of Bid Documents January 9, 2025,- February 4, 2025 Bac Office Pre Bid Conference January 22, 2025 At 9:00 O’clock In The Morning Bac Office Submission Of Bids February 4, 2025 At 5:00 O’clock In The Afternoon Bac Office Opening Of Bids February 5, 2025 At 9:00 O’clock In The Morning Bac Office Pre Bid Conference Is Open To All Interested Bidders. For Purposes Of Having A Legal Personality To Raise Or Submit Written Queries Or Clarifications In The Pre-bid Conference Relative To The Bid Project, Bidders Must Pay The Non-refundable Fee For The Bidding Documents On Or Before The Date Of The Pre-bid Conference. For The Pre-bid Conference, Bidders Are Encouraged To Send Their Authorized Technical Representatives Or Personnel, Who Are Familiar With The Bid Requirements And Will Prepare The Documents For The Bidder 6. The Eligibility Requirements And Bid Proposal Documents Must Be Sequentially Compiled In Accordance With The Checklist With Index Table And Table Of Contents For Easy Document Review. 7. The Municipal Government Of Pinamalayan 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. The Municipal Government Of Pinamalayan Likewise Assumes No Obligation Whatsoever To Compensate Or Indemnify Any Bidder Or Winning Bidders, As The Case May Be, For Any Expenses Or Loss That Said Party(ies) May Incur In Its Participation In The Pre-bidding And Bidding Process Nor Does It Guarantee That An Award Will Be Made. For Further Information, Please Refer To: Enrique N. Mocling Bac Secretariat Madrid Blvd. Pinamalayan Oriental Mindoro Telephone #: 284-4517 Email Address: Bacpinamalayan@yahoo.com Approved By: Carlito M. Mejico , Cpa, Reb Municipal Assessor Bac Chairperson Date Of Publication: Posted Philgeps : Newspaper : Not Applicable Agency Website : January 9, 2025-february 4, 2025 Posted 3 Conspicuous Places: Mun. Hall Bulletin Board Lobby – January 9, 2025-february 4, 2025 2. Dilg/abc Announcement Wall – January 9, 2025-february 4, 2025 3. Pinamalayan Public Market – January 9, 2025-february 4, 2025 Technical Specs For 1st Qtr. 2025 Item Description Unit Quantity Ballpen Black 0.8 Tt Black Boxes 3 Ballpen Hbw Black Boxes 6 Ballpen Black Flexstick 0.5 (black) Boxes 45 Ballpen Black Flexstick 0.5 (red,purple,green,blue) Boxes 11 Ballpen Pilot Black Boxes 54 Ballpen, Fiber Castle Black,blue And Red Boxes 11 Ballpoint, Ordinary 50 Pcs Tube Black,blue And Red Tube 6 Sign Pen,black Liquid/vio Grip, Hi Techpoint .05 V10 Boxes 33 Sign Pen,black Liquid/g-tech, 0.4 Mm Needle Tip Boxes 14 Sign Pen Liquid/g-tech 0.5mm Needle Tip Black,green,red And Blue Boxes 35 Sign Pen Liquid/gel Ink 0.5mm Needle Tip Black/blue Boxes 10 Sign Pen 0.5 - My Gel Black Boxes 43 Sign Pen My Gel Red, Green & Violet Boxes 7 Sign Pen Hi-tech Point V5 1.0 Black,red & Blue Boxes 14 Sign Pen Black Water & Faded Proof Pigment Ink 0.6mm Boxes 5 Pencil No. 2 Boxes 30 Pencil No. 1 Boxes 12 Mechanical Lead Pencil, Refill Steadler Pcs 5 Highlighter Pcs 60 Highlighter (14 Pcs) Boxes 2 Marker Pentel Pen (black,red & Blue) Pcs 46 Marker Pentel Pen Boxes 6 Marker White Board Black, Blue And Red Pcs 46 Marker White Board Black Boxes 4 Correction Pen Pcs 20 Correction Tape Pcs 89 Correction Tape (ordinary) Pcs 147 Coupon Bond Long S20 Reams 1100 Coupon Bond Short S20 Reams 744 Paper A3, Bond Reams 19 Paper A4, Bond Reams 24 Book Paper Long Reams 213 Book Paper Short Reams 164 Book Paper A4 Reams 3 Colored Bond (assorted) Reams 9 Accounting Folder (long) Pcs 1013 Accounting Folder (long) (100pcs) Boxes 7 Ordinary Folder White (long) Pcs 640 Ordinary Folder White (short) Pcs 127 Looseleaf Folder - Legal Pcs 807 Brown Envelope Long Pcs 611 Brown Envelope Short Pcs 88 Expanding Envelope Long Size Pcs 149 Expanding Envelope With String, Long Pcs 174 Expanding Folder Legal Size Pcs 32 Paper Laid Long Cream/white Packs 5 Paper Laid Short