Fiber Tenders

Fiber Tenders

U S COAST GUARD USA Tender

Machinery and Tools
United States
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation Number 70z04025qag131 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310. nsn 4320-01-122-3852 pump Centrifugal oem: Curtis -wright Pump pn: Y671191 qty: 06 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn 4320-01-122-3852 pump Centrifugal oem: Curtis -wright Pump pn: Y671191 qty: 06 Ea delivery: delivery Is Required Jun 30, 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88a 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than Jan 21, 2025, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Yvette.r.johnson@uscg.mil. overhaul Description for Official Use Only item Name Pump,centrifugal stock Number 4320-01-122-3852 part Number D1161-6x4x6 used On Wmec 270 Class items As Received By The Contractor Must Be Complete And Of the Proper Cited Part Number. Discrepancies Shall Be Reported To the Coast Guard Contracting Officer. overhaul Requirements: descriptive Specification Data: pump Serial Nrs Y671191 - Y671191g And Y724155 - Y724155q; Verticle Style pump; 6 Inch Suction Qty One; 4 Inch Discharge Qty One; Max Discharge flowrate 900 Gpm; Intake / Discharge Connection Type Round Flange; Total Head 90 Ft; 3550 Rpm Auxilary Saltwater Cooling (u/w Asw Pump). consolidated List Of References the Below-listed Documents Form A Part Of This Specification To The Extent specified Herein. Approval / Publication Dates Or Revision Dates / Numbers are Also Identified, To Ensure That Same Document Versions Are Used At Time of Specification Writing And During Contract Execution. all Coast Guard Drawings, Technical Publications, And Standard Specifications will Be Provided To Contractors By The Coast Guard At An Appropriate Time, Or upon Request, Free Of Charge. Other Government Documents May Be Accessed - free Of Charge - As Follows: mil/dod/cid Specifications: http://www.assistdocs.com/search/search_basic.cfm commandant Instruction Manuals: Http://www.uscg.mil/directives/default.asp public Laws, Code Of Federal Regulations, U.s Codes, And Other Federal government Laws:: Www.gpoaccess.gov the Government Is Aware Of The Following Internet Web Links Where Contractors may Procure Commercial Specifications: american Welding Society (aws): Http://www.awspubs.com/index.php ansi, Astm, Ieeee, Nfpa, Asme, Sae Standards: Http://www.techstreet.com/ nfpa: Http://www.nfpa.org sspc Standards And Pictorial Guides: http://shopping.netsuite.com/sspcmarketplace coast Guard Drawings: not Applicable. coast Guard Publications: coast Guard Technical Manual (tm) 2700, Swbs 256 A, Auxiliary Salt Water cooling Pump. (work Item 1). surface Forces Logistics Center Specification D-000-0100 Rev G, Change 1 dated 03/06/2006, Bar Coding For Uscg Surface Forces Logistics Center material. other References: sae Standard, general Requirements 1. Scope 1.1 Intent: This Section Describes The Requirements Which The Contractor shall Follow Applicable To All Pumps Inducted For Overhaul Under This contract. Additional Specific Requirements Applicable To A Designated Model / Unit Are Addressed In The Applicable Individual Work Items (wi) Within This specification Package. These General Requirements In Conjunction With The applicable Wi Make Up The Overall Contractor Repair / Overhaul Requirements for Each Pump. 2. References coast Guard Drawings none coast Guard Publications surface Forces Logistics Center Specification D-000-0100 Rev G Dated 06/2006, bar Coding For Uscg Surface Forces Logistics Center Material. other References code Of Federal Regulations (cfr), Title 40, Chapter I, 2008, Environmental protection Agency. national Conference Of Standards Laboratories (ncsl) Z540-3-2006, Dated 2006, requirement For The Calibration Of Measuring And Test Equipment. mil-prf-81309f Dated 05/16/2005, Type 2, Class 1 Or 2, Corrosion Preventive compounds, Water Displacing, Ultra-thin Film. mil-d-3464e Dated 04/1987- Desiccants, Activated, Bagged, Packaging Use And static Dehumidification. mil-prf-131k Type 1, Dated 28 Aug 1998- Barrier Materials, Water Vapor proof, Greaseproof, Flexible, Heat Sealable. astm International (astm) D3951, Reapproved 2004, Standard Practice For 3.3 Billable Costs: The Contractor Shall Provide All Labor And Materials To perform The Overhaul Services As Described In The Wi For Each Pump. 3.4 Inspections: 3.4.1 Receiving Inspection: The Contractor Shall Immediately Notify The coast Guard Contracting Officer (cg Ko) If The Make, Part Number, Model and/or Inlet/outlet Size Delivered For Overhaul Do Not Conform To The Pump cited. A Government Furnished Property Discrepancy Report Shall Be Submitted to The Cg Ko Within 10 Business Days. 3.4.2 Preliminary Inspection: The Contractor Shall Conduct A Preliminary disassembly And Inspection Of The Pump/pump Unit And Its Shipping Container in Accordance With Pump/pump Unit Oem Procedures, Specifications, References, and Standard Practices Addressed In Each Wi. A Condition Found Report (cfr) shall Be Submitted Within Three Days Of The Completion Of The Inspection pump/pump Unit Inducted For Overhaul. 3.4.3 Condition Found Report: The Cfr Shall Provide A Detailed Cost estimate And Lead Time For Any Additional Work And Replacement Parts That Are determined To Be Required Beyond The Scope Of This Specification And The standard Practice For Overhaul As Detailed In The Manufacturer's Technical manual. The Contractor Shall Provide The Pump Replacement Cost And Lead Time for Comparison To The Overhaul Cost. The Cg Ko Will Make The Determinations as To The Disposition Of Any Pump Delivered For Overhaul To Be Beyond economical Repair (ber). 3.4.4 Beyond Economical Repair: If The Pump Is Ber, The Government reserves The Right To Dispose Of The Pump/pump Unit. 3.5 Photo Documentation: The Contractor Shall Provide Digital Photo documentation To The Contracting Officer As Follows: a. During Initial Opening Of The Pump After Receipt, Including The Shipping container b. When Significant Findings That Will Affect Cost Of Repair/overhaul At Time they Are Discovered c. When Other Significant Or Unusual Findings Such As Failed Parts Or Damages are Discovered d. When The Pump Is Tested To Document Configuration e. When The Pump Is Prepared For Shipment To Document "as Shipped" configuration To Include Images Of The Preservation, Package And Marking (pp&m) f. The Photo Documentation Shall Be Color Digital And Shall Be Sent To The Cg ko And The Coast Guard Contracting Officer's Representative (cor) Via Email. 3.6 Status Report: The Contractor Shall Submit A Monthly Status Report On An excel Spreadsheet Via Email To The Cg Ko And The Cor. All Pumps Shall Be listed With The Current Repair Status. The Excel Spreadsheet Shall Contain the Following Column Headings. a. Delivery Order Number b. Work Item Number c. Part Number d. Serial Number e. National Stock Number (nsn) f. Date Pump Received g. Date Pump Detailed Cost Estimate Sent (section 3.3.2. Of This h. Date Material Ordered. i. Date Material Received. j. Date Of Quality Assurance Final Inspection k. Date Pump Shipped l. Comments/remarks 3.7 Quality Assurance: The Contractor Shall Maintain An Inspection System per American Society For Quality (asq) Q90001-2008 Which Shall Insure That each Item Offered To The Coast Guard For Acceptance Or Approval Conforms To the Contract Requirements. The Inspection System Shall Be Documented And available For Review By The Coast Guard. 3.8 Records: The Contractor Shall Maintain Records Of All Inspections And tests. The Records, At A Minimum, Shall Indicate The Nature And Number Of observations Made, The Number And Type Of Deficiencies Found, And The corrective Action Taken. 3.9 Calibration System: The Contractor, As Well As Any Sub-contractors, shall Be Required To Maintain A Measuring And Test Equipment Calibration program In Compliance With The National Conference Of Standards Laboratories (ncsl) Z540-3. The Program Shall Be Documented And Traceable To The National institute Of Standards (nist). 3.10 Responsibility For Inspection: The Contractor Shall Be Responsible For the Performance Of All Inspection Requirements Specified Herein. The contractor Shall Provide Space, Personnel, And Test Equipment To Conduct All required Inspections. All Inspection And Testing Shall Be Performed At The contractor's Plant Or At Other Facilities Acceptable To The Coast Guard. The coast Guard Reserves The Right To Verify Or Have Performed Any Of The inspections Or Tests That Are Deemed Necessary To Assure That Supplies And services Conform To The Prescribed Requirements. It Is The Coast Guard's intent For The Coast Guard Quality Assurance Representative (qar) To Have The discretion To Witness And Or Verify Inspections And Tests Of All Pumps overhauled By The Contractor. Any Inspection Scheduling Issues That May occur That Would Impede Progress May Only Be Waived By The Cg Ko. 3.11 Responsibility For Compliance: The Contractor Shall Meet The Provisions of Section 3 Of This Specification. The Inspections Set Forth In This specification Shall Become Part Of The Contractor's Overall Inspection System and Quality Program. The Absence Of Any Inspection Requirements In The specification Shall Not Relieve The Contractor Of The Responsibility Of assuring That All Products Or Supplies Submitted To The Government For acceptance Comply With All Requirements Of The Contract. Sampling For quality Conformance Does Not Authorize Submission Of Known Defective Material (either Indicated Or Actual) Nor Does It Commit The Government To Acceptance of Defective Material. 3.12 Quality 3.7 Quality Assurance: The Contractor Shall Maintain An Inspection System per American Society For Quality (asq) Q90001-2008 Which Shall Insure That each Item Offered To The Coast Guard For Acceptance Or Approval Conforms To the Contract Requirements. The Inspection System Shall Be Documented And available For Review By The Coast Guard. 3.8 Records: The Contractor Shall Maintain Records Of All Inspections And tests. The Records, At A Minimum, Shall Indicate The Nature And Number Of observations Made, The Number And Type Of Deficiencies Found, And The corrective Action Taken. 3.9 Calibration System: The Contractor, As Well As Any Sub-contractors, shall Be Required To Maintain A Measuring And Test Equipment Calibration program In Compliance With The National Conference Of Standards Laboratories (ncsl) Z540-3. The Program Shall Be Documented And Traceable To The National institute Of Standards (nist). 3.10 Responsibility For Inspection: The Contractor Shall Be Responsible For the Performance Of All Inspection Requirements Specified Herein. The contractor Shall Provide Space, Personnel, And Test Equipment To Conduct All required Inspections. All Inspection And Testing Shall Be Performed At The contractor's Plant Or At Other Facilities Acceptable To The Coast Guard. The coast Guard Reserves The Right To Verify Or Have Performed Any Of The inspections Or Tests That Are Deemed Necessary To Assure That Supplies And services Conform To The Prescribed Requirements. It Is The Coast Guard's intent For The Coast Guard Quality Assurance Representative (qar) To Have The discretion To Witness And Or Verify Inspections And Tests Of All Pumps overhauled By The Contractor. Any Inspection Scheduling Issues That May occur That Would Impede Progress May Only Be Waived By The Cg Ko. 3.11 Responsibility For Compliance: The Contractor Shall Meet The Provisions of Section 3 Of This Specification. The Inspections Set Forth In This specification Shall Become Part Of The Contractor's Overall Inspection System and Quality Program. The Absence Of Any Inspection Requirements In The specification Shall Not Relieve The Contractor Of The Responsibility Of assuring That All Products Or Supplies Submitted To The Government For acceptance Comply With All Requirements Of The Contract. Sampling For quality Conformance Does Not Authorize Submission Of Known Defective Material
Closing Date21 Jan 2025
Tender AmountRefer Documents 

Municipality Of Mercedes, Camarines Norte Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Trust Fund Intends To Apply The Sum Of Two Million Seven Hundred Twenty-five Thousand Two Hundred Sixty-six Pesos Only (php2,725,266.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte - Identification Number 401-24-11-1495/1496/1497/1498/1499. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Lot 1 - Hardware Tools 1 1 Unit Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 47kg; Inflation Time: 53min; Air Displacement: 208l/min 2 1 Unit Air Spray Gun, Standard Nozzle:1.4mm, Pattern Width:180-250mm, Paint Capacity:600cc, Suitable For Finishing Coat, Optional Nozzle:1.3-2.5mm, Operating Pressure:2-3.5bar Air Cons:4.2-7.1cfm(119-200l/min)" 3 11 Set Angle Grinder Cutting Disk, 10 Pcs.per Set; Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8") 4 11 Unit Angle Grinder, Rated Input Power: 730w; Wheel Diameter: 4"; Rated Voltage: 220v; Frequency: 60hz; No Load Speed: 12,000 Rpm; Weight: Approximately 1.6kg; Grinding Spindle Thread: M10; Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h) 5 7 Pc Chipping Hammer, Item Weight: ‎atleast 13.8 Ounces; Product Dimensions: ‎11" (l) X 1" (w) X 7.5" (h); Material:, Genuine Leather Grip And Forged Steel 6 3 Set Circular Saw With Diamond Blade, 1400w, 185 Mm Blade, Spindle Lock With 24t Diamond Blade 7 3 Pc Claw Hammer, Head Weight: 16oz; Overall Weight: 17oz-23oz; Forged Steel Head; Smooth Face; Fiberglass Handle With Rubber Cushion; Overall Length: 12-14" 8 3 Pc Concrete Chisel, 10'' Forged Steel Chisel 9 3 Pc Crow Bar, 36" Long; Length Tolerance: +- 1/8; Forged Steel Carbon 10 1 Pc Electric Planer; Voltage: 220-240v; Input Power: 1050w; No Load Speed: 1600rpm; Planing Width And Depth: 82x3mm; Heavy Duty Aluminum Base; 11 1 Pc Framing Hammer, Handle Material: Alloy Steel; Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h); Item Weight: Atleast 1.4 Pounds 12 1 Unit Gasoline Marine 7hp Speed Type, Single Cylinder; 4 Stroke, Forced Air Cooling; Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption;395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magento Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 13 10 Pc Hacksaw With Blade, Adjustable Aluminun Alloy Frame With Soft-grip Handle, 90" Adjustable Bladec Angle, 12 Inches (+/- 1/4") Bi-metal Hacksaw Blade, 24 Tpi 14 10 Unit Heavy Duty Corded Drill, Rated Input Power: 750w; Chuck Capacity: Upto 13mm; Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm); Dimension: 268mm (l) X 69mm (w) X 192mm (h); Weight W/out Cable: Approximately 1.6-1.8 Kg; Spindle Collar Diameter Of 43 Mm 15 1 Pc Level, Box Beam Style, Material: Alluminum; Dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h); Weight: Atleast 0.8 Pounds 16 3 Pc Mashing Hammer, 3 Lb With Fiberglass Handle, Forged Steel Head 17 3 Pc Masonry Hammer, 800g Solid Rubber Head, Fiberglass Core And Bi-material Slip-resistant Handle, 18 3 Pc Masonry Hand Saw, 15" 380mm Carbon Steel 19 3 Pc Masonry Square, 24"x 16"aluminum, 1/8 '' Thick 20 3 Pc Mason's Level, 60cm Aluminum Reinforced Frame 21 3 Tube Mason's Line, #18 Braided Nylon, 500 Ft, 170 Lb Test 22 10 Set Metal Drill Bit Set, Material: High Speed Steel; 19pcs Per Set (1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm); Point Angle:118degree C; Standards: Din 338; Bit Geometry: Standard Twist Bit 23 8 Pc Meter Tape