Cream/white Packs 5 Index Card 1/2" Packs 4 Colored Index Card Tubbings Packs 3 Photo Paper A4 Packs 34 Photo Paper Long Packs 8 Acetate Film (long) Reams 3 Vellum Board Long Cream/white Reams 22 Vellum Board Long Cream/white Packs 5 Vellum Board A4 Cream/white Reams 7 Vellum Board Short Cream/white Reams 7 Vellum Board Short Cream/white Packs 4 Special Paper Long 22g Packs 31 Special Paper Short 22g Packs 1 Tracing Roll Paper 36" Pcs 1 Roll Bond Paper 36" Rolls 6 Glossy Roll Paper (220 Gsm) 36" Reams 1 Yellow Paper Pads 24 Yellow Paper Bundle 2 Sticker Paper A4 Packs 28 Arts File Pcs 29 Dtr Pcs 160 Dtr Reams 2 Carbon Paper Reams 3 Carbon Paper Blue Reams 3 Envelope Mailing White Legal Packs 5 Envelope Mailing White Legal Boxes 5 A4 Size Pvc Card Sheet For Id (50 Sheets) Reams 4 Lct Pvc X Mm Long Boxes 2 Lct Pvc X Mm Short Boxes 2 Pvc Clear Binding Cover Long Packs 15 Plastic Envelope, Legal Size Pcs 14 Record Book/logbook (500pp) Red & Black #85 Pcs 15 Record Book, #45, 200 Pages Pcs 30 Record Book , #99, 300 Pages Pcs 17 Record Book #99, 500 Pages Pcs 9 Record Book, #85, 300 Pages Pcs 29 Record Book #85, 150 Pages Pcs 7 Logbook Blue 500 Leaves Pcs 12 Logbook Blue 300 Leaves Pcs 1 Logbook Blue 150 Leaves Pcs 5 Notebook W/ Cover 80 Leaves Pcs 11 Notebook (field Notebook) Pcs 44 Notebook 60 Sheets Pcs 24 Columnar Notebook 14 Columns Pcs 10 Columnar Notebook 24 Columns Pcs 4 Class Record Pcs 6 Battery Aa (4pcs) Dry Cell Heavy Duty Set 26 Battery Aa Dry Cell Heavy Duty Pcs 68 Battery Aa Dry Cell Heavy Duty Boxes 6 Battery Aaa (4pcs) Dry Cell Heavy Duty Set 14 Battery Aaa Dry Cell Heavy Duty Pcs 10 Battery Aaa Dry Cell Heavy Duty Boxes 5 Paper Clip Jumbo Boxes 55 Paper Clip Big Boxes 29 Paper Clip Small Boxes 31 Paper Clip Big Box (10 Boxes) Boxes 9 Binder Clip 1/4 Boxes 72 Binder Clip 1/2" Boxes 31 Binder Clip 3/4 Boxes 91 Binder Clip 1 1/4 Boxes 29 Binder Clip 1 5/8 Boxes 52 Binder Clip 1 Boxes 117 Binder Clip 2" Boxes 105 Binder Clip 1/2 Boxes 16 Binder Clip 1/2 Big Box (10 Boxes) Boxes 12 Calculator (12digits) Pcs 14 Ruler Pcs 12 Heavy Duty Cutter A4 (metal Cutter) Pcs 1 Cutter Ordinary Pcs 5 Heavy Duty Cutter Small Pcs 2 Certificate Holder A4 Pcs 267 Certificate Holder (8.5'x11') Short Pcs 32 Certificate Holder (8.5'x14') Long Pcs 43 Dater Pcs 2 Number Stamp Pad Pcs 3 Double Adhesive/sided Tape .5" Pcs 17 Double Adhesive/sided Tape 1" Pcs 113 Eraser Stedler Pcs 8 Cd Rewritable, Speed: 4xmin, 4.7 Gb Capacity Min. Boxes 1 Flashdrive (16gb) Pcs 4 Flashdrive (32gb) Pcs 2 Flashdrive (64gb) Pcs 3 Fastener (plastic Coated) Boxes 67 Fastener 70mm Boxes 5 Fastener Plastic 6" Boxes 3 File Divider Pcs 22 4 Layer Desk File Organizer Document Paper Tray Pcs 6 File Desk Organizer Documents Storage Rack W/ 4 Vertical Compartment Pcs 23 Metal Document File Organize Rack Pcs 3 Glue 130g Bottles 37 Glue 240g Bottles 4 Glue 473g Bottles 4 Magazine Box Pcs 14 Push Pins, No. 3351 Boxes 10 Post It Sticky Flags Pads 26 Post It Sticky Flag Signed Here Boxes 10 Post It 2m Flag Signed Here 1x1.7 Inch Pads 10 Post It 3"x3" Pads 27 Post It 3"x4" Pads 60 Pos It, 2 X 3" Pads 29 Post It, 2x4" Pads 16 Ribbon Typewriter Pcs 8 Ribbon Cloth - 1" Red Roll 5 Ribbon Cloth - 1/2" Red Roll 5 Ring Binder 1/2" Pcs 46 Ring Binder, 1/8" Pcs 61 Ring Binder 3/4" Pcs 30 Ring Binder, 1 1/4" Pcs 8 Ring Binder, 1" Pcs 9 Ring Binder, 2" Pcs 12 Ring Binder 3mm Pcs 45 Ring Binder 6mm 1/4" 30 Sheets Pcs 52 Ring Binder 8mm 5/16" 50 Sheets Pcs 18 Ring Binder 12mm 1/2" 110 Sheets Pcs 18 Ring Binder 16mm-5/8-150's Pcs 13 Ring Binder 25mm-1-220's Pcs 10 Rubber Band Small Boxes 8 Rubber Band Big Boxes 16 Scissor, Big Pcs 21 Small Scissor Pcs 2 Masking Tape 1" Pcs 45 Masking Tape 2" Pcs 26 Packing Tape 2" Pcs 48 Scotch Tape 2" Pcs 74 Scotch Tape 1" Pcs 179 Scotch Tape 1/2 Pcs 10 Duct Tape Pcs 13 Stamp Pad Ink- Black, Purple Or Violet Pcs 40 Stamp Pad Big Pcs 4 Stamp Pad Joy Pcs 19 Staple Wire #35 Boxes 94 Note Pad Stick On 76mm X 76mm X 76mm (3" X 3") Min Pink Pads 2 Note Pad Stick On (3" X 4") Min Pink Pads 8 Note Pad Stick On 50mm X 76mm (2" X 3" ) Min Pads 22 Note Pad Stick On With Lines 4"x5" Pads 4 Arrow Tabbing, Plastic Pads 50 Stapler With Remover #35 Pcs 21 Tape Dispenser Pcs 22 Pencil Sharpener Pcs 3 Clip Board With Cover (legal Size) Pcs 2 Puncher Heavy Duty Pcs 8 Shoelace/cord Pcs 12 Shoelace/cord 3/8 Inch 144 Yards Rolls 3 Plastic Cover Roll 1 Plastic Cover (yard) Yard 5 Wireless Mouse Pcs 9 Mouse Pad Pcs 32 Continous Form 11x14x7/8 Bundle 0 Rj Connectors Boxes 1 Plastic Crate (20x14x12) Pcs 2 Toner Cartridge Docucentre S2011/2320/s2520/s2110 Tube 10 Toner Copier Gestetner Mp 2014ad, Mp 2051 & Mp 2501l Tube 11 Toner Fuji S1810 Tube 1 Toner (gestetner Mp 2014h) Tube 5 Toner For Copier Big Gestener Bottles 5 Toner (xerox Machine) Dsm-dsm618 Boxes 3 Toner Cartridge (black) Pcs 1 Toner Cartridge (magenta) Pcs 1 Toner Cartridge (cyan) Pcs 1 Toner Cartridge (yellow) Pcs 1 Toner (tk-4140) Bottles Toner Xerox Machine (apeos 2150) Boxes 2 Computer Ink (black) T6641 (epson) Bottles 37 Computer Ink (cyan) T6642 (epson) Bottles 16 Computer Ink (magenta) T6643 (epson) Bottles 15 Computer Ink (yellow) T6644 (epson) Bottles 16 664 Colored (epson) Set 5 664 (black,cyan,magenta And Yellow) (epson) Set 9 Ink 003 65ml Epson (black) Bottles 163 Ink 003 65ml Epson (cyan) Bottles 103 Ink 003 65ml Epson (yellow) Bottles 83 Ink 003 65ml Epson (magenta) Bottles 104 003 Colored Set 5 Ink 003 Black,cyan,magenta, Yellow Set 36 L3110 Printer Ink Black Pcs 2 L3110 Cyan Pcs 2 L3110 Magenta Pcs 2 L3110 Yellow Pcs 2 Ink Refill (ciss) Multicolor Set 31 Ink 001 (black) Pcs 53 Ink 001 (cyan) Pcs 36 Ink 001 (magenta) Pcs 36 Ink 001 (yellow) Pcs 37 Ink 001 Colored (yellow,cyan & Magenta) Set 2 Ink 001 (black,yellow,cyan And Magenta) Set 18 Ink 008 (black) Pcs 11 Ink 008 (cyan) Pcs 11 Ink 008 (magenta) Pcs 11 Ink 008 (yellow) Pcs 11 Computer Ink T673 Colored Bottles 2 Computer Ink T673 Black Bottles 4 Ribbon Cartridge Lx 310 Boxes 9 Ribbon Cartridge Lq2190 Boxes 5 Computer Ink Refill Black Bt D60 Bottles 1 Computer Ink Refill Cyan Bt 500 Bottles 2 Computer Ink Refill Yellow Bt500 Bottles 1 Computer Ink Refill Magenta Bt500 Bottles 1 Hp 728 Ink Black,cyan,magenta Ad Yellow Set 1 Ink Cartridge Pfi-102bk Bottles 1 Ink Cartridge Pfi-102c Bottles 1 Ink Cartridge Pfi-102m Bottles 1 Ink Cartridge Pfi-102y Bottles 1 Ink Cartridge Pfi-102mbk Bottles 1 Continous Ink Black 103 Pcs 18 Continous Ink Cyan 103 Pcs 8 Continous Ink Yellow 103 Pcs 8 Continous Ink Magenta 103 Pcs 8 Ink Epson 057 Set 1
Closing Date5 Feb 2025
Tender AmountPHP 2.3 Million (USD 39.3 K)
Municipality Of Rizal,palawan Tender
Healthcare and Medicine
Philippines
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
Environmental Management Bureau Tender
Textile, Apparel and Footwear
Philippines
Details: Description Request For Quotation (rfq) Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122-2nd 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 9 Pcs 1,275.60 11,480.40 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 9 Pcs 4,603.20 41,428.80 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 9 Pcs 2,130.24 19,172.16 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 9 Pcs 816.98 7,352.86 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 5 Pcs 696.00 3,480.00 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 3 Pcs 6,168.34 18,505.01 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units 7,854.00 15,708.00 8 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh 3 Pcs 1,780.80 5,342.40 9 Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo 3 Pcs 1,323.34 3,970.01 Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php132,331.63. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 17, 2024. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122 (oss Required) Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Sixty (60) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Only (not Itr) E) Oss-omnibus Sworn Statement (notarized) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply And Delivery Of Personal Protective Equipment Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Set Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 21 Pcs Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 5 Pcs Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Units Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 10 Units High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 2 Units Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Supply And Delivery Of Personal Protective Equipment Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 1 Set 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 21 Pcs 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Pcs 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 5 Units 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 10 Units 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Sixty (60) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ 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] Of The [name Of The Procuring Entity], 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 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 Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining 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 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 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date17 Jan 2025
Tender AmountPHP 132.3 K (USD 2.2 K)
Environmental Management Bureau Tender
Textile, Apparel and Footwear
Philippines
Details: Description Request For Quotation (rfq) Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122-3rd 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 9 Pcs 1,275.60 11,480.40 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 9 Pcs 4,603.20 41,428.80 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 9 Pcs 2,130.24 19,172.16 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 9 Pcs 816.98 7,352.86 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 5 Pcs 696.00 3,480.00 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 3 Pcs 6,168.34 18,505.01 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units 7,854.00 15,708.00 8 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh 3 Pcs 1,780.80 5,342.40 9 Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo 3 Pcs 1,323.34 3,970.01 Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php132,331.63. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 31, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Personal Protective Equipment Rfq No. Emb-erlsd-2024-11-122 (oss Required) Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Sixty (60) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Only (not Itr) E) Oss-omnibus Sworn Statement (notarized) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply And Delivery Of Personal Protective Equipment Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Set Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 21 Pcs Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 5 Pcs Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Units Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 10 Units High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 2 Units Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Supply And Delivery Of Personal Protective Equipment Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Field Jacket; -waterproof -easy Transport -anatomic Design -breathable -ventilation 1/2 Zip To Increase Ventilation While Walking - With Denr Logo(embroidery) 