With Magnetic Hook, Blade Material: Nylon Coated Blade; Dimensions: 16ft (l) X 25mm (w) 24 7 Pc Mig Welding Pliers, Overall Length: Atleast 210mm; Material: High Carbon Steel; Handle Material: Thermoplastic Rubber 25 1 Unit Portable Hand Drill, Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: ‎9.6" (l) X 2.1" (w) X 7.5" (h); Material: ‎plastic, Rubber, Metal; Item Dimensions: Approx. ‎9.6" (l) X 2.1" (w) X 7.5" (h); Item Weight: Atleast ‎2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 26 7 Unit Portable Welding Machine, Input Voltage: 220-240; Frequency: 50-60hz; Output Current: 10-220a; Led Display; No-load Voltage: 85v; Max. Output Current: 220a; Diameter Of Electrode: 1.6-3.2mm; Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable, 27 3 Pc Pull-push Rule, Blade Length 8m/26ft, Blade Width 1", High Impact Abs Case With Durable Rubber, Corrosion Resistant Tru-zero End 28 3 Pc Putty Knife, 3" Stainless Steel With Rubber Handle 29 1 Pc Roofing Hammer: Item Weight: ‎1.25 Pounds; Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h) 30 1 Unit Sander, Item Dimensions: Approx 11.63" (l) X 5.63" (w) X 6.19" (h); Voltage: 110 Volts; Power Source: Corded Electric; Amperage Capacity:‎ 8.8 Amps; Variable Speed Control Dial (690 -1,440 Ft./min.); Grit Number: 80; Item Weight: Atleast ‎9.5 Pounds; Included Components: ‎belt Sander, 1 Belt, Dust Bag 31 3 Pc Shovel, Rectangular End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 32 3 Pc Shovel, Round End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 33 1 Pc Speed Square, Material: Cast Aluminum; Size: About 18x18x2cm/7.09x7.09x0.79"; Weight: About 130g; Triangle-shaped 34 3 Pc Spirit Level Bar, Aluminum Frame With Magnet, Size 12" (+-1/8"), With 3 Vials (horizontal, Vertical And 45 Degrees) 35 3 Pc Steel Float/plastering Trowel, Thickness 0.7 Mm, Surface Measurement 280mm X 125 Mm(+/- 1mm), High Carbon Steel, Soliod Forged Steel With Plastic Handle 36 1 Pc Trim Hammer, Handle Material: Wood; Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h); Item Weight: Atleast 594 Grams 37 3 Pc Trowel, 280x120mm Stainless Plastering Trowel With Plastic Handle 38 1 Pc Utility Knife, Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g/pcs; Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 39 7 Pc Welding Helmet, Auto Darkening Helmet, Power Supply: Battery And Solar Powered; Light Shade: Din9-1;, Dark Shade: Din4; Switching Time: 1/25000s; Delay Time: 0.1-0.8s; Sensitivity Adjustment: Stepless Control; Operation Temperature: -5 Degrees- 55 Degrees; Active Viewing Area: 93mmx43mm; Active Viewing Area Size: (+/- 10mm); Item Weight: Atleast 1.85 Pounds; Package Dimensions: ‎approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h) 40 7 Set Welding Magnets, 6 Pcs/set, Overall Length: Atleast (3"); Hold Capacity: Up To 25lbs; Arrow Design Supports Angle: 45°, 90°, And 135°; Item Weight: 295g; Package Dimensions: ‎4.88 X 4.72 X 3.98 Inches; ‎material: Steel; Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm) 41 1 Set Wood Chisel; 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 42 3 Pc Wooden Float, 18"x 32", Multi-layered Lot 2 - Food Preparation 1 1 Unit 3 In 1 Burger Griller With Deep Fryer And Steamer, Gas Type; Made Of Stainless Steel And Polished Metal Griddle Plate; Dimensions: Burger Griddle - 18" (l) X 12" (w); Deep Fryer - 8" (l) X 12" (w), Capacity: 2.5 L; Steamer: 11" (l) X 12" (w) 2 6 Unit Barbeque Grill With Sauce Holder And Top Grill, Material: Stainless Steel, Dimension(lwh): 24 In X 12 In X 30 In (3.5 In Grill Pan's Depth) 3 33 Pc Basin; Stainless; Diameter: 22"; Base: 16"; Depth: 7"; Thickness: 1cm 4 47 Pc Beach Umbrella; Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome" 5 6 Pc Boiler Caldero; Big Size & Heavy Duty; Size: Diameter 48cm; Height: 42cm; Makapal, Material: Aluminum 6 6 Pc Boning Knife, 27.3cm, Blade Length:14.6cm, Blade Thickness: 4mm, Wood Handle 7 32 Pc Butcher's Knife; Materials: Stainless; Wood Handle; Size: About 10" 8 29 Pc Caldero With Double Handle; Aluminum Material; Diameter: 46cm; Height: 37cm; With Double Handle; Capacity 5kilos/20l(volume Capacity) 9 48 Set Casserole Set, Stainless Steel, 28, 30 And 32cm Diameter; 16, 18, 20cm Height 10 50 Pc Chef's Knife; About 10 3/4" Long; Material: Stainless Steel; Blade: Full Tang; Riveted Handle 11 56 Pc Chest Cooler, Item Package Dimensions: ‎25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: ‎5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: ‎plastic, Chamber Depth: 24.95", Capacity: 52l, Color: Any Color 12 51 Pc Chopping Board; Thick Wood; 12"x12" 13 6 Pc Cleaver Knife, 11" Stainless Steel, Weight: 310-340g, Blade Size: 6.5 Inches 14 48 Pc Colander; Stainless Steel; 11"diameter; With Stainless Base And Handle 15 6 Unit Digital Weighing Scale ,30kg Capacity,stainless Tray Size: 35x23cm For 30kg Capacity Weighing Scale, Dual - Display : Weight, Unit Price, Amount, High Light Led Display, Rechargeable Battery, Power Supply: Ac/dc Charger (included) 16 47 Unit Double Burner Gas Stove; Stainless Top And Front; Automatic Ignition; Reversible Trivet; Double Detachable Top Burner; Removable Drip Pan; Dimension: 700mm(l) X 390mm(w) X 140mm(h) 17 7 Unit Double Ring Burner; Heavy-duty Cast Iron; Includes Pol Regulator And 1-metre Hose 16750 Btu Brass Valve With Individual Gas Control Minimal Assembly Required Weight; 3.9kg, Material;cast Iron, Dimensions: (lwh) 36cm X 20cm X 9cm, Fuel Type: Lpg Tank Cylinder With Content And Accessories 18 2 Pc Egg Ring, Stainless Steel, 8.5cm Diameter, 1.5cm Height 19 4 Box Face Masks; 3 Ply Non-woven Disposable Earloop Mask; Quantity: 50pcs/box 20 30 Pc Fish Drying Rack, 4-layer, 45x45x66cm, Foldable 21 6 Pc Fish Scaler, 20cm Stainless Steel 22 6 Pc Fish Scraping Tool, 20cm Stainless Steel 23 54 Unit Food Shelve, 2 Layers: Glass Thickness: 3/16 And 1/4, (w-14" X H-17" X L-30"); Adjustable Layer, Material: Glass & Aluminum With Sliding Door, Offer: Screen Sliding Door To Prevent Moisture 24 204 Pc Food Tray With Glass And Stainless Lid/cover, Stainless Body, Rubberized Stand 32x28x10cm 25 12 Pc Food Tray, Flat, Stainless, 60x40x2cm, Depth: 2cm 26 2 Unit Freezer Chest Type, Gross / Net Volume 10.6 Cu.ft. (10 Liters) / 10.1 Cu.ft. (286 Liters), Functionality 3-in-1 Function – Chilling | Freezing | Fast Freezing, Defrosting System: Manual Defrost, Evaporator:aluminum Defrost,led: 6 Led’s, P:2w, Lamp Life: Min. 50,000 Hours, Weight 40 Kg, Dimensions L 63 X W 111.4 X H 84.7 (cm), Key Features: Inverter Compressor, Sliding Glass Door, Embossed Door & Cabinet, Recessed Side Handle (left & Right), Led Light, Removable Gasket , 1x Basket Wire Shelf, 4x Roller Wheel 27 5 Pc Fruit Crate Plastic 21 X 15 X 12 Inches, Heavy Duty Plastic Material, Color : Black 28 37 Pc Frying Pan 14" In Diameter, Cast Iron 29 4 Unit Gas Range, Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h); 4-gas Burner; 62l Gas Oven; Button Ignition; Top Glass Lid; Net Weight: Maximum Of 28kg; Pan Support: Light Cast Iron Pan Support 30 1 Box Gloves; 100pcs; Food Grade; Size: Medium(7.5cm); Thermoplastic Elastomer(tpe) Material 31 23 Pc Hairnet With Cap; White; Nylon; Washable 32 1 Unit Industrial Oven Stainless Steel, With Wall Insulator To Minimize Penetration Of Heat To The Walls, With Temperature Gauge, Approx. Outer Dimension: 46.5 X 23.5 X 30 Inches; Oven Stand/rack Is Made Of Metal With Rollers And Braking Systems; Stainless Steel Front Panel, With See Thru Glass; About 4 Inch Thickness Of Walls With 2 Trays Per Deck - 4 Trays Capacity; Gas Type 33 35 Pc Kawa 62 Cm Diameter 18 Cm Height, Aluminum With 2 Aluminum Handles 34 12 Pc Kitchen Apron, Waterproof; Stain Resistant Leather Apron 35 6 Pc Kitchen Scissors, Material: Stainless Steel And Plastic Silicone, Size: 22.5x7.3x1.2cm 36 3 Pc Long Handle Stainless Steel Soup Spoon; Color: Silver; Caliber Length; Approx. 12cm.14cm.16cm.18cm, Handle Length; Approx.45cm(17.72inches) 37 6 Pc Long Wooden Ladle; 14" Stainless Steel 38 58 Set Lpg Tank, 11kg Cylinder With Gas Regulator, 1.8m Hose & Steel Hose Clamp 39 9 Set Measuring Cup (set For Liquid), 1 Measuring Cup With Red Graphics; Made Of Nonporous Glass That Won't Warp, Stain, Or Absorb Odors; Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe; Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h); Measuring Capacity: 500ml 40 9 Set Measuring Cups (set For Dry), Smithcraft Stainless Steel Measuring Cups Set Have 8 Cups.the Sizes Are: 1 Cup (240ml), 3/4 Cup (180ml), 2/3 Cup (160ml), 1/2 Cup (120ml), 1/3 Cup (80ml), 1/4 Cup (60ml), 1/8 Cup (30ml), 1/16 Cup (15ml),1 Locking Ring. 41 6 Unit Mini Electric Fan 7.5" - With Base 10'' 69hz 20w (for Bbq), Non-adjustable Height; Any Color; Electric Powered Fan; 3 Blade 42 21 Pc Mixing Bowl Medium, Approx. Diameter: 28cm, Height:11.2cm; Material: Stainless; Capacity: Atleast 4l 43 200 Pc Monoblock Chair Front:monoblock Chair, Front Legs Distance: 355mm Width Seat, With Backrest, Color: Beige, Seat Width :375 Mm, Deapth: 330 Mm, Side Legs Distance Left: 378 Mm, Side Legs Distance Right 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height:779 Mm, Set Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs 44 54 Pc Monoblock Table, 36x36 Inches, H- 28 Inches, Color: Beige, Atleast 3mm Thick 45 2 Pc Non-slip Rectangular Chopping Board; Materials:polypropylene Plastic; Approx Length: 40cm; Width: 25cm; Thickness: 0.5cm; Color : White 46 45 Pc Palamigan Container W/ Gripo 15l, Dimension: 31.8x23.8x48.5cm, Material: High Quality Durable Plastic 47 1 Unit Pressure Cooker 50 Liters Capacity, Aluminum Alloy Material, Pressure: 90kpa, Dimension: 44cm Diameter X 47cm Height 48 40 Pc Round Glass Jars With Lid, 220ml 49 41 Pc Sandok, Stainless Steel, 24.7" Length, With Wooden Handle 50 33 Pc Sandok, Stainless Steel, Length: 14" 51 39 Pc Shansi, Stainless Steel, Length: 14" 52 9 Pc Stainless Steel Dough Cutter Scraper Baking Smoother Cake , Approx. Size: 14-15cm (l) X 11.5-12cm (w) And 22cm (h); Material: Stainless Steel 53 41 Pc Stainless Steel Food Tong 14" Length 54 5 Unit Steamer; Aluminum; About 16"/42cm Diameter; 3 Layers With Cover; With Handle Per Layer 55 3 Unit Vacuum Sealer Machine, 220v, 90w, Sealing Width: 270mm, Power Supply: Ac100-240v/50-60hz, Temperature Control Range: 170-210 Celsius, Abs Material, Size: 370*75*50 (mm) 56 15 Pack Vacuum Sealer Storage Pouches | Bpa Free, Commercial Grade For Food Storage & Sous Vides, Size: 17 X 25cm Material: Plastic, 100pcs/pack 57 27 Pc Water Jug/dispenser With Faucet, 5 Gallons, 20 Liters, Color: Blue, Durable And High Quality Plastic Material 58 7 Unit Weighing Scale; Analog; 20kg Capacity; Approx. Dimensions: 6-7" (l); 8-9" (w); 10-11" (h); Dual Unit (kg And Pounds) 59 2 Pc Wide Mouth Funnel, Stainless Steel, Top Opening: At Least 17 X 5.5 X 6cm, Bottom Opening: At Least 13 X 3.7 X 4cm 60 8 Pc Wire Whisk, Large, Stainless, Approx. 14-15" (l) Lot 3 - Fabrication Of Food Cart 1 7 Unit Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Provision Of Umbrella And 2 Chest Coolers (52l Capacity) - Dimensions: ‎25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo, Note: With Dole, Dilp Logo Fully Painted In A Galvanized Sheet Iron Attached On The Front Of The Sidecar With Approx. 15.7 Inches(h)x15.7 Inches(l) Fully Painted Color: Any Color 2 1 Unit Motorcycle Sidecar (for Fruits And Vegetable Vending): Metal Body, Dimensions L-4ft W-2ft H-2ft, With 17inch Side Wheel 3 11 Unit Negocart With Bicycle Roofing Materials: Bolt & Nut W/ Washer 3/16 X 1 Polycarbonate 6mm X 1.2 X 1.70 Welding Rod Body Materials:tubular 1 X 1 X 1.5;flat Bar 1/8 X 1;flat Bar 2' X 3/8 X 1;plain G.i.;sheet 4' X 8' #26;cylindrical Hinge 1/2" ᴓ;blind Rivets 1/8 X 1/2;cylindrical 1/2;cabinet Handle;cabinet Lock;round Bar 8mm ᴓ;transparents Barrier 1/4 X 4' X 8';welding Rod;stainless Sheet 4' X 8';plain Round Bar 16mm ᴓ: Bicycle Specs: Bmx Type Bike Frame, Front And Rear Free Wheel Hub For Rim Set Single Speed (wheel Set), Tire Size (20"x2.125 Jumbo), Interior Tube (20"x2.125), Bmx Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip), Chain (single Speed), Pedal (bearing Type), Seat Clamp, Saddle With Spring, Foot Brake (clamp W/ Spring), Crank Pedals (175mm-180mm Cranks) Note: With Dole, Dilp Logo And Tourism Spot At The Front And Side Of Cart, Logo Material: Weather Proof Sticker, Sizes Of Sticker: H-60cm X W-130cm (for Front Of Cart) And H-60cm X W:75cm (for Side Of Cart) Or H-23.6" X W-51" And H-23.6" X W-29.5" Fully Painted Color: Light Blue Lot 4 - Grooming Tools 1 1 Pc All Purpose Comb, 7inch, Plastic Material 2 3 Pc Barber Apron, With Two Pockets, Waterproof, Material: Fiber Size: Approximately 89x69cm - 35x27.2 Inches 3 1 Pc Barber Cape, 140cmx100cm Silk, Waterproof 4 1 Unit Barber Chair, Reclining, Modern Style, Chair Back Height: High-back; Upholstery: Faux Leather; Material: Stainless Steel; Dimension: 21"x22.5"x38" 5 1 Unit Clipper, Cordless, Includes 3 Metal Clip Attachment Comb Cutting Guides, 1/16", 1/8",3/16, 6.25 Inches And Weighs 13 Oz, Equipped With A 2191 Adjustable 0000 Blade 6 2 Unit Curling Iron, 38.5cm, Tourmaline Ceramic, 25-39w, 360 Degree Rotatable 7 2 Set Eyebrow Grooming Kit, 6pcs (2 Eyebrow Razor, 1 Facial Razor, 1 Brush, 1 Scissors, 1 Tweezer) 8 1 Pc Fade Brush, Material: Plastic & Nylon, (hxw) 12.3 X 2.3 Cm, Weight: 0.015 Kg 9 2 Unit Flat Iron, Ceramic Wide Plate, 100-240v Dual Votage, 40-59w, 27.8cm Long 10 2 Unit Hair Blower, 2 Speed - 3 Heat Settings, 2400w, Removable Filter Cover, Cool Shut Function, Dimension: 21.5x8.5x26.5cm 11 1 Set Hair Clips, Plastic, Size: Approximately 7.8cm 12 2 Set Hair Dying Tool Set, (5-pc) Small Brush - 19.5cmx4.5cm, Big Brush - 20.5x6cm, Secondary Comb - 19x5.5cm, Small Bowl - 13x4.5cm, 1 Pair Of Earmuffs 8x4.5cm 13 3 Pc Hair Shear, 6.9 Inch Stainless 14 10 Pc Hair Towel Turban, 49x18cm Microfiber 15 2 Set Make Up Brush Kit, 12 Pcs With Box 16 2 Set Make Up Kit, 35pcs (1 Eyeshadow, 1 Concealer, 4 Osmetic Brush, 3 Lipgloss, 1 Eyebrow Pencil, 1 Pressed Powder, 4 Lipstick, 4 Face Makeup, 1 Lip Balm, 1 12.5cmx19cm Makeup Bag, 1 Eyebrow Cream, 1 Primer, 1 Powder Puff, 1 Mascara) 17 2 Pc Makeup Kit Organizer, 50cmx39.5cmx21.5cm, Black,046 Glittery, Checkered 18 1 Pc Mirror, Double Sided Folding Mirror, (wxh) 24x 37cm, Weight: 0.532 Kg 19 1 Pc Neck Duster, Weight : 100g , Size : 18x7x7cm 20 1 Roll Neck Strips, (28cmx6.5cm) Self Adhesive, Material: Paper 21 4 Set Plastic Hair Roller, 25mm Assorted, 10-pc Large 22 3 Pc Pomade, 80g, Water-based 23 1 Pack Razor Blades, Durable, Stainless, 100 Pcs, (lxwxh) 14x10x1 24 1 Set Shaver, Abs Material,110-220v, Power: 3w, Size: 16.6x5.8cm, Battery Capacity: 600mah 25 2 Pc Shaving Gel, 195g With Aloe 26 2 Pc Talc Powder, 500g 27 1 Set Trimmer, Rechargable, 2 Blades, Power: 50-60 Hz, Voltage:100-240v, Dimension: 11.5x6.5x3cm 28 4 Pc Wide-tooth Comb, 16cm Plastic, Durable 29 1 Pc Wide-tooth Comb, Size: Approximately 21.5x5 Cm, Plastic Material Lot 5 - Sewing 1 7 Set Ball Point Pins, 250 Pcs Per Box With 8 Colors; Durable 2 8 Unit Bobbin Case, Diameter: 20.3mm Width: 11.7mm 3 8 Pc Bobbin, Diameter: 20.3mm Width: 11.7mm 4 4 Set Dressmaker's Shears, Material: Stainless Steel; Item Dimensions: Approximately 0.8" (l) X 3.9" (w) X 10" (h); Blade Length: 8"; Item Weight: Approximately 8.8 Ounces 5 1 Pc Edging/ Overlock Sewing Machine, Metal Material; Overlocker; 1 Stitch; Dimension(lxwxh) 12x13x14 6 3 Pc Electric High Speed Sewing Machine, Power: 90w; Rated Voltage: 220v; Gross Weight: About 7kg; Max Sewing Speed: 1,100 Stiches/min; Materials: Stainless Steel Needle Plate, Metal Frame; Dimensions: Approximately 44cm (l) X 16cm (w) X 28cm (h); Voltage: 220v, Secondary Lifting Height Or Presser Foot: 14mm; Needle Pitch: From 0-4.5mm, Needle Width: From 0-7.0mm 7 4 Pc Flat Iron, 1200w; Stainless Steel Sole Plate; Power Light Indicator; With Steaming/spray Function 8 4 Set French Curve, Dimension(21.65x0.39x7.09); 4.6 Ounce; Made Of Aluminum Or Plastic 9 4 Pc L-square, Material: Stainless; Item Weight: 0.32oz; Product Dimensions: Approx. 14" (l) X 24" (w) 10 1 Pc Manual Sewing Machine With Motor And Foot Controller, Metal Material, Heavy Duty, 9kg Weight, 1 Stitch Dimensions, (lxwxh) 12x13x14 11 4 Unit Meter Stick, Yellow Color; Wood Type 12 4 Pc Needle Threader, Metal Material; Oval Shape; 1 Inch Size 13 31 Pack Sewing Machine Needle, Flat Needles 10pcs/pack 14 11 Pc Sewing Threads 12pcs/box, Material: Cotton; Package Dimensions: Approx. 5.71" (l) X 3.74" (w) X 2.36" (h); Thread Size: Approx. 56mm (h) X 22mm (w); 550 Yards Each Roll 15 25 Pc Tailor’s Chalk, Square Shape; Orange Color;fades Or Brushes Away Easily 16 4 Pc Tape Measure, Material: Durable Soft Plastic; Color: Blue; Measurements: Inches (can Measure Upto 60") And Centimetres (can Measure Upto 150cm) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Ninety (90) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 Until 8:30 Am Of January 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only Php5,000.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On December 23, 2024 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am January 6, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 9:00 Am Of January 6, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph December 13, 2024 ________________________________ Macario B. Totanes Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.9 K)

Geb Udewirtschaft Cottbus Gmbh Tender

Civil And Construction...+2Others, Civil Works Others
Germany
Details: Scaffolding work: 1700 m² facade scaffolding with various additional parts, 1 piece of scaffolding statics, provision of scaffolding, 1700 m² scaffolding cladding, 1 piece of scaffolding stairs | Facade repairs: coordination and security services, protection of building elements | Joint work: 150 m demolition of joint sealant, treatment with residual fiber binder, 10 m chiseling work, 10 m concrete cutting, 10 m mortaring, 650 m reprofiling, 798 m sealing joints | Facade substrate preparation: 1505 m² substrate inspection, substrate cleaning, 1008 m² wet sandblasting, 15 m clearing of cracks, 30 pieces exposing breakouts | Corrosion protection and reprofiling: 15 m sealing of cracks, 30 pieces repairing breakouts | Connection window/reveal insulation: 75 pcs demolition of window sills, 50 m straightening mortar reveals, 91.5 aluminum window sills, 584 m Apu strips, 584.25 m substrate preparation window bezels, 584 m reveal insulation, 584 m corner and edge formation, 584 m reinforcement/felt layer reveals, bezels, 91.5 m reinforcement/felt layer under window sill | 60 pcs chiseling off balcony exits, 60 pcs preparing balcony window doors, 36m² pure balcony coating, color chips | Surface treatment of base and jamb surfaces: 45 m² base sealing, 117 m² levelling, colour coating of base, 444 m levelling of lime-cement plaster, 1025 m² fabric filler and finishing plaster - balcony rear wall surfaces/demolished balconies, 360 m² colour coating with gravel, 1025 m2 colour coating without gravel, 675 m colour coating of reveals, surrounds | Other: 5 core drillings, 171 window cleanings, 60 balcony sockets, 111 m² exposing base area, concrete edge stone, 110 m² rolled gravel area
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Common-used Office Supplies 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Two Hundred Ninety-four Thousand One Hundred Twenty-two Pesos And Fifty Centavos (php6,294,122.50) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Various Common-used Office Supplies With Project Identification Number Da-rfo 1-2025-goods-033. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Item No. Specifications Qty. Unit Unit Cost Total Cost 1 Automatic Voltage Regulator (avr), 3000w 4 Unit 5,500.00 22,000.00 2 Battery Charger For Aa & Aaa, With Aa Rechargeable Battery 54 Pc 1,700.00 91,800.00 3 Battery, Aa, Alkaline, 4pcs/pack 132 Pack 90.00 11,880.00 4 Battery, Aa, Rechargeable 2pcs/pack (2450 Mah) 63 Pack 700.00 44,100.00 5 Battery, Aaa, Alkaline 4pcs/pack 141 Pack 120.00 16,920.00 6 Battery, Aaa, Rechargeable 2pcs/pack (800 Mah) 9 Pack 500.00 4,500.00 7 Cfl Bulb 18 Watts 59 Pc 200.00 11,800.00 8 Extension Outlet 4 Gang W/ Switch (1.5m) 18 Unit 950.00 17,100.00 9 Flashlight, Rechargeable 5 Pc 400.00 2,000.00 10 Laser Pointer Presenter 7 Pc 800.00 5,600.00 11 Led, Lightbulb (daylight 9 Watt) 70 Pc 200.00 14,000.00 12 Tape, Electrical, 19mm X 16mm 32 Pc 60.00 1,920.00 13 Universal Extension Wheel (10m) 12 Unit 2,200.00 26,400.00 14 Universal Outlet Extension Cord, 6 Gang W/ Switch, 2-3 Meters Cord Length 17 Unit 1,200.00 20,400.00 15 Alcohol (500ml, Isoprophyl 70%) 343 Bot 110.00 37,730.00 16 Alcohol (gal, Isoprophyl 70%) 46 Gal 600.00 27,600.00 17 Ballpen, 0.5mm, Fine Black 4193 Pc 10.00 41,930.00 18 Ballpen, 0.5mm, Fine Blue 2616 Pc 10.00 26,160.00 19 Ballpen, 0.5mm, Fine Red 139 Pc 10.00 1,390.00 20 Ballpen, 0.7mm, Fine, Black 1188 Pc 12.00 14,256.00 21 Ballpen, 0.7mm, Fine, Blue 1142 Pc 12.00 13,704.00 22 Ballpen, 0.7mm, Fine, Red 50 Pc 12.00 600.00 23 Ballpen, Bp-s Fine, Black 679 Pc 25.00 16,975.00 24 Ballpen, Bp-s Fine, Blue 406 Pc 25.00 10,150.00 25 Ballpen, Bp-s Fine, Red 174 Pc 25.00 4,350.00 26 Bank Envelope (11 X 7 Inch) 75 Pc 3.50 262.50 27 Bond Paper, (11"x17") Tabloid Size, Subs 24 / 80 Gsm 20 Ream 550.00 11,000.00 28 Bond Paper, (8.5x11) Letter, Subs 20 / 70 Gsm 78 Ream 280.00 21,840.00 29 Bond Paper, (8.5x11) Letter, Subs 24 / 80 Gsm 49 Ream 320.00 15,680.00 30 Bond Paper, (8.5x13) Legal, Subs 20 / 70 Gsm 686 Ream 300.00 205,800.00 31 Bond Paper, (8.5x13) Legal, Subs 24 / 80 Gsm 490 Ream 350.00 171,500.00 32 Bond Paper, A3, Subs. 20 / 70 Gsm 50 Ream 465.00 23,250.00 33 Bond Paper, A3, Subs. 24 / 80 Gsm 20 Ream 530.00 10,600.00 34 Bond Paper, A4, Subs 20 / 70 Gsm 904 Ream 290.00 262,160.00 35 Bond Paper, A4, Subs 24 / 80 Gsm 558 Ream 330.00 184,140.00 36 Book Ends, Metal 5 Pair 200.00 1,000.00 37 Carbon Paper, Long 2 Pack 195.00 390.00 38 Cartolina, White, 20pcs/pack 15 Pack 90.00 1,350.00 39 Certificate Holder, A4 Size W/ Plastic Cover 623 Pc 50.00 31,150.00 40 Clear Folder, Morocco Long, Blue 30 Book 22.00 660.00 41 Clear Folder, Morocco Short, Blue 10 Book 20.00 200.00 42 Clearbook Refil, 20 Holes, 10pcs/pack 10 Pack 50.00 500.00 43 Clip Board, Data Board. 8.5"x11" 22 Pc 90.00 1,980.00 44 Clip Board, Data Board. 8.5"x13" 148 Pc 100.00 14,800.00 45 Clip, Bulldog 2" 344 Pc 8.00 2,752.00 46 Clip, Bulldog 3'' 324 Pc 15.00 4,860.00 47 Colored Paper 8 1/2 X 11" 10's/pack 22 Pack 30.00 660.00 48 Colored Paper, A4, Light Blue 37 Ream 200.00 7,400.00 49 Columnar Notebook, 10 Cols 10 Pad 35.00 350.00 50 Columnar Notebook, 12 Cols 18 Pad 35.00 630.00 51 Construction Paper (assorted) 10 Sheets Per Pack 40 Pack 30.00 1,200.00 52 Corkboard, 2x3 Ft 2 Pc 900.00 1,800.00 53 Corkboard, 3ft X 4 Ft 1 Pc 2,000.00 2,000.00 54 Correction Pen 70 Pc 20.00 1,400.00 55 Correction Tape 5mm X 8m 562 Pc 30.00 16,860.00 56 Cotton (500 Grams) 1 Roll 150.00 150.00 57 Crayons, 8 Colors 12 Pack 20.00 240.00 58 Cutter Blade, Big 12 Box 30.00 360.00 59 Cutter, Heavy Duty 46 Pc 100.00 4,600.00 60 Dating And Stamping Machine, Self Inking (dated 2024 And Up) 42 Pc 500.00 21,000.00 61 Envelope, Ordinary, Long Brown 1525 Pc 4.00 6,100.00 62 Envelope, Ordinary, Short Brown 243 Pc 3.00 729.00 63 Eraser (for Pencil) 161 Pc 15.00 2,415.00 64 Expanding Envelope, Kraft, Legal Size 335 Pc 15.00 5,025.00 65 Expanding Envelope, Hard Plastic With Garter (pvc Type), Legal Size 76 Pc 90.00 6,840.00 66 Expanding Envelope, Plastic Long (thick) 230 Pc 35.00 8,050.00 67 Expanding Envelope, Plastic Long With Handle 355 Pc 90.00 31,950.00 68 File Box W/ Cover (blue) 233 Pc 410.00 95,530.00 69 File Box W/ Cover (red) 136 Pc 410.00 55,760.00 70 File Rack, 3 Layers, Heavy Duty 24 Pc 500.00 12,000.00 71 Film Index (with Sign Here Note) 219 Pack 55.00 12,045.00 72 Film Index Rainbow Color 158 Pack 45.00 7,110.00 73 Folder Expanding, Legal Size (green, Glossy) 1574 Pc 18.00 28,332.00 74 Folder Expanding, Short (green, Glossy) 50 Pc 15.00 750.00 75 Folder Long Ordinary, Kraft, Thick 1196 Pc 6.00 7,176.00 76 Folder Long Ordinary, White, Thick 3869 Pc 6.00 23,214.00 77 Folder Plastic Clear W/ Slide (a4) (thick Plastic) 66 Pc 35.00 2,310.00 78 Folder Plastic Clear W/ Slide (legal) (thick Plastic) 178 Pc 40.00 7,120.00 79 Folder, Morocco, Legal (blue) Not Glossy 140 Pc 25.00 3,500.00 80 Folder, Morocco, Legal (green) Not Glossy 92 Pc 25.00 2,300.00 81 Folder, Morocco, Short (blue) Not Glossy 107 Pc 18.00 1,926.00 82 Folder, Morocco, Short (green) Not Glossy 35 Pc 18.00 630.00 83 Glue Gun Heavy Duty Big 8 Pc 360.00 2,880.00 84 Glue Stick, Big 102 Pc 12.00 1,224.00 85 Glue, Multi-purpose 240 Grams 12 Bot 150.00 1,800.00 86 Highlighter, Blue 55 Pc 40.00 2,200.00 87 Highlighter, Green 95 Pc 40.00 3,800.00 88 Highlighter, Orange 83 Pc 40.00 3,320.00 89 Highlighter, Pink 78 Pc 40.00 3,120.00 90 Highlighter, Yellow 91 Pc 40.00 3,640.00 91 I.d. Holder W/ Lace 4"x6" 100 Pc 45.00 4,500.00 92 Illustration Board, 1 Whole 15 Pc 70.00 1,050.00 93 Index Card (3"x5") 50s/pack 24 Pack 45.00 1,080.00 94 Laminating Film A4 Size 100pcs/pack 250 Mic 34 Pack 1,200.00 40,800.00 95 Lead, For Mechanical Pencil 0.5mm 12pc/tube 2 Tube 30.00 60.00 96 Lever Arch File, Blue, File Top, Size: Approx. (11 X 13.5 X 2.5 Inches) 20 Pc 195.00 3,900.00 97 Lever Arch File, Blue, Landscape, Size: Approx. (11 X 13.5 X 2.5 Inches) 40 Pc 195.00 7,800.00 98 Lever Arch File, Blue, Size: Approx. (15.5 X 9.5 X 3 Inches) 45 Pc 195.00 8,775.00 99 Magazine File Box (5"x9"x15-3/4") 60 Pc 110.00 6,600.00 100 Mailing Envelope, White, 500pcs/box 18 B0x 290.00 5,220.00 101 Manila Paper 1 Whole 276 Sheet 5.00 1,380.00 102 Marker Permanent Ink Refill 30ml, Black (pilot) 36 Bot 110.00 3,960.00 103 Marker Permanent Ink Refill 30ml, Blue (pilot) 32 Bot 110.00 3,520.00 104 Notebook (80 Leaves) 1040 Pc 45.00 46,800.00 105 Official Record Book (300 Pages) Aprox. Size: (8.5 X 11) 73 Book 250.00 18,250.00 106 Official Record Book (500 Pages) Aprox. Size: (8.5 X 11) 100 Book 280.00 28,000.00 107 Paper Cutter With Board, Wood Base, 12x15 3 Unit 1,200.00 3,600.00 108 Paper Cutter,steel Base W/ Ruler & Presser 15'x12' 1 Unit 2,000.00 2,000.00 109 Paper Fastener (plastic) 100 Box 40.00 4,000.00 110 Paper Fastener, (metal) 207 Box 70.00 14,490.00 111 Paper, Ruled Pad, 90 Leaves (yellow Pad) 35 Pad 45.00 1,575.00 112 Parchment Paper, Long, 10sheets/pack (cream) 48 Pack 35.00 1,680.00 113 Parchment Paper, Short, 10sheets/pack (cream) 58 Pack 30.00 1,740.00 114 Paste With Applicator, 200 Grams 4 Jar 80.00 320.00 115 Pencil With Eraser No.2 (12pcs/box) 212 Box 72.00 15,264.00 116 Pencil, Mechanical, 0.5mm Lead 56 Pc 47.75 2,674.00 117 Permanent Marker (black) (bullet Type) (super Color Marker) 225 Pc 45.00 10,125.00 118 Permanent Marker (black) (chisel Type) (super Color Marker) 174 Pc 55.00 9,570.00 119 Permanent Marker (blue) (bullet Type) (super Color Marker) 195 Pc 45.00 8,775.00 120 Permanent Marker (blue) (chisel Type) (super Color Marker) 117 Pc 55.00 6,435.00 121 Permanent Marker (red) (bullet Type) (super Color Marker) 57 Pc 45.00 2,565.00 122 Permanent Marker (red) (chisel Type) (super Color Marker) 70 Pc 55.00 3,850.00 123 Philippine National Flag, Size: 90cm X 150cm 12 Pc 102.00 1,224.00 124 Photo Paper, Glossy, A4, 20pcs/pack 67 Pack 150.00 10,050.00 125 Plastic Twine, One Kilo Per Roll 18 Roll 80.00 1,440.00 126 Puncher, Heavy Duty, 2 Holes 12 Unit 200.00 2,400.00 127 Push Pin, Hammer Head Type, Assorted Colors, 100s/box 13 Box 50.00 650.00 128 Ring Binder, 1" 5 Pc 45.00 225.00 129 Ring Binder, 1/2 " 5 Pc 20.00 100.00 130 Rotary Pencil Sharpener 2 Pc 300.00 600.00 131 Rubber Band, Large Size 15 Box 150.00 2,250.00 132 Ruler Metal 12 Inch 9 Pc 50.00 450.00 133 Ruler Plastic 12 Inch 5 Pc 20.00 100.00 134 Scissors Heavy Duty Big 8" (stainless) 63 Pair 120.00 7,560.00 135 Screw Fastener 3" 438 Pc 10.00 4,380.00 136 Screw Fastener 4" 357 Pc 12.00 4,284.00 137 Sign Pen V5, Black 415 Pc 55.00 22,825.00 138 Sign Pen V5, Blue 387 Pc 55.00 21,285.00 139 Sign Pen V5, Green 55 Pc 55.00 3,025.00 140 Sign Pen, 1.0mm, Black 177 Pc 75.00 13,275.00 141 Sign Pen, 1.0mm, Blue 146 Pc 75.00 10,950.00 142 Sign Pen, Black Pentel Gel Type 0.5 539 Pc 95.00 51,205.00 143 Sign Pen, Blue Pentel Gel Type 0.5 400 Pc 95.00 38,000.00 144 Specialty Board, Cream, 8.5x11, 10pcs/pack (b-board) 673 Pack 35.00 23,555.00 145 Specialty Board, Cream, 8.5x13, 10pcs/pack (b-board) 648 Pack 40.00 25,920.00 146 Specialty Board, White, 8.5x11, 10pcs/pack (b-board) 225 Pack 35.00 7,875.00 147 Specialty Board, White, 8.5x13, 10pcs/pack (b-board) 408 Pack 40.00 16,320.00 148 Stamp Pad Ink Black 50ml 13 Pc 45.00 585.00 149 Stamp Pad Ink Red 50ml 4 Pc 45.00 180.00 150 Stamp Pad Ink Violet 50ml 23 Pc 45.00 1,035.00 151 Stamp Pad Standard Size Black 7 Pc 40.00 280.00 152 Stamp Pad Standard Size Violet 4 Pc 40.00 160.00 153 Staple Wire #35 297 Box 40.00 11,880.00 154 Stapler, #35 Heavy Duty With Staple Remover 57 Unit 400.00 22,800.00 155 Stapler, Long Reach Heavy Duty 3 Unit 500.00 1,500.00 156 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack) A4size 75 Pack 95.00 7,125.00 157 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Long 123 Pack 100.00 12,300.00 158 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Short 55 Pack 90.00 4,950.00 159 Sticky Notes (2"x1.5") 100 Sheets/pad 126 Pad 25.00 3,150.00 160 Sticky Notes (2"x2"), 100 Sheets/pad 141 Pad 30.00 4,230.00 161 Sticky Notes (3"x2"), 100 Sheets/pad 127 Pad 40.00 5,080.00 162 Sticky Notes (3"x3"), 100 Sheets/pad 222 Pad 40.00 8,880.00 163 Sticky Notes (3"x4), 100 Sheets/pad 158 Pad 50.00 7,900.00 164 Sticky Notes (3"x5"), 100 Sheets/pad 215 Pad 50.00 10,750.00 165 Super Glue / Shoe Glue 3 Grams 6 Pc 50.00 300.00 166 Super Permanent Marker, Fine Black (industrial) (sharpie) 35 Pc 90.00 3,150.00 167 Tape Dispenser, Heavy Duty (1") 9 Pc 150.00 1,350.00 168 Tape Double Sided Thin 24mm White 95 Pc 40.00 3,800.00 169 Tape Double Sided Adhesive W/ Foam Green, 2" 94 Roll 230.00 21,620.00 170 Tape Double Sided Adhesive W/ Foam Green, 1" 84 Roll 150.00 12,600.00 171 Tape Duct, Color Blue 2" 62 Roll 110.00 6,820.00 172 Tape Duct, Color Grey 2" 78 Roll 110.00 8,580.00 173 Tape, Masking, 1/2" 47 Roll 21.00 987.00 174 Tape, Masking, 24mm, 1", 100m 95 Roll 35.00 3,325.00 175 Tape, Masking, 48mm, 2", 100m 301 Roll 70.00 21,070.00 176 Tape, Packaging, 48mm, 2", 100m 88 Roll 55.00 4,840.00 177 Tape, Transparent, 24mm, 1", 100m 170 Roll 30.00 5,100.00 178 Tape, Transparent, 48mm, 2", 100m 126 Roll 52.00 6,552.00 179 Tracing Paper, Per Cut, 20x30, 8085 Thick 2 Pc 20.00 40.00 180 Whiteboard, 3ft X 4ft 7 Pc 2,000.00 14,000.00 181 Whiteboard, 5ft X 3ft 6 Pc 2,800.00 16,800.00 182 Air Freshener, 280ml (lemon Fresh) 163 Can 240.00 39,120.00 183 Air Freshener, Scented Gel, 180 Grams 98 Pc 220.00 21,560.00 184 Bathroom Cleaner (approx. 