1 Set 2 Field Shoes; - Resistant Soles For Walking Trails - Waterproof - Breathable Insole | Ankle Collar: 3d Comfortable Mesh - Abrasion Resistance - Sole Design And Spike Clears Mud Easily - Lightweight - Lightweight Eva Foam Midsole That Limits The Impact Of Stones 21 Pcs 3 Field Pants; - Abrasion Resistance - Freedom Of Movement - Quick Drying - Water Repellent - Light, Breathable Fabric - Pockets - 5 Secure With Zip Pocket - With Denr Logo(embroidery) 5 Pcs 4 Field Hat; -lined Bucket Hat Built To Battle Wind, Sun, And Stains. -full Circle Coverage: Bucket Hat Built With Upf 50 Sun Protection, Stain-repellency, And Windbreaker Fabric. Upf 40 Guards Against Skin Damage Using Tight Fabric Construction And Modified Fibers To Block Uva/uvb Rays, Repels Moisture And Resists Stains By Preventing Liquids From Absorbing Into Fast-drying Yarns, So You Stay Clean And Dry In Damp, Messy Conditions. - With Denr Logo(embroidery) 5 Units 5 High Knee Boots; - Waterproof, Slip Resistant, Durable Material, Approximately 80 Cm In Height 10 Units 6 Heavy Duty Industrial Jacket; -durable Anti-flame Jacket With Robust Hidden One-way Metal Zipper And Practical Pockets. -pockets For Ample Storage -sew-on Flame-resistant, Industrially Washable -equipped With A Host Of Features Including Ce-cat Iii -capable Of Blocking Of Uv Rays, And Protection Against Molten Metal Splash -with Hook And Loop Cuffs For A Secure Fit And An External Standards Label For Quick Identification Of Protection Levels -metal Free - With Denr Logo(embroidery) Certification: En Iso 11612 A1+a2 2 Units 7 Heavy Duty Safety Shoes; -safety Steel Toe Cap -assorted Sized -electrostatic Discharge Slip Resist -sole Puncture Resistant -certification: En Iso 20345:2011 2 Units Reusable Half Face Mask Respirator -for Construction, General Manufacturing, Mining, Oil & Gas, Pharmaceutical, Primary Metal, Transportation -certification: Approved By Niosh Hardhat Secure Fit -product Color: White -oshc Tested: Yes -product Type: Cap Style Hard Hat -suspension Type: 4 Point Ratchet -shell Material: Hdpe -features: Pressure Diffusion Technology, Uv Indicator - With Denr Logo Note: Sizes Will Be Provided By The End-user Upon Bidder's Receipt Of The Purchase Order (po) 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Sixty (60) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ 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] Of The [name Of The Procuring Entity], 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 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 Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining 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 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 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date31 Jan 2025
Tender AmountPHP 132.3 K (USD 2.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project #676-336 Fire Station Design-tomah Va Medical Center. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By Late March 2025. The Anticipated Period Of Performance For Completion Of Design Is 160 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $5,000,000 And $10,000,000. Please Note That The 160-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria: Professional Qualifications: Professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. Disciplines Requiring A Florida License Include Civil/structural And Hazardous Material Abatement/industrial Hygiene. A Resume For Each Of These Key Positions Must Be Provided In Section E Of The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: Architect (leed Certification/us Green Build Council Certification) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I, [signatory Authority], Of [company Name], Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database In Compliance With Vaar 