900ml) 29 Bot 300.00 8,700.00 185 Bathroom Soap, 90 Grams 16 Pc 50.00 800.00 186 Bleach Colored 1 Ltr 62 Bot 130.00 8,060.00 187 Bleach White 1 Ltr 63 Bot 100.00 6,300.00 188 Broom, Ceiling, Bamboo 23 Pc 170.00 3,910.00 189 Broom, Soft 5 Pc 170.00 850.00 190 Broom, Stick 14 Pc 40.00 560.00 191 Car Freshener 42 Grams, Organic Canister, Assorted Scent 63 Can 240.00 15,120.00 192 Detergent Bar, Long 12 Bar 80.00 960.00 193 Detergent Powder, W/ Fabric Conditioner 1kg 43 Pack 150.00 6,450.00 194 Dishwashing Liquid (250ml) 402 Bot 70.00 28,140.00 195 Disinfectant Spray, 170g 89 Can 280.00 24,920.00 196 Door Mat, Cloth Rectangle 105 Pc 60.00 6,300.00 197 Dust Pan, Plastic Big 2 Pc 80.00 160.00 198 Fabric Conditioner 800 Ml 14 Bot 250.00 3,500.00 199 Face Towel (cotton), Good Morning 159 Pc 30.00 4,770.00 200 Floor Mop With Bucket (360degrees Rotating Micro Fiber Head) 3 Set 1,500.00 4,500.00 201 Furniture Cleaner, 300ml 32 Can 300.00 9,600.00 202 Garbage Bag, Black, Gusseted Type Thick Plastic, 10's/roll, (small) 55 Roll 70.00 3,850.00 203 Garbage Bag, Black, Thick Plastic, 10's/pack, (large), Heavy Duty 145 Pack 100.00 14,500.00 204 Garbage Bag, Black, Thick Plastic, 10's/pack, (xl) Heavy Duty 37 Pack 130.00 4,810.00 205 Garbage Bag, Black, Thick Plastic, 10's/pack, (xxl) Heavy Duty 239 Pack 150.00 35,850.00 206 Garbage Bag, Black, Thick Platic, 10's/pack, (medium), Heavy Duty 168 Pack 80.00 13,440.00 207 Glass Cleaner, Big Sprayer Type 7 Bot 197.00 1,379.00 208 Glass Squeezer W/ Handle 1 Pc 125.00 125.00 209 Hand Sanitizing Gel, 60ml 15 Bot 60.00 900.00 210 Insecticide Spray (aerosol) 400ml 73 Can 350.00 25,550.00 211 Laundry Brush 4 Pc 30.00 120.00 212 Laundry Gloves (medium) 1 Pc 200.00 200.00 213 Liquid Handwash (antibacterial) 400ml 123 Bot 140.00 17,220.00 214 Microfiber, Cleaning Cloth 35cm X 35cm 47 Pc 60.00 2,820.00 215 Mop W/ Squeezer (squeez Mop) 26 Pc 350.00 9,100.00 216 Pail W/ Cover (16l) 18 Pc 200.00 3,600.00 217 Paper Towel, Interfold 144 Pack 120.00 17,280.00 218 Push Brush (floor Brush) 20 Pc 130.00 2,600.00 219 Scrub Sponge, Heavy Duty 116 Pc 60.00 6,960.00 220 Scrubbing Pads, Heavy Duty 25 Pc 40.00 1,000.00 221 Table Napkin, Pre Folded 13 Pack 100.00 1,300.00 222 Tissue Paper, 2-ply, 12 Rolls/pack 422 Pack 180.00 75,960.00 223 Tissue Paper, 3-ply, @ 4rolls/pack 213 Pack 160.00 34,080.00 224 Toilet Bowl Brush W/ Box 57 Pc 92.00 5,244.00 225 Toilet Bowl Pump 2 Pc 60.00 120.00 226 Toilet Deodorant Cake, 50 Grams 108 Pc 50.00 5,400.00 227 Trash Bin, Plastic W/ Cover, 11l Capacity 6 Pc 150.00 900.00 228 Trash Bin, Plastic W/ Cover, 25l Capacity 1 Pc 250.00 250.00 229 White Facial Tissue (200mmx200mm)2ply 210 Box 110.00 23,100.00 230 Cd Rewritable, 700mb 80min. W/ Case 603 Pc 50.00 30,150.00 231 Dvd-rewritable W/ Case 6 Pc 90.00 540.00 232 External Hard Drive (1 Tb) Usb 3.0 27 Unit 4,700.00 126,900.00 233 External Hard Drive, Ssd (1 Tb) Usb 3.0/type C 15 Unit 6,000.00 90,000.00 234 Flash Drive , Usb 16gb, Plug In Play 3 Pc 490.00 1,470.00 235 Flash Drive, 32gb Ultra Usb Driver (otg); Micro-usb & Usb Connectors 42 Pc 1,300.00 54,600.00 236 Flash Drive, Usb 32 Gb 31 Pc 1,000.00 31,000.00 237 Flash Drive, Usb 64 Gb 119 Pc 1,500.00 178,500.00 238 Hdmi Cable, 10m 5 Pc 600.00 3,000.00 239 Hdmi Cable, 5m 3 Pc 300.00 900.00 240 Keyboard, Usb Type 36 Pc 450.00 16,200.00 241 Keyboard, Wireless 5 Pc 600.00 3,000.00 242 Microsd Memory Card, 32gb 1 Pc 1,000.00 1,000.00 243 Microsd Memory Card, 64gb 2 Pc 1,800.00 3,600.00 244 Mouse Optical, (usb) 15 Pc 300.00 4,500.00 245 Mouse For Laptop, Optical 50 Pc 440.00 22,000.00 246 Mouse Optical, Wireless 21 Pc 630.00 13,230.00 247 Mouse Pad 119 Pc 30.00 3,570.00 248 Powerbank 10000mah 5 Pc 1,500.00 7,500.00 249 Powerbank 20000mah 50 Pc 2,500.00 125,000.00 250 Uninterruptible Power Supply (ups), 500va - 600va 12 Pc 4,500.00 54,000.00 251 Usb Hub, 3.0, 4 Port 5 Pc 500.00 2,500.00 252 Usb Lan Wireless Adapter 8 Unit 1,000.00 8,000.00 253 Wireless Usb Presenter 2 Unit 2,200.00 4,400.00 254 Ink Brother, Bt5000m, Magenta 36 Bottle 490.00 17,640.00 255 Ink Brother, Bt5000m, Yellow 36 Bottle 490.00 17,640.00 256 Ink Brother, Bt5000m, Cyan 41 Bottle 490.00 20,090.00 257 Ink Brother, Bt6000m, Black 30 Bottle 490.00 14,700.00 258 Ink Cartridge, Canon Cl-36, Colored (for Canon Mobile Printer) 13 Cart 1,600.00 20,800.00 259 Ink Cartridge, Canon Cl-811 Colored 3 Cart 2,000.00 6,000.00 260 Ink Cartridge, Canon Pg-35, Black (for Canon Mobile Printer) 10 Cart 1,100.00 11,000.00 261 Ink Cartridge, Canon Pg-810 (canon) 3 Cart 1,900.00 5,700.00 262 Ink Cartridge, Hp62, Black (hp Office Jet 200 Mobile Printer) 5 Cart 1,500.00 7,500.00 263 Ink Cartridge, Hp62, Tricolor (hp Office Jet 200 Mobile Printer) 5 Cart 1,800.00 9,000.00 264 Ink, Hp Gt 51 Black 2 Bottle 400.00 800.00 265 Ink, Hp Gt 52 Cyan 2 Bottle 400.00 800.00 266 Ink, Hp Gt 52 Magenta 2 Bottle 400.00 800.00 267 Ink, Hp Gt 52 Yellow 2 Bottle 400.00 800.00 268 Ink Epson T6731 Black (epson) 6 Bottle 800.00 4,800.00 269 Ink Epson T6732 Cyan (epson) 6 Bottle 800.00 4,800.00 270 Ink Epson T6733 Magenta (epson) 6 Bottle 800.00 4,800.00 271 Ink Epson T6734 Yellow (epson) 6 Bottle 800.00 4,800.00 272 Ink Epson T6735, Light Cyan (epson) 3 Bottle 800.00 2,400.00 273 Ink Epson T6736, Light Magenta (epson) 3 Bottle 800.00 2,400.00 274 Ink Epson, T6641, Black 70ml 22 Bottle 450.00 9,900.00 275 Ink Epson, T6642, Cyan 70ml 9 Bottle 450.00 4,050.00 276 Ink Epson, T6643, Magenta 70ml 13 Bottle 450.00 5,850.00 277 Ink Epson, T6644, Yellow 70ml 14 Bottle 450.00 6,300.00 278 Ink Epson, 001, Black 179 Bottle 700.00 125,300.00 279 Ink Epson, 001, Cyan 138 Bottle 600.00 82,800.00 280 Ink Epson, 001, Magenta 138 Bottle 600.00 82,800.00 281 Ink Epson, 001, Yellow 137 Bottle 600.00 82,200.00 282 Ink Epson, 003, Black 679 Bottle 500.00 339,500.00 283 Ink Epson, 003, Cyan 465 Bottle 500.00 232500 284 Ink Epson, 003, Magenta 483 Bottle 500.00 241,500.00 285 Ink Epson, 003, Yellow 451 Bottle 500.00 225500 286 Ink Epson, 008, Black 37 Bottle 1,200.00 44,400.00 287 Ink Epson, 008, Cyan 28 Bottle 900.00 25,200.00 288 Ink Epson, 008, Magenta 29 Bottle 900.00 26,100.00 289 Ink Epson, 008, Yellow 29 Bottle 900.00 26,100.00 290 Toner Cartridge, Fuji Xerox S1810/s2010/s2220/s2420 (ct201911) 3 Cart 5,400.00 16,200.00 291 Toner Cartridge, Fuji Xerox S2011/s2320/s2520 (ct202384) 1 Cart 5,400.00 5,400.00 292 Toner Cartridge, Hp Laserjet P1102, Ce285a (85a) 25 Cart 5,000.00 125,000.00 293 Toner Cartridge, Kyocera (tk 1175) Monochrome 4 Cart 9,500.00 38,000.00 294 Toner Cartridge, Sharp Ar-6026n (mx-238ft) 5 Cart 9,500.00 47,500.00 295 Toner Cartridge, Lexmark (mx321) 2 Cart 10,000.00 20,000.00 296 Hp Color Laserjet Toner 206a, Black 7 Cart 9,500.00 66,500.00 297 Hp Color Laserjet Toner 206a, Cyan 1 Cart 9,500.00 9,500.00 298 Hp Color Laserjet Toner 206a, Magenta 1 Cart 9,500.00 9,500.00 299 Hp Color Laserjet Toner 206a, Yellow 1 Cart 9,500.00 9,500.00 300 Ink Brother Btd60bk 8 Bottle 510.00 4,080.00 301 Certificate Holder, Legal Size W/ Plastic Cover 400 Pc 60.00 24,000.00 302 Specialty Board, Cream, A4 8.2x11.7, 10pcs/pack (b-board) 300 Pack 30.00 9,000.00 303 Specialty Board, White, A4 8.2x11.7, 10pcs/pack (b-board) 105 Pack 30.00 3,150.00 304 Ink Cartridge, Hp 682, Black 3 Cart 550.00 1,650.00 305 Ink Cartridge, Hp 682, Tri-color 3 Cart 550.00 1,650.00 306 Index Card (5"x8") 50s/pack 3 Pack 65.00 195.00 307 Screw Fastener 1" 200 Pc 7.00 1,400.00 308 Screw Fastener 2" 198 Pc 8.00 1,584.00 309 Plastic Fastener (5 Pcs/pack) Double Lock 220 Pack 25.00 5,500.00 310 Notebook, A6 Size, 200 Pages 115 Pc 60.00 6,900.00 311 Notebook, A7 Size, 200 Pages 100 Pc 50.00 5,000.00 312 Usb 3.1 Otg Flashdrive, Type C, 128 Gb 51 Pc 3,000.00 153,000.00 313 Notebook, A5 Size, Soft Leather Cover, 200 Sheets 80 Pc 200.00 16,000.00 314 Gel Ink Sign Pen, 0.4 100 Pc 90.00 9,000.00 315 Gel Ink Sign Pen, 0.3 100 Pc 90.00 9,000.00 316 Toner Cartridge, Fujifilm Apeos 2150 Nda 5 Cart 3,500.00 17,500.00 317 Whiteboard 2ft X 2 Ft 2 Piece 2,000.00 4,000.00 318 Clamp - Stapler Remover 5 Pcs 30.00 150.00 319 Portable Bluetooth/wireless Speaker With Trolley (free Microphone) 1 Unit 6,695.00 6,695.00 320 Dishwashing Liquid Diy Kit, Lemon Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 321 Fabric Conditioner Diy Kit, Sunrise Fresh Scent (for 20 Liters Output) 25 Set 450.00 11,250.00 322 Liquid Handsoap Diy Kit, Antibac Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 323 Sack For 50kls Capacity (size: 64cm X 104cm) 76 Pc 15.00 1,140.00 324 Printer Ribbon, Epson Lq 310 2 Cart 250.00 500.00 325 Stackable Storage Box With Cover And Wheels (155l) 3 Pcs 1,100.00 3,300.00 Total 6,294,122.50 Delivery Schedule: Delivery Schedule: Sixty (60) Working Days From Receipt Of Ntp Drop-off Point: Da-rfo 1, City Of San Fernando, La Union Delivery Of The Goods Is Required Within Sixty (60) Working Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, 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 Above On Or Before 27 January 2025, 3:00 Pm. 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 27 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-033
Closing Date27 Jan 2025
Tender AmountPHP 6.2 Million (USD 107.3 K)

Caraga Regional Hospital Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-15 (114) Supply And Delivery Of Various Cartridges And Filtering Materials For Hemodialysis Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 6,166,500.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Six Million One Hundred Sixty Six Thousand Five Hundred Pesos Only ( Php 6,166,500.00 ) As To Payment Under The Contract For Supply And Delivery Of Medicines And Fluids For Hemodialysis Under Single-year Framework Agreement (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Lot Bid. Item No Description Qty Unit Of Measure Unit Cost Total Cost Lot 1 Hemodialysis Supplies 1 Bicarbonate Cartridge 12,000 Pcs 324 ₱3,888,000.00 650gm 36 Months Shelf Compatible For B-bruan Machine Total ₱3,888,000.00 Lot 2 Ro Supplies 2.1 Ro Membrane 4021 10 Pcs 15,000.00 ₱150,000.00 Size (approximate): 4" Dia. X 21"l Flow Rate: 900 Gpd (3.41 M³/d) Applied Pressure: 225 Psig (15.5 Bar) Stabilized Salt Rejection: 99.5% Active Surface Area: 36 Sq. Ft. Single Element Recovery: 8% Exterior: Tape-wrapped Membrane Type: Polyamide Thin-film Composite Maximum Operating Temperature: 113°f (45°c) Maximum Operating Pressure:600 Psig (41 Bar) Maximum Pressure Drop:13 Psig (0.9 Bar) Maximum Feed Flow Rate:14 Gpm (3.2m³/h) Ph Range, Continuous Operation*:2-11 Ph Range, Short-term Cleaning**:1-13 Maximum Feed Silt Density Index:5 Fere Clorine Tolerance***: <0.1ppm 2.2 Ro Membrane 4040 10 Pcs 15,000.00 ₱150,000.00 Size 100*100*1000mm Membrane Type: T.f.c Effctive Membrane Area: 7.2m2 Test Pressure: 15.5bar Capacity 2500gpd Part Number Dry (wet) 356603 / (356602) Feed Spacer Thickness (mil) 28 Active Area – Ft2 (m2) 94 (8.7) Permeate Flow Rate Gpd (m3/d) 2500 (9.5) Min. Salt Rejection (%) 99.1 Stabilized Salt Rejection (%) 99.2 2.3 Uv Lamp 2gpm 10 Pcs 4,000 ₱40,000.00 2gpm Approximate Flow Rate: 453 Liters / Hour. Input / Output: 1/2 “npt Male. Maximum Pressure: 8,61 Bar. Average Life Of Use: 8,000 Hours Or 1 Year. Material: Stainless Steel Aisi-304. Includes Transformer 220-240v 50/60 Hz 0.13a. 2.4 Uv Lamp 12gpm 10 Pcs 6,000 ₱60,000.00 12gmp Dimension 3"x40" Flow Rate (gpm) 12 Electrical 110-130v/50-60 Hz Maximum Operating Pressure 125 Psi Lamp Life 9000 Hrs ( Approx. 1 Year Of Use) Audible Lamp Failure Yes Led "power-on" Indicator Yes 2.5 Industrial Salt 250 Sack 600 ₱150,000.00 Moisture 0.6-1.5 % Purity (nacl) Min. 98.5-99 % Water Insoluble Matter 0.33 % So4 0.23 % Ca 0.06 % Mg 0.11 % Cu 0.01 % K 0.02 % Caso4 0.2 % Mgso4 0.11 % Mgcl2 0.36 % 5-6mm Max. 3 % 3-5mm 20-40 % 1-3mm 20-40 % +0.8mm 10-15 % -0.8mm Max. 3 % Yps Anti-caking Agent 80-100 Ppm Granulation 0-3, 0-5, 3-12, 0-12mm 2.6 Sediment Filter Sl 10” 1 Micron 200 Pcs 264 ₱52,800.00 Material: Food-grade Polypropylene Fibers Size: 10sl Filter Fineness 1mm Length 10" Width: 2.7cm 2.7 Sediment Filter Sl 10” 5.0 Micron 200 Pcs 216 ₱43,200.00 Filter Micron: 10 Material: Polypropylene (pp) Length: 10" (25.4 Cm) Diameter: 2.35" (6 Cm) 2.8 Sediment Filter 5 Micron Bb20 200 Pcs 660 ₱132,000.00 Dia:4.5inch Height: 20inch 2.9 Sediment Filter 1 Micron Sl20 200 Pcs 660 ₱132,000.00 Filter Micron: 1 Material: Polypropylene (pp) Length: 20" Diameter: 2.5 2.10 Sediment Filter 0.2 Micron Sl20 200 Pcs 660 ₱132,000.00 Filter Micron: 0.2 Material: Polypropylene (pp) Length: 20" Diameter: 2.5 2.11 Carbon Block Filter Cartridge Sl20 200 Pcs 1,740.00 ₱348,000.00 Filter Media:100 % Coconut Shell Carbon Dimensions: Standard Type: 28 X 1 Mm Id, 67 X 1.5 Mm Od:20” L 2.12 Water Softener Cartridge Sl20 200 Pcs 1,740.00 ₱348,000.00 Reduced By Ion Exchange Water Hardness Scale Removal Make Hard Water Into Soft Water To Avoid Drinking Hard Water Body With Stones Material: Resin Size: 20” 2.13 Absolute Filter Sl 10 0.2 Micron 200 Pcs 1,620.00 ₱324,000.00 0.2 Micron Absolute Pleated Filter Cartridge To Fit All Sl10 Standard-size Housing (2.5" X 10") Total ₱1,390,000.00 Lot 3 Hemoperf Cartridge 3.1 Hemoperfusion Cartridge Ha 130 30 Pcs 8,950.00 ₱268,500.00 Ha130 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 195+2mm(l)*110+2mm(w)*110.5+2mm(h) 3,2 Hemoperfusion Cartridge Ha 230 5 Pcs 22,000.00 ₱110,000.00 Ha230 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 232+2mm(l)*114+2mm(w)*114+2mm(h) 3.3 Hemoperfusion Cartridge Ha 330 15 Pcs 34,000.00 ₱510,000.00 Ha330 Disposable Hemoperfusion Cartridge Adsorbentvolume(ml) : 130 Biocompatibility : Tested Required In Iso10993 Adsorbent Material: Double Cross-linked Styrene-divinylbenzene Compolymers Housing Material: Polycarbonate Sterilization Method: Lrradiation Sterilization Unit Package: 285+2mm(l)*117+2mm(w)*108+2mm(h) Total ₱888,500.00 Grand Total ₱6,166,500.00 Terms Of Reference Bidders Must Submit The Following During Post-qualification: 1 Samples If Offered Item Is Not Previously Procured Or If Required By The Procuring Entity 2 Brochures Indicating Specification 3 Terms Of Delivery: 15 Calendar Days Upon Receipt Of Call-off 4 Delivery Schedule: Upon Call Off 5 This Procurement Is Under Framework Agreement -single Year Framework Agreement 6 Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. 7 This Procurement Is Lot Bid – Single Lot And Awarded In One Contract. Bidder Shall Bid All The Items In A Lot. 8 Product Expiration Date Must Be At Least 6 Months To 1 Year From Date Of Delivery 9 Validity Of The Contract / Contract Termination 10 Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: 11 A. When The Total Quantity Specified In The Contract Has Been Exhausted Within A Single Year 12 B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. 13 Repeat Order: 14 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Delivery Order Contract For A Specific Item Where The Estimated Quantity Has Been Exhausted, Or The Expiration Of The Contract. 15 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Aggregate Quantity Of Actual Items Ordered And Delivered. 16 General Conditions 17 All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Must Pertain To Hemodialysis Supplies Or Medical Supplies Or A Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 29, 2024 To January 15. 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference December 9, 2024 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86588532546?pwd=z6l92bxp5um395pdgzmejhiz1thly9.1 Meeting Id: 865 8853 2546 Passcode: 188233 Deadline Of Submission Of Bids January 15, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 15, 2025 At 2:00 P.m. Via Zoom Platform Join Zoom Meeting Https://us06web.zoom.us/j/82209192664?pwd=ofzrjrf2nipkrnbna9ziqj6xqjea6l.1 Meeting Id: 822 0919 2664 Passcode: 481797 Complete Philippine Bidding Documents Please Click The Link Below: Https://drive.google.com/drive/folders/1pt6urjgywj9uetpvfbbyig7x0stk0sxl?usp=sharing Amount Of Bidding Documents: Lot 1: Php 5,000.00 Lot 2: Php 5, 000.00 Lot 3: Php 1,000.00 This Bidding Document Fee Is Only Applicable If A Bidder Will Only Bid One Lot. However, Bidder Who May Participate All The Lots, Bidding Documents Is Amounting To Php 10,000.00. Payment Of The Bidding Documents Is Non-refundable It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 15, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 15, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 Direct Line: (086) 826-9058 Mobile Nos. 09850508783 (smart/tnt) 09539212832 (globe/tm) E-mail Address: Crhprocurement.bac@gmail.com Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee
Closing Date22 Jan 2025
Tender AmountPHP 6.1 Million (USD 105.2 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Details: 2 department Of Veterans Affairs request For Qualifications (rfq) no. 36c77625q0008 dayton Va Medical Center redevelopment Opportunity dayton, Ohio 7 October 2024 date And Time Responses Due: February 7, 2025, At 3pm Est date And Time Questions Due: October 25, 2024 disclaimer the Information Presented In This Request For Qualifications And All Supplements, Revisions, Modifications, Updates, And Addenda Thereto (collectively, The Rfq ), Including (without Limitation) Narrative Descriptions And Information, Is Not Represented To Be All Of The Information That May Be Material To An Offeror S Decision To Submit A Response To This Rfq To Finance, Design, Develop, Renovate, Construct, Operate And Maintain The Project (as Defined Below) On A Portion Of The U.s. Department Of Veterans Affairs (va) Campus Named In Attachment A. neither Va, Nor Any Of Its Contractors, Subcontractors, Officers, Employees, Counsel, Advisors, Or Agents Make Any Representation Or Warranty, Whether Express, Implied, Or Created By Operation Of Law, As To The Accuracy Or Completeness Of This Rfq Or Any Of Its Contents Or Materials Referred To Or Provided Pursuant To Or In Connection With This Rfq, And No Legal Liability With Respect Thereto Is Assumed Or May Be Implied. Any Information Or Site Description Is Merely Provided To Assist Offerors In Their Independent Analysis Of The Decision To Submit A Response. The Transactions Contemplated By This Rfq Involve Significant Risks. Offerors And Their Advisors Should Review Carefully All The Information Set Forth In The Rfq And Any Additional Information Available To Them To Evaluate Such Risks. no Additional Representation Or Warranty, Whether Express, Implied, Or Created By Operation Of Law, Will Be Made By Va. No Person Has Been Authorized To Make Or Give On Behalf Of Va Any Other Written Or Oral Representation, Warranty Or Assurance With Respect To The Project Or The Accuracy Or Completeness Of The Information Provided In This Rfq Or Otherwise And, If Any Such Representation, Warranty, Or Assurance Is Made Or Given, It May Not Be Relied Upon By Any Offeror As Having Been Made By Or On Behalf Of Va, And Va Shall Not Have Any Liability For Or With Respect To Such Statements. table Of Contents 1 Executive Summary 1 1.1 Authority To Outlease 1 1.2 Rfq Terms And Condition Acceptance 2 2 Proposed Development Of Site 2 2.1 Overview Of Solicitation Structure 2 2.2 Location, Background And Description Of The Site 3 2.3 Development Considerations 3 2.3.1 National Historic Preservation Act 3 2.3.2 National Environmental Policy Act And Other Environmental Considerations 4 2.3.3 Infrastructure 4 2.3.4 Legal Considerations 4 2.3.5 Prevailing Wages 5 2.3.6 Handicap Accessibility 6 2.3.7 Eul Statutory Requirements 6 2.3.8 Hrp Statutory Requirements 6 2.3.9 Va S Goals And Objectives 6 2.3.10 Other Considerations 7 3 Lease Exhibits 7 4 Submital Requirements 8 4.1 Time And Date Of Submission 8 4.2 Manner Of Submission 8 4.3 Response Content 9 4.3.1 Cover Letter With Background And Administrative Information 10 4.3.2 Legal Requirements 11 4.3.3 Section 1: Development And Operations Concept 12 4.3.4 Section 2: Development Team Qualifications, Experience, And Past Performance 15 4.3.5 Section 3: Property Management (and, If Applicable, Supportive Services) Team Qualifications, Experience, And Past Performance 16 4.3.6 Section 4: Financial Wherewithal And Experience Securing Financing 17 5 Evaluation Criteria 18 5.1 Initial Review 18 5.2 Formal Presentations 18 5.3 Selection Process 18 5.4 Selection Timeline 18 5.5 Evaluation Factors 19 6 Miscellaneous Terms And Conditions Applicable To This Rfq 23 6.1 Authorizations By Submission Of Response 23 6.2 Teaming Arrangements And Special Purpose Entities 23 6.3 Hold Harmless 23 7 Ineligibility 23 8 Additional Information 24 attachment A: Site Information 25 attachment B: Supportive Housing Sample Lease Exhibit Outlines 32 attachment C: Non-supportive Housing Sample Lease Exhibit Outlines 33 department Of Veterans Affairs Rfq #36c77625q0008 26 request For Qualifications dayton Va Medical Center redevelopment Opportunity dayton, Ohio executive Summary the United States Department Of Veterans Affairs (va), Under Its Enhanced-use Leasing (eul) Authority (38 United States Code (u.s.c.) §⧠8161 To 8169) And The Historic Reuse Program (hrp) Authority Derived From Title 54 U.s.c. §⧠306121-306122 (formerly Section 111), Is Pleased To Issue This Request For Qualifications (rfq Or Solicitation), Seeking Competitive Responses From Qualified Organizations (offerors) To Serve As Developer(s) In Redeveloping Underutilized Vacant Buildings (described In Attachment A) On The Dayton Va Medical Center Campus In Dayton, Ohio. Redevelopment May Occur Under Va S Eul Authority To Benefit Veterans (directly Or Indirectly) And/or Create Permanent Supportive Housing For Homeless And/or At-risk Veterans And Their Families Or Under Va S Hrp Authority To Reuse And Preserve The Historic Property. authority To Outlease va Is Authorized To Outlease Land And Improvements To Non-federal Entities Through The Eul Program Or Hrp. Such Leases Can Have A Term Of Up To Ninety-nine (99) Years. va S Office Of Asset Enterprise Management (oaem) Administers The Eul Program. The Eul Authority Allows Va To Partner With The Public Or Private Sector To Maximize Returns To Veterans From Underutilized Capital Assets. It Allows Selected Developers To Finance, Design, Develop, Renovate, Construct, Operate And Maintain Supportive Housing And/or Commercial/other Use(s) That Benefit Veterans Directly And/or Indirectly. Va Envisions That Development Of The Eul Site Will Entail Well-planned And Coordinated Endeavor, Which Is Compatible With The Campuses Ongoing Mission-related Activities And The Surrounding Non-va Community. Va S Eul Authority Allows Va To Make Capital Contributions To Eul Projects Using Minor Construction Appropriations Funds. the Hrp Authority Allows Va To Manage, Outlease, Or Exchange Historic Facilities (available Land, Buildings, And Other Resources) In A Manner Consistent With Va S Obligation To Maintain Historic Assets. An Hrp Agreement Can Be Either A Long-term Outlease (up To 99 Years) Of Facilities Under Va S Jurisdiction Of Control To The Public Or Private Sector Or An Exchange Of Historic Properties. This Program Is Administered By The Office Of Real Property (orp) Within Va S Office Of Construction And Facilities Management (ocfm). Unlike Under Eul Authority, Va Is Not Authorized To Make Capital Contributions To Projects Under Its Hrp Authority. offeror(s) Under Both Va Authorities Will Be Authorized And Responsible For Financing, Designing, Developing, Renovating, Constructing, Operating, And Maintaining The Development Site In Accordance With Detailed Development Plan Approved By Va ( Development Plan ) And Applicable Federal, State, And Local Laws, Codes, Ordinances, And Regulations. rfq Terms And Condition Acceptance va Reserves The Right, At Any Time, Without Notice, At Its Sole And Absolute Discretion, To: (a) Reject Any Or All Responses; (b) Extend Any Deadline Set Forth In This Rfq; And (c) Terminate The Rfq Process, In Whole Or In Part. proposed Development Of Site for Offerors Proposing Under Va S Eul Authority, Public Law No. 117-168, The Sergeant First Class Heath Robinson Honoring Our Promise To Address Comprehensive Toxics Act Of 2022 (pact Act) Allows Va To Enter Into Euls That Provide Supportive Housing Or Enhance The Use Of The Leased Property By Directly Or Indirectly Benefitting Veterans. project Types May Include But Are Not Limited To: supportive Housing skilled Nursing Facilities assisted Living Facilities technical Job Training Centers research Facilities mixed-use, Etc. projects That Are Unlikely To Meet Statutory Requirements For Euls Include But Are Not Limited To: commercial Hotels warehouses, Etc. pursuant To 38 U.s.c. § 8162(b)(5), A Proposed Eul May Not Provide For Any Acquisition, Contract, Demonstration, Exchange, Grant, Incentive, Procurement, Sale, Other Transaction Authority, Service Agreement, Use Agreement, Lease, Or Lease-back By Va Or Any Other Federal Entity. Va May Only Receive Cash Consideration And No Forms Of In-kind Consideration Can Be Accepted In Lieu Of Cash Consideration. Va May Enter Into An Eul Without Receiving Consideration. for Offerors Proposing Under Hrp Authority, Va May Lease Or Exchange Its Historic Property So Long As The Lease Or Exchange Will Adequately Ensure The Preservation Of The Historic Property. overview Of Solicitation Structure through This Rfq, Va Is Presenting A Site Available For Redevelopment For An Offeror; Offerors May Submit A Single Response To This Rfq To Develop The Site Referenced In Attachment A. See Sections 4 And 5 Of This Rfq For Required Response Content And Evaluation Criteria. location, Background And Description Of The Site the Intent Of This Solicitation Is To Outline The Requirements For Selection Of A Developer(s) And Its Team(s) For Purposes Of Redeveloping Underutilized Vacant Buildings. It Is Expected That Any Redevelopment Would Also Enhance The Dayton Va Medical Center Campus. the Developer Entering Into An Eul Or Hrp Agreement With Va Will Be Responsible For All Financing, Designing, Developing, Renovating, Constructing, Operating, And Maintaining The Facility. pursuant To 38 U.s.c. §8163, Va Conducted A Public Hearing On The Eul Concept On September 26, 2022, At 6:00 Pm Est; Virtually With The Microsoft Teams Video Conference Application. attachment A Contains Additional Information Regarding The Location, Background Information, And Description Of The Subject Site. Development Considerations in Deciding Whether To Submit A Response To Develop The Proposed Site, The Offeror Should Consider Certain Factors. national Historic Preservation Act prior To Entering Into An Eul Or Hrp Agreement With Va, The Offeror Shall Work With Va To Fulfill The Requirements Of The National Historic Preservation Act, 54 U.s.c. §⧠300101, Et Seq. ( Nhpa ) In Conjunction With The Development And Finalization Of The Proposed Development Plans. Section 106 Of Nhpa, 54 U.s.c. §⧠306108, Requires The Consideration Of The Effects Of The Project On Historic Properties Listed Or Eligible For Listing In The National Register Of Historic Places (nrhp) And Provides Representatives Of The State And Local Governments, Tribes And Other Interested Consulting Parties Sufficient Opportunity To Comment On The Development Plan Prior To Execution Of The Eul Or Hrp Agreement. Section 106 Of The Nhpa Also Requires The Developer To Seek Ways To Avoid, Minimize, Or Mitigate Adverse Effects (e.g., Demolition) That The Development Plan Might Have On Any Historic Properties During The Execution Stage Of The Eul Or Hrp Agreement. Consummation Of This Effort Will Be Accomplished By Va. Va Will Act In Concert With The Offeror, When Necessary, In The Accomplishment Of Historical Compliance. For Guidelines Related To Historic Preservation Requirements, Visit Https://www.achp.gov/protecting-historic-properties. national Environmental Policy Act And Other Environmental Considerations the Eul Or Hrp Project Will Be Subject To All Applicable Federal, State, And Local Environmental Laws, Codes, Ordinances, And Regulations, Including But Not Limited To, The Comprehensive Environmental Response, Compensation, And Liability Act ( Cercla ), 42 U.s.c. §⧠9601-9675; The Resource Conservation And Recovery Act ( Rcra ), 42 U.s.c. §⧠6901, Et Seq; And The National Environmental Policy Act ( Nepa ), 42 U.s.c. §⧠4321-4347. Nepa Requires That Federal Agencies, Including Va, Identify And Evaluate The Potential Environmental Impacts Of A Major Federal Action (e.g., An Eul) On The Human Environment. Va Will Complete The Nepa Analysis Upon Va S Selection Of The Offeror. The Offeror Will Be Required To Provide Development-specific Information To Support The Analysis. The Nepa Analysis Must Be Completed By Va, Prior To Execution Of The Eul Or Hrp Agreement. The Offeror Will Be Responsible For Complying With Mitigation Requirements Of The Nepa Analysis, If Required. The Offeror Shall Comply With All Applicable Environmental Laws And Will Be Responsible For Any Required Cleanup/remediation Activities. Additionally, The Offeror Will Be Responsible For Any Necessary Environmental Studies, Reports, Site Assessments, Seismic, Etc. That Are Needed By Offeror To Meet Offeror S Obligations. Lastly, The Offeror Will Be Responsible For Complying With Any Regulatory Requirements For The Abatement And Removal Of Any Asbestos And/or Lead-containing Material. infrastructure any Available Information About Infrastructure Regarding The Site Is Included In Attachment A. It Is The Responsibility Of The Offeror To Pay Utility Providers For All Utilities Through Separate Metering. It Is The Responsibility Of The Offeror To Bring In The Necessary Utility Lines (water, Sewer, Gas, Electricity, Fiber Optics, Communication, Cable, Etc.) To Operate The Eul Or Hrp Site. Va Is Not Obligated To Provide Selected Offeror Access To Va Owned Utilities Or Resources. legal Considerations overview the Offeror Is Responsible For Conducting Its Own Due Diligence Regarding The Eul Or Hrp Site Including, Without Limitation, Whether (a) The Development Of The Eul Or Hrp Site, As Contemplated By The Response, Can Be Accomplished In Compliance With Applicable Federal, State, And Local Requirements (including Fire, Life Safety, Accessibility, Zoning, State And Local Building Codes, And Other Local Land Use Restrictions); (b) The Condition Of The Eul Or Hrp Site Is Suitable For The Offeror S Contemplated Use; (c) The Necessary Permits, Variances, Special Exceptions And Other Governmental Actions Or Approvals Required For The Contemplated Developments Can Be Reasonably Obtained (at No Cost Or Expense To Va); And (d) The Contemplated Use(s) Is Otherwise Practical And Economically Feasible. Property Is Under Concurrent Jurisdiction. Prior To The Execution Of The Lease Agreement, Offeror Will Need To Have Written Executed Agreements (e.g., Memorandum Of Understanding) Regarding Fire, Police, And Emergency Services In Place, Including Va Concurrence. taxes in Accordance With The Pertinent Provisions Of The Eul Statute (i.e., 38 U.s.c. § 8167), The Offeror During The Eul Term Will Be Subject To Any And All Applicable State And Local Taxes, Fees, Assessments, And Special Assessments Legally Chargeable To The Eul, The Offeror S Leasehold Interest, And The Offeror S Underlying Improvements. However, Neither Va S Interest In The Eul Nor The United States Fee Interest In The Underlying Properties Shall Be Subject, Directly Or Indirectly, To Any State Or Local Laws Relative To Taxation, Fees, Assessments Or Special Assessments. security offeror Is Responsible For Providing Security On The Site. The Offeror Shall Include In Their Response An Overview Of The Physical Security And Electronic Monitoring That Will Be Provided Based Upon The Individual Space Requirements And Tenant Mix Of The Proposed Eul Or Hrp Project. As Part Of The Response, It Should Be Noted That It Is The Requirement Of The Offeror To Provide Security 24/7 For The Site. energy Conservation And Sustainable Design Requirements the Va Sustainable Design Manual () Is The Guidance That Defines The Methodology To Incorporate Sustainable Design, Including Energy Efficiency, In The Eul Or Hrp Project. Va Encourages Offerors To Incorporate Sustainability Over And Above The Standards Found In The Current Va Sustainable Design Manual. In Previous Projects, Some Developers Have Proposed More Aggressive Energy Efficiency And Sustainability Milestones That Made Their Proposals, All Other Elements Considered Equal, More Attractive. To Take Advantage Of Existing Sustainability Work In The Private Sector That Is Well Accepted In The Construction Industry, Va Has Determined That Using A Third-party Rating System Is The Best Method For Fulfilling Va Sustainable Building Requirements In The Eul Or Hrp Project. The Offeror May Propose Using The Leadership In Energy And Environmental Design (leedâ®) Rating System, The Green Globesâ® Rating System, Or An Alternate Rating System. Va Requires That The Project Achieve At Least Leed Silver, Two Green Globes, Or An Equivalent Certification Level By The Alternate Rating Organization. Offerors Proposing To Use An Alternate Rating System Must Submit A Memo To The Va Project Manager Demonstrating That The Alternate Solution Achieves An Equivalent Level Of Certification As Leed Silver, Two Green Globes, Or Both. prevailing Wages unless The Offeror Can Demonstrate To The Satisfaction Of Va In The Form Of A Written Determination Or Written Correspondence From The U.s. Department Of Labor That The Offeror Or The Project Are Exempt Therefrom, Offeror Shall Comply With The Requirements Of The Davis-bacon Act, As Amended, 40 U.s.c. § 3141, Et Seq. And The Relevant Rules, Regulations, And Orders Of The Secretary Of Labor Applicable Thereto. handicap Accessibility the Offeror Will Be Required To Ensure That Its Design, Development, Construction, Operation, And Maintenance Plan And Activities On The Site Comply In All Respects With The Americans With Disabilities Act Of 1990, 42 U.s.c. §⧠12101, Et Seq., And The Architectural Barriers Act Of 1968, 42 U.s.c. §⧠4151, Et Seq., As Amended. eul Statutory Requirements va S Eul And Statutory Requirements Are Codified At 38 U.s.c. §⧠8161-8169 And As Amended. public Law No. 117-168, The Sergeant First Class Heath Robinson Honoring Our Promise To Address Comprehensive Toxics Act Of 2022 (pact Act). Sec. 705 Of The Pact Act, Modifications To Enhanced-use Lease Authority Of Department Of Veterans Affairs . hrp Statutory Requirements va S Hrp Is Authorized By The Nhpa, Specifically Title 54 Of The United States Code Section 306121-306122. This Authority Allows Federal Agencies Such As Va To Outlease Or Exchange Unneeded Historic Properties And Retain Proceeds To Fund Agency Preservation Activities. va S Goals And Objectives va Has The Following Goals And Objectives For The Project: reuse Underutilized Va Properties. This Could Take The Form Of Safe, Affordable, Smoke-free Housing For Veterans And Their Families Who Should Have Priority Placement In Any Housing Project Created On The Site. If Hud-vash Is Used, The Service Provider Must Provide Service Above And Beyond Those Provided By Hud And Va. It Is The Intent That Va Will Provide Case Management Services To Eligible Veterans. This Could Also Take The Form Of Another Use That Benefits Veterans Directly Or Indirectly, Including Commercial Use(s), And/or Reuses And Preserves Historic Property. Note: The Dayton Va Medical Center Will Not Accept Any Uses Of The Site That Are Industrial. (b) Avoid Ongoing Operating Costs Associated With The Upkeep Of Vacant And/or Underutilized Assets. (c) Provide An Innovative Solution Within Current Authority To Preserve A Va-owned, Historic Property. (d) Meet Va S Obligations Under Nhpa To Better Preserve And Protect The Property. other Considerations va Will Not Participate In Or Allow Its Or The United States Underlying Fee Interest In The Land To Be Used As Security For Financing For The Project Or Otherwise, Including Without Limitation, Providing Any Kind Of Guaranty Or Act In Any Way As A Beneficiary For A Financing Vehicle. in Regard To Any Proposed Project-related Financing To Be Obtained By The Offeror, Va As A General Rule Will Not Approve Any Financing That Includes Requirements That Operate To Deny, Restrict, Or Subordinate Va S Right To Terminate The Eul Or Hrp Agreement Upon The Offeror S Failure To Cure An Outstanding Event Of Default Thereunder. This Includes Any Document, To Include The Eul Or Hrp Agreement That Would Prevent Va From Terminating The Eul Or Hrp Agreement Due To Cross Default Arising From One Or More Parcels On The Property. Any Proposed Project Financing That Does Not Comply With This Restriction Must Be Explicitly Identified In The Rfq Response For Va S Unilateral Review And Evaluation. The Successful Offeror Must Establish And Maintain Positive Relations And Communications With State And Local Governmental Authorities And The Local Communities During Negotiations With Va And Any Of Its Representatives. the Successful Offeror Must Integrate Development Activities With Cultural Resources And Historical And Environmental Policy Management Requirements In Support Of Va S Mission And Operations. the Offeror Will Be Responsible For Coordinating The Work Schedule(s) With Va In Order To Minimize Disruption To The Campus Activities And Operations. This Coordination Includes The Work Of Any Contractor Or Subcontractor That The Offeror Retains In Connection With The Project. lease Exhibits following Its Selection, The Offeror Will Be Responsible For Preparing Detailed Lease Exhibits To Include A Development Plan, Operations And Maintenance Plan, And (if Housing Is Proposed) A Tenant Selection Plan For The Project. Attachment B Contains Sample Outlines For Supportive Housing Lease Exhibits. Attachment C Contains Sample Outlines For Non-supportive Housing Lease Exhibits. In Addition, The Offeror Will Need To Provide Other Lease Exhibits Such As A Site And Design Plans. Following Offeror Selection, Va Will Provide Detailed Lease Exhibit Templates. va Recognizes That Formulation Of The Lease Exhibits Will Require The Offeror To Work Closely And Cooperatively With Va. Va Will Provide Final Approval And Cooperate With The Offeror During The Drafting Process To Facilitate Preparation Of The Final Development Plan. It Is Anticipated That The Offeror Will Provide Va With Drafts Of The Lease Exhibits Throughout The Drafting Process. The Lease Exhibits Will Be Subject To Va S Review And Approval And May Be Subject To Review And Comment By Local Government And Other Stakeholders. submital Requirements time And Date Of Submission responses Must Be Received By February 7, 2025, At 3:00 Pm Est (the Closing Time ). Responses Received After The Closing Time Will Not Be Considered. questions Regarding This Rfq May Be Submitted In Writing By Emailing De Carol Smith At Decarol.smith@va.gov And Shahidat Abbas At Shahidat.abbas@va.gov By September 30, 2024. Questions Received After This Date May Not Be Considered. Responses Will Be Provided By An Amendment To The Rfq. All Government Communication Regarding This Rfq Shall Be From The Portfolio Managers, De Carol Smith And Shahidat Abbas. manner Of Submission responses Will Be Accepted By Electronic Means And Hard Copy. For Electronic Submission, Please Submit Responses Via Email To De Carol Smith At Decarol.smith@va.gov And Shahidat Abbas At Shahidat.abbas@va.gov. Please Note, Due To The Size Of Response Content, Offeror Will Need To Submit Rfq Response In Multiple Emails (20mb Capacity Per Email To Include Attachments) Labeled By Section Name And Subsection (see Rfq Section 4.3 For Additional Details). The Entire Response Must Be In Pdf Format. In Addition, Any Excel Or Other Spreadsheets That Allow Data To Be Manipulated Must Be Included In Their Native (i.e., Excel), Unprotected And Accessible Format. However, One Hard Copy Must Be Delivered By Mail, Courier, Or Hand Delivery To The Following Address: attention: C. Brett Simms designated Va Representative department Of Veterans Affairs office Of Asset Enterprise Management (044c) 810 Vermont Avenue, Nw washington, Dc 20420 each Hard Copy Of The Response Must Be Bound In A Three-ring Binder (to Allow Va To Easily Remove Parts For Copying And/or Circulation). responses Must Be In A Sealed Envelope Or Package With The Following Information Conspicuously And Legibly Written Or Typed On The Outside: offeror S Name; offeror S Complete Mailing Address; name And Contact Information For Offeror S Contact Person (e.g., Telephone, Email And Facsimile); And the Following Statement (to Be Completed Upon Delivery To Va): Response Received By Va As Of _____________(time) On _____________ (date) response Content each Response Must Contain The Following Sections Applicable To The Offeror S Proposed Project In The Following Order, With Each Section Clearly Labeled, Beginning On A New Page And Not Exceeding The Applicable Section Page Limit. section # section Name And Subsections (note: Separate Sections And Subsections With Tabs In Hard Copies) page Limit na cover Letter (including Background And Administrative Information) 5 Pages 1 development And Operations Concept team Composition And Structure development Concept alignment Of Development Concept With Va Goals And Objectives project Financing Plan project Timeline management Approach (development, Property Management, Subcontractors, And, If Applicable, Supportive Services) proposed Veteran Hiring And Community Relations Strategies For Project 25 Pages (includes Resumes) 2 development Team Qualifications, Experience, And Past Performance development Qualifications And Experience development Past Performance development Team Key Personnel Qualifications tab 2d: Veteran Hiring And Community Relations Experience 20 Pages 3 property Management (and, If Applicable, Supportive Services) Team Qualifications, Experience, And Past Performance tab 3a: Property Management (and, If Applicable, Supportive Services) Qualifications And Experience tab 3b: Property Management (and, If Applicable, Supportive Services) Past Performance tab 3c: Property Management (and, If Applicable, Supportive Services) Key Personnel Qualifications 20 Pages 4 financial Wherewithal And Experience Securing Financing tab 4a: Financial Wherewithal tab 4b: Experience Securing Financing 15 Pages (excludes Financial Statements) appendix A financial Statements And Auditor S Opinion Letter no Limit appendix B explanation Of Any Legal Issues (if Any) no Limit pages Submitted That Are In Excess Of Any Page Limit (including A Section Page Limit) Will, At Va S Sole Discretion, Be Discarded And Not Reviewed Or Evaluated By Va. Supporting Data, Such As Explanations Of Any Legal Issues, And Auditor S Opinion Letter, Will Not Count Against The Page Limits. Responses Must Be Typewritten In Arial 11-point Font Size Or Greater. For Purposes Of The Response, A Key Team Member Should Be Considered Any Member That Will Be Responsible For Approximately 20% Or More Of The Services Or Fees Under This Proposed Project. cover Letter With Background And Administrative Information a Cover Letter (on The Offeror S Letterhead) Must State That The Offeror Has Read And Agrees To Comply With All The Terms, Conditions, And Instructions Provided In This Rfq. Any Requests For Waivers Or Exceptions Must Be Clearly Identified In The Cover Letter And Shall Be Subject To Va S Review And Approval. the Cover Letter Must Also Contain The Following General Information About The Offeror And The Offeror S Team (if Applicable). (note: In The Case Of An Offeror That Is A Special Purpose Entity, Include Information On Each Partner, Member, Or Shareholder Of The Offeror.) administrative Information: Company/organization Name; Employer/tax Identification Number; Dunn And Bradstreet (duns) Number; Proof Of Vetbiz Verification (if A Service-disabled Veteran-owned Small Business Or Veteran-owned Small Business); Mailing Address; Main Telephone Number; And Main Facsimile Number. authorized Representative: Name And Contact Information (mailing Address; Telephone Number; E-mail Address; And Facsimile Number) Of The Representative Authorized To Act On Behalf Of The Offeror. day-to-day Point Of Contact: Name And Contact Information (mailing Address; Telephone Number; E-mail Address; And Facsimile Number) Of The Individual Designated By The Offeror As The Person To Whom Questions And/or Requests For Information Are To Be Directed. form Of Business: Description Of The Offeror S Form Of Business (whether A For-profit Corporation, A Nonprofit Or Charitable Institution, A Partnership, A Limited Liability Company, A Business Association Or A Joint Venture), State Of Incorporation, And A Brief History Of The Organization And Its Principals: articles Of Incorporation, Partnership, Joint Venture, Or Limited Liability Company Agreement (note: For Any Offeror Or Team Member, As Applicable, That Is A Sole Proprietorship, Provide Current Mailing Address And A Summary Of Current Business Activity); current Certificate Of Good Standing; by-laws; copy Of Corporate Resolutions, Certified By A Corporate Officer, Authorizing The Offeror S Submission Of, Or Team Member S Participation With The Offeror In The Submission Of, The Response And The Entity S Authority To Proceed With The Project (assuming An Rfq Award Is Made, And Va S Approval Is Obtained); And list Of Principals. legal Requirements state Whether The Offeror Or Any Offeror S Team Member, As Applicable, Has Ever Been Terminated For Default, Non-compliance, Or Non-performance On A Contract Or Lease, Or Debarred From Any Federal, State, Or Local Government Contracts And, If So, Provide The Date And A Detailed Description Of The Occurrence In An Appendix (note: This Additional Detail Does Not Count Against Page Limits); And list Each Instance Within The Past Ten (10) Years And Explain In Sufficient Detail In An Appendix As Necessary (detail Does Not Count Against Page Limits) In Which The Offeror, Or Any Offeror S Team Member, Or Any Principal, Partner, Director, Or Officer Of Such Entities Was: convicted Of Or Pleaded Guilty Or Nolo Contendre To A Crime (other Than A Traffic Offense); subject To An Order, Judgment, Or Decree (including As A Result Of A Settlement), Whether By A Court, An Administrative Agency, Or Other Governmental Body, Or An Arbitral Or Other Alternative Dispute Resolution Tribunal, In Any Civil Proceeding Or Action In Which