852.219-73. The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H Unless It Is Pertinent To Support The Information Listed In The Other Sections. Specialized Experience And Technical Competence: Specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include Upgrading Large Scale (multi-building With Multiple Generational Oit Systems) Fiber Optics, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations/expansion/relocations, Data Centers/server Rooms Reconfiguration, And Physical Security Upgrades, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope, And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Include The Following For Each Submitted Project: Project Title And Location Detailed Narrative Describing The Scope Of Services Provided, Including The Type Of Work Performed By The Offeror And Its Role In The Project (i.e., Prime Contractor, Teaming Partner, Or Subcontractor) Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Ae Cost Estimate Vs. Actual Construction Cost Contract Number Associated With The Project. The Information Provided In Section F Of The Sf 330 Will Be Used To Evaluate Relevant Specialized Experience And Technical Competence. Any Projects Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. The Information Provided In Section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Offeror Must Include Narratives Of How The Firm Addresses Each Of The Following Topics In Section H. Simply Restating This List In Section H Will Not Be Sufficient. The Management Approaches. The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages, And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Proposed Team/personnel Provided In The Sf 330. Past Performance: Past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Reporting System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. For Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Completed Ppq Requested From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Must Be Provided In Section H Of The Sf 330. For Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330. Ppqs Should Not Be Submitted To Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitation For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. Knowledge Of Locality: Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features The Information For This Factor Must Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. Experience In Construction Period Services: Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period. Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. The Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations, And Making Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. The Information For This Factor Must Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Tomah Va Medical Center 500 E Veterans Street, Tomah, Wi. 54660. . Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Johnna Mcgraw At Johnna.mcgraw@va.gov . This Must Include Parts I And Ii And Any Applicable Attachments. The Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). The Sf 330 Submission Is Due By January 10th 2025 At 1pm Est. The Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. The Subject Line Of The Email Must Read: Sf 330 Submission Fire Station Design- Tomah Wi. The Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number. All Questions Must Be Submitted To Johnna Mcgraw With The Subject Line Sf 330 Questions Fire Station Design-tomah Wi. The Cutoff For Question Submission Is 1:00 Pm Est On December 16th, 2024. Questions Will Be Answered Through Modification To The Pre-sol Notice Posted To Contract Opportunities At Sam.gov. This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. All Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
Closing Date10 Jan 2025
Tender AmountRefer Documents
2101-2110 of 2157 archived Tenders