Fraud, Gross Negligence, Willful Misconduct, Misrepresentation, Deceit, Dishonesty, Breach Of Any Fiduciary Duty, Embezzlement, Looting, Conflict Of Interest, Or Any Similar Misdeed Was Alleged (regardless Of Whether Any Wrongdoing Was Admitted Or Proven); subject To An Action Or Other Proceeding, Whether Before A Court, An Administrative Agency, Governmental Body, Or An Arbitral Or Other Alternative Dispute Resolution Tribunal, Which, If Decided In A Manner Adverse To The Offeror, Team Member, Principal, Partner, Director, Or Officer (as Applicable), Would Reasonably Be Expected To Adversely Affect The Ability Of The Offeror Or Team Member To Perform Its Obligations With Respect To The Project (including The Ability To Obtain Or Repay Financing); debarred, Suspended, Proposed For Debarment, Declared Ineligible Or Voluntarily Excluded From Covered Transactions By Any Federal, State, Or Local Department Or Agency; notified That It Is In Default Of Any Federal, State, Or Local Contract Or Grant If Yes, Provide The Reason For The Default And Whether The Default Was Cured; terminated For Cause Or Default On One Or More Public Transactions (federal, State, Or Local); And party To Litigation Or A Formal Alternative Dispute Resolution (adr) Process (e.g., Binding Arbitration) Involving A Claim In Excess Of $50,000. For Those Matters Involving A Claim Equal To Or In Excess Of $500,000, Describe In Detail The Litigation Or Adr Process section 1: Development And Operations Concept in This Section, The Offeror Should Include All Relevant Information Necessary To Allow Va To Assess The Offeror S Overall Development And Operations Concept. Specifically, This Section Must Include The Following: tab 1a: Team Composition And Structure provide Brief Descriptions Of Offeror Entity And The Offeror S Team Members (i.e., Organizational Purposes Or Missions, Services Provided, Etc.), Including Key Roles And Responsibilities. The Offeror Should Describe Past Experience Working With The Offeror S Team Members. Provide An Organizational Chart Showing The Relationship Between The Offeror And The Offeror S Team Members, As Appropriate, Along With Their Roles And Responsibilities. Explain The Offeror S Approach To Managing The Team, Including Prior Experience Engaging And Overseeing The Work Of Multiple Team Members And Subcontractors. tab 1b: Development Concept state Whether The Offeror S Development Concept Falls Under Va S Eul Or Hrp Authority (see Rfq Sections 1.1 And 2). Provide A Brief Description Of The Offeror Team S Understanding Of Va S Development Objectives (see Rfq Section 2.3.8), The Developer Concept (to Also Include Site Construction And Building Design), And The Developer S Assets And Infrastructure To Be Redeveloped Under Va S Eul Authority Into Supportive Housing Or Commercial/other Use(s) That Benefit Veterans Directly Or Indirectly Or Under Va S Hrp Authority To Reuse And Preserve The Historic Property (see Rfq Section 2). Identify Potential Risks And Challenges Associated With The Project And Related Mitigation Strategies. Describe The Offeror S Plan To Identify And Evaluate Potential Assets For Redevelopment And Undertaking All Necessary Investigation Activities To Produce Development Scenarios. List Any Required Studies To Be Performed. Provide A Timeline For Development Of These Scenarios And Plans, Including Any Required Studies. tab 1c: Alignment Of Development Concept With Va Goals And Objectives identify How Proposed Development Will Meet Va S Goals And Objectives As Outlined In Rfq Section 2.3.9. As Applicable, State What Direct Or Indirect Veteran Benefits The Project Will Provide And How Historic Assets Will Be Preserved. tab 1d: Project Financing Plan provide A Narrative That Describes The Offeror Team S Strategy To Obtain Financing For This Project, Including Contingency Plan(s) In The Event One Or More Sources Of Funding Are Not Available. The Narrative Should Also Explain Key Assumptions Reflected In The Following Required Budgets To Be Provided In A Working Microsoft Excel Document (excluded From Page Count): development Budget Sources And Uses: Development Budget Must Show Estimated: (a) Total Development Costs For The Project, Including Hard And Soft Costs; (b) Financing Costs, Including Types And Amounts Of Debt And Equity, And Underlying Amortization Periods; (c) Ownership Structure, Including Percentage Of Ownership By The Offeror (or In The Case Of A Special Purpose Entity, Each Team Member); And, (d) All Capital Funding Sources (e.g., Low Income Housing Tax Credit Equity, Equity Provided By The Lessee, Federal, State And Local Government Funding, Grant Proceeds, Loan Proceeds, Etc.) Used To Finance The Project. Note That Va Is Authorized To Provide Eul Projects With A Capital Contribution, But Va Is Not Authorized To Make Capital Contributions To Projects Under Its Hrp Authority. annual Operating Budget: List All Estimated Annual Revenues For The Project, Including Expected Monthly Rents By Unit Type And The Basis For /source Of Rent (e.g., Rental Vouchers). In Addition, List All Expected Annual Operating Expenses Associated With The Project. Provide A 30-year Cash Flow Projection In A Working Microsoft Excel Document (excluded From Page Count). annual Supportive Services Budget (if Applicable): List All Expected Annual Supportive Services Expenses For The Eul Or Hrp Site And Projected Sources Of Funding. tab 1e: Project Timeline the Offeror S Response Must Contain A Timetable For The Project Containing The Following Key Dates: project Financing Sources: Anticipated Application, Award, And Closing Dates For Each Project Phase (as Applicable). design Milestones: Completion Dates For Each Project Phase (as Applicable). eul Or Hrp Agreement Execution: Eul Or Hrp Agreement Execution Cannot Occur Until All Financing Commitments Have Been Obtained. For Eul Projects, The Eul Agreement Cannot Be Executed Until The Office Of Management And Budget Has Completed Its Review Of The Eul, And Congress Has Been Provided 45-day Notification Of Va S Intent To Execute The Eul; construction: Start And Completion Dates For Each Project Phase (as Applicable); And, occupancy: Date The Facility Is Open For Operation For Each Project Phase (as Applicable). tab 1f: Management Approach (development, Property Management, Subcontractors, And, If Applicable, Supportive Services) describe The Offeror Team S Approach To Operation, Management, Security, And Maintenance Of The Project In Accordance With Private Sector Standards. Provide A Staffing Plan (number Of Ftes And Type) For The Ongoing Operation Of The Project. The Response Shall Contain The Physical And Electronic Security Measures That Will Be Provided Based Upon The Individual Space Requirements And Tenant Mix Of The Proposed Eul Or Hrp Project. Include Proposed Approach For Management And Operations Within The Development Team, Property Management, Subcontractors, And Supportive Services (if Applicable). tab 1g: Proposed Veteran Hiring And Community Relations Strategies For Project describe The Offeror S Outreach Strategies To Maximize Participation Of Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Local Small Businesses, And Other Small Businesses, In All Aspects Of The Evaluation Of Assets And Subsequent Development Processes. Provide A Summary Of The Offeror Team S Plan To Increase Employment Opportunities (to Also Include Internships) For Veterans Associated With This Project. Explain The Offeror Team S Experience And Customized Approach To Managing Community Relations And Interacting With State And Local Government Officials (i.e., Zoning, Environmental, Shpo, Local Community, Stakeholders, Etc.). Describe Any Experience In Managing Relations With The Surrounding Community. section 2: Development Team Qualifications, Experience, And Past Performance in This Section, The Response Should Include All Relevant Information Necessary To Allow Va To Assess The Offeror Team S Relevant Experience And Operations Qualifications, Experience, And Past Performance. Specifically, This Section Must Include The Following: tab 2a: Development Team Qualifications And Experience list And Explain In Sufficient Detail The Offeror Team S Relevant Development Qualifications And Experience. Identify Any Past Experience Working With Va And Federal, State And Local Governments, If Any. tab 2b: Development Team Past Performance describe Three (3) Similar Relevant Development Efforts (past Or Current) Developed By The Offeror Or One Of Its Team Members That Are Comparable To The Subject Project To Be Developed. Each Project Described Should Have Been Completed Within The Past Ten (10) Years. For Each Project Listed, The Following Information Should Be Included: project Name location type Of Project / Use size Of Project (square Footage, Units, Number Of Buildings, Acreage, Etc.) amount, Type, And Sources Of Financing historic Buildings (if Any) description Of The Associated Infrastructure date Of Project Completion number Of Years Involved With The Development role Of The Offeror Team Member(s) contact Information For A Reference Who Va Can Contact Regarding Performance And Client Or Stakeholder (as Applicable) Satisfaction. Note: Including A Reference On This List Will Constitute Authorization For Va To Contact And Discuss The Offeror S Or Team Member S Performance. tab 2c: Development Team Key Personnel Qualifications identify The Key Personnel Who Will Lead The Developer S Community/neighborhood Planning Tasks, As Well As The Day-to-day Point Of Contact. For Each Key Personnel Named Provide A: description Of Their Proposed Role; discussion Of The Extent To Which Key Personnel Have Worked Together On Other Similar Projects; And, resume That Includes A Description Of The Person S Duties And Responsibilities, Education, Years Of Relevant Experience, Certifications/licenses, Skills, Expertise, Other Relevant Qualifications (note: Resumes Count Against Page Limits). tab 2d: Veteran Hiring And Community Relations Experience describe Any Experience Implementing Targeted Veteran Hiring Efforts And The Results Of Those Efforts. Explain The Offeror Team S Experience Managing Community Relations And Interacting With State And Local Government Officials (i.e., Zoning, Environmental, Shpo, Local Community, Stakeholders, Etc.). Describe Any Experience In Managing Relations With The Surrounding Community For Comparable Developments. section 3: Property Management (and, If Applicable, Supportive Services) Team Qualifications, Experience, And Past Performance in This Section, The Response Should Include All Relevant Information Necessary To Allow Va To Assess The Offeror Property Management Team S Supportive Housing Or Commercial/other Use(s) Development And Operations Qualifications, Experience, And Past Performance. Specifically, This Section Must Include The Following: tab 3a: Property Management (and, If Applicable, Supportive Services) Qualifications And Experience list And Explain In Sufficient Detail The Offeror Team S Relevant Supportive Housing Or Commercial/other Use(s) Property Management Qualifications And Experience. Identify Any Past Experience Working With Va, Federal, State And Local Governments, If Any. tab 3b: Property Management (and, If Applicable, Supportive Services) Past Performance describe Three (3) Similar Supportive Housing Or Commercial/other Use(s) Management Efforts (past Or Current) Developed By The Offeror Or One Of Its Team Members That Are Comparable To The Subject Project To Be Developed. Each Project Described Should Have Been Completed Within The Past Ten (10) Years. For Each Project Listed, The Following Information Should Be Included: project Name location type Of Project / Use(s) size Of Project (square Footage, Units, Number Of Buildings, Acreage, Etc.) amount, Type, And Sources Of Financing historic Buildings (if Any) description Of The Associated Infrastructure date Of Project Completion number Of Years Involved With The Development role Of The Offeror Team Member(s) contact Information For A Reference Who Va Can Contact Regarding Performance And Client Or Stakeholder (as Applicable) Satisfaction. Note: Including A Reference On This List Will Constitute Authorization For Va To Contact And Discuss The Offeror S Or Team Member S Performance also, Provide A Summary Of The Proposed Management And Operations Plans Specific To The Proposed Project Site And Use. Tab 3c: Property Management (and, If Applicable, Supportive Services) Key Personnel identify The Key Personnel Who Will Lead The Property Management (and, If Applicable, Supportive Services) Planning Tasks, As Well As The Day-to-day Point Of Contact. For Each Key Personnel Named Provide A: description Of Their Proposed Role; discussion Of The Extent To Which Key Personnel Have Worked Together On Other Similar Projects; And, resume That Includes A Description Of The Person S Duties And Responsibilities, Education, Years Of Relevant Experience, Certifications/licenses, Skills, Expertise, Other Relevant Qualifications (note: Resumes Count Against Page Limits). section 4: Financial Wherewithal And Experience Securing Financing in This Section, The Response Should Include All Relevant Information Necessary To Allow Va To Assess The Offeror Team S Financial Wherewithal And Ability To Secure Financing For Comparable Development Projects. Specifically, This Section Must Include The Following: tab 4a: Financial Wherewithal provide A General Overview Of The Offeror Team S Financial Stability And Evidence Of Their Financial Wherewithal To Develop Supportive Housing Communities And/or Other Relevant Use(s) With Associated Infrastructure, Roads, And Amenities. Please Attach Supporting Documentation To Include An Auditor S Opinion Letter(s) And The Offeror And Its Team Members Most Recent Audited Financial Statements. If Audited Financial Statements Are Not Available, Please Submit Unaudited Financial Statements. (note: Supportive Documentation And Financial Statements Do Not Count Against The Page Limits.) tab 4b: Experience Securing Financing summarize The Offeror Team S Experience Directly Securing Financing For Similar Projects To The Proposed Project In The Last 10 Years. Provide Brief Descriptions Of Three (3) Similar Efforts For Which The Offeror S Team Has Directly Secured Financing. For Each Example, Include Project Information, Including: project Name location description Of Project Type / Use(s) total Development Cost specific Funding Sources Secured, And role Of The Offeror Team Member. evaluation Criteria Initial Review following The Rfq Submission Deadline, Va Will Initially Review All Submissions For Completeness And Adherence To The Requirements And Conditions Set Out In This Rfq. Va Reserves The Right To Reject Submissions That Are Incomplete Or Fail To Adhere To The Requirements Set Forth In This Rfq. Formal Presentations complete And Acceptable Submissions Will Be Further Reviewed And Evaluated By Va, Ranked In Order, And A Competitive Range Established. Offerors Whose Submissions Are Found To Be Within The Competitive Range May Be Given The Opportunity, At Va S Sole Discretion, To Make A Formal Presentation To Va And Receive Questions Regarding Their Response. If A Presentation Is Required, Notice Will Be Provided To Those Offerors Asked To Make A Presentation And The Details Regarding That Presentation (i.e., Length Of Presentation, Etc.) Will Be Provided In The Notice. Selection Process the Government Intends To Review All Factors For Award In Making A Selection. Selection Will Be Based On An Integrated Assessment Of The Factors Set Forth In Section 5.5 Below. Selection Timeline va Anticipates Selection Of A Developer By December 2024. Evaluation Factors the Responses Will Be Evaluated Based On The Following Four Equally Weighted Factors. Where Factors Include Subfactors, Each Subfactor Will Also Be Equally Weighted. The Evaluation Factors Are As Follows: 5.5.1 Factor 1: Development And Operations Concept factor 1 Will Consist Of An Assessment Of The Offeror S Team Composition And Structure, Development Concept, Alignment Of Development Concept With Va S Goals And Objectives, Financing Plan, Timeline, Project Management Approach, And Veteran Hiring And Community Relations For This Project. Factor 1 Is Comprised Of The Following Seven (7) Equally Weighted Subfactors: subfactor 1a: Team Composition And Structure va Will Assess The Offeror Team S Composition To Assess Capabilities And Skillsets, Including Key Roles And Responsibilities. Va Will Also Assess The Extent To Which The Offeror S Team Has Worked Together Previously On Similar Projects. The Organizational Chart Will Be Reviewed To Understand The Relationships Between The Different Team Members And Establish Whether Clear Lines Of Accountability Are In Place. subfactor 1b: Development Concept va Will Review The Offeror Team S Understanding Of The Requirements And Developer Technical Approach (to Include Development Concept And Proposed Site Construction/building Design) To Assess How The Offeror Team Proposes To Effectively Accomplish The Project. The Response Should Identify Whether The Offeror Is Proposing Under Va S Eul Or Hrp Authority, Demonstrate The Offeror Team S Understanding Of The Complexity Of The Project, Potential Risks And Challenges, Proposed Mitigation Strategies, And The Importance Of Close Communication And Collaboration With Va Throughout The Process. Additionally, Va Will Assess The Viability Of The Proposed Timeline For Development Of These Scenarios And Plans, Including Any Required Studies. subfactor 1c: Alignment Of Development Concept With Va Goals And Objectives va Will Assess If Offeror(s) Development Plans Include A Clear Concept That Meets Va S Goals And Objectives As Outlined In Rfq Section 2.3.9, Including Whether Project Provides Direct And/or Indirect Benefits To Veterans And/or Provides For Preservation Of The Historic Property. subfactor 1d: Project Financing Plan a Realistic And Viable Financing Plan Should Be Provided For The Project. Va Will Review The Anticipated Sources And Uses For The Project For Development, Operations, And Provision Of Services (if Applicable), As Well As The Proposed Operating And Supportive Services (if Applicable) Budgets, To Assess The Offeror Team S Understanding Of The Project And Funding Availability, Including Contingency Plans. subfactor 1e: Project Timeline va Will Review The Proposed Project Timeline For Completeness And Inclusion Of All Required Milestones. The Offeror Team Should Provide A Realistic Project Development Timeline For Va S Review. subfactor 1f: Management Approach (development, Property Management, Subcontractors, And, If Applicable, Supportive Services) va Will Evaluate The Offeror Team S Approach To Development, Operation, Property Management, Security, And Maintenance Of The Project In Accordance With Private Sector Standards And Ensuring The Long-term Viability And Security Of The Project. The Property Management Plan Should Be Customized To The Proposed Product Type. Va Will Assess The Viability Of The Staffing Plan For The Proposed Operations Of The Project. The Subcontractor Management Approach Should Demonstrate The Offeror S Ability To Manage Multiple Entities Across Disparate Fields And Locations To Achieve A Common Goal. subfactor 1g: Proposed Veteran Hiring And Community Relations Strategies For Project va Will Assess The Offeror Team S Community Relations Strategy For The Project And The Extent Of The Offeror Team S Local Knowledge And Understanding. Va Will Also Assess The Extent To Which The Offeror Team S Prior Experience And Proposed Outreach Plan Will Maximize The Participation Of Sdvosbs, Vosbs, Local Small Business, And Other Small Businesses In All Aspects Of The Evaluation Of Assets And Subsequent Development Processes. It Is Also Important That The Offeror Team Provide A Clear And Realistic Plan To Hire Veterans (and Provide Internships For Veterans) In Association With This Project. 5.5.2 Factor 2: Development Team Qualifications, Experience, And Past Performance the Focus Of Factor 2 Is On The Offeror Team S Relevant Development Team Qualifications, Experience, And Past Performance. Factor 2 Is Comprised Of The Following Four (4) Equally Weighted Subfactors: subfactor 2a: Development Team Qualifications And Experience va Will Review The Extent To Which The Offeror S Team Has Demonstrated Expertise And Experience Developing Projects Similar To That Which The Offeror Is Proposing, Including Experience Working With Federal, State, And Local Government Entities. Va Will Also Evaluate The Offeror Team S Track Record Of Working With Qualified Property Management And Supportive Services Providers (as Applicable) And Their Associated Qualifications And Experience. subfactor 2b: Development Team Past Performance va Will Assess The Extent To Which The Offeror S Team Has A Proven Track Record Of Successfully Developing Relevant Projects To The Proposed Project. The Projects Identified Should Be Of Similar Size, And Scope To What Is Being Proposed For The Eul Or Hrp Site. The Information Provided For Each Of The Projects Will Be Reviewed For Completeness And Relevancy. subfactor 2c: Development Team Key Personnel Qualifications va Will Review The Qualifications Of The Proposed Key Personnel To Assess Their Ability To Successfully Complete The Developer S Responsibilities And Assist Va In Developing And Implementing The Most Viable Development Scenario. The Key Personnel Roles Should Be Clearly Identified, Along With Each Person S Relevant Experience, Skills, Expertise, And Education. subfactor 2d: Veteran Hiring And Community Relations Experience offeror Teams Will Be Evaluated On Their Experience And Success In Undertaking Veteran Hiring Efforts For Similar Projects. Va Also Intends To Evaluate The Offeror Team S Experience With Managing Community Relations. Offeror Teams Should Demonstrate Local Market Knowledge And Experience Working With The Stakeholder Community On Similar Projects To The Proposed Project. 5.5.3 Factor 3: Property Management (and, If Applicable, Supportive Services) Team Qualifications, Experience, And Past Performance the Focus Of Factor 3 Is On The Offeror Team S Relevant Property Management (and, If Applicable, Supportive Services) Team Qualifications, Experience, And Past Performance. Factor 3 Is Comprised Of The Following Three (3) Equally Weighted Subfactors: subfactor 3a: Property Management (and, If Applicable, Supportive Services) Qualifications And Experience va Will Review The Extent To Which The Offeror Team Has Demonstrated Expertise And Experience Managing And Operating Comparable Projects To The Proposed Project And Experience Working With Federal, State, And Local Government. Va Will Also Evaluate The Proposed Property Management And Supportive Services Provider S (if Applicable) Associated Qualifications And Experience. Va Will Also Consider The Adequacy Of Safety And Security Measures Implemented Successfully At Other Similar Projects. subfactor 3b: Property Management (and, If Applicable, Supportive Services) Past Performance va Will Assess The Extent To Which The Offeror Team Has A Proven Track Record Of Successfully Managing And Operating Comparable Projects To The Proposed Project. The Projects Identified Should Be Of Similar Size, Scope, And Complexity To The Proposed Project. The Information Provided For Each Of The Projects Will Be Reviewed For Completeness And Relevancy. subfactor 3c: Property Management (and, If Applicable, Supportive Services) Key Personnel va Will Review The Qualifications Of The Proposed Project Operations Key Personnel To Assess Their Ability To Successfully Manage The Project For The Duration Of The Lease Term. The Key Personnel Roles Should Be Clearly Identified, Along With Each Person S Relevant Experience, Skills, Expertise, And Education. 5.5.4 Factor 4: Financial Wherewithal And Experience Securing Financing factor 4 Consists Of An Evaluation Of The Offeror Team S Financial Wherewithal And Experience Securing Financing For Comparable Projects. Factor 4 Is Comprised Of Two (2) Equally Weighted Subfactors: subfactor 4a: Financial Wherewithal va Will Assess The Financial Wherewithal Of The Offeror S Team To Undertake Their Proposed Development. Va Will Evaluate Whether The Response Has Provided Sufficient Evidence And Documentation, As Required By The Rfq, To Demonstrate The Financial Wherewithal And Current Financial Capacity To Successfully Execute A Project Of This Size, Scope And Complexity. subfactor 4b: Experience Securing Financing va Will Review The Offeror Team S Experience Securing Financing Similar To Funding Needed For The Proposed Development On The Site. The Offeror S Team Should Demonstrate A Proven Track Record Of Directly Securing Traditional And Non-traditional Project Financing. miscellaneous Terms And Conditions Applicable To This Rfq authorizations By Submission Of Response any And All Information Provided By An Offeror And Its Team Members May Be Used By Va To Conduct Credit And Background Checks. teaming Arrangements And Special Purpose Entities multiple Offerors May Form A Joint Venture For The Purpose Of Submitting A Response To This Rfq. A Special Purpose Entity May Also Be Created For The Purpose Of Submitting A Response. Va May Require That Financial And Performance Guarantees Be Provided By These And Other Offerors As Well As Team Members. Potential Offerors Who Do Not Have Strong Experience Or Skills In All The Required Areas (e.g., Financial Structuring, Development, Property Management, Operations, Services Delivery, Etc.) May Consider Submitting Responses Jointly With Entities Whose Experience Can Complement Their Own. (note: Va Will Not Be Involved In Facilitating Partnering Or Teaming Arrangements.) hold Harmless by Participating In The Rfq Process, Each Offeror Agrees To Indemnify And Hold Harmless Va And The United States Government And Each Of Their Respective Officers, Employees, Contractors, And Advisors From And Against Any And All Real Estate And Other Brokerage Fees Or Commissions, Finder S Fees, And Other Forms Of Compensation Related In Any Way To Activities Undertaken By Any Person As A Result Of Such Person S Efforts Towards And/or Participation In This Rfq Process Or The Submission By Such Person Of A Response, And Liabilities, Losses, Costs, And Expenses (including Reasonable Attorney S Fees And Expenses) Incurred By Any Indemnified Party (including Va) As A Result Of, Or In Connection With, Any Claim Asserted Or Arising As A Result Of, Or In Connection With, This Rfq Process. ineligibility the Following Persons (including Entities) Are Ineligible To Be An Offeror Or A Team Member Of An Offeror Or Otherwise Participate In The Project (including As A Contractor, Subcontractor, Or Professional): (a) Any Person That Has Been Debarred Or Suspended From Doing Business With Va; (b) Neither Such Person Nor Any Of Its Partners, Members, Or Principal Stockholders Is Listed On Any Non-procurement Or Reciprocal Lists On The Most Current System For Award Management Published By The U.s. General Services Administration Atâ www.sam.gov, As Updated From Time To Time, Or Any Replacement Thereof; (c) Neither Such Person Nor Any Of Its Partners, Members, Or Principal Stockholders Is A Person Who Poses A Security Or Safety Risk As Determined By The Secretary Of State, Including But Not Limited To Any Person Who Either Represents A Country, Or Is A Member Of Or Provides Political, Financial Or Military Support To A Group, That Is Listed In The Most Current Patterns Of Global Terrorism Report, Issued By The Secretary Of State In Compliance With 22 U.s.c. § 2656f(a), Available From The Superintendent Of Documents, U.s. Government Printing Office, Washington, Dc 20402 And Also Available Atâ http://www.state.gov/global/terrorism/annual_reports.html; And (d) Neither Such Person Nor Any Of Its Partners, Members Or Principal Stockholders Is Subject To A Criminal Indictment Or Information For A Felony In Any Court In The United States. For Purposes Of This Solicitation, The Term Principal Stockholder Shall Mean Any Person Who Is A Beneficial Owner (as Defined For Purposes Of Rule 13d-3 Of The Securities And Exchange Act Of 1934, As Amended And Promulgated By The Securities And Exchange Commission) Of Ten Percent (10%) Or More Of The Outstanding Stock Or Other Equity Of The Offeror. additional Information all Of The Information Required To Be Provided In Each Response Pursuant To Section 8 Of This Rfq Is Important To Va S Analysis And Evaluation Of Each Response. Va May Utilize Outside Sources In Addition To All Of The Information Provided In A Response In Evaluating Each Offeror S Submission. neither Va Nor Any Of Its Contractors, Subcontractors, Officers, Employees, Counsel, Advisors, Or Agents, Make Any Representation Or Warranty, Whether Express, Implied, Or Created By Operation Of Law, As To The Accuracy Or Completeness Of This Rfq Or Any Of Its Contents Or Materials Referred To Therein, And No Legal Liability With Respect Thereto Is Assumed Or May Be Implied. va Reserves The Right To: (a) Make A Selection Under This Rfq As A Result Of Initial Offers Submitted; And (b) Reject Any Or All Offers At Any Time Prior To Award And Cancel This Solicitation. Therefore, All Initial Offers Should Comprehensively Address Each Of The Requirements Set Forth Herein And Contain The Offeror S Best Terms. by Submitting A Response, Each Offeror Accepts All The Terms And Conditions Set Forth In This Rfq, And Any Updates, Supplements, And Amendments Thereto. Any Conflict (whether Actual Or Perceived) Between Different Parts Of This Rfq, As Between An Offeror And Va, Shall Be Resolved At The Sole And Absolute Discretion Of Va. in No Event Shall Va Be Liable For Any Fees, Costs, Or Expenses Associated With Any Of The Offeror S (or Their Brokers, If Any) Activities (e.g., Preparation, Discussions, Clarifications, Submissions, Or Negotiations), Relating Directly Or Indirectly To This Solicitation. Accordingly, As A Condition Of Submitting Its Response, Each Offeror Hereby Agrees To Indemnify And Hold Va Harmless For Any And All Such Fees, Claims, Liabilities, And Costs Arising In Connection With This Rfq And Its Underlying Process. any Relationship Between Va And An Offeror Arising From The Solicitation Is Subject To The Specific Limitations, Terms, Conditions, And Representations Expressed In This Rfq. Any Substantive Questions Or Concerns To Include Conflicts, Apparent Conflicts, Or Any Other Substantive Matters Regarding This Rfq Which May Arise During Preparation Of An Offeror S Response Should Be Addressed, In Writing, To: Decarol.smith@va.gov And Shahidat.abbas@va.gov.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Lenzen Elbtalaue Office For The City Of Lenzen Tender

Civil And Construction...+1Civil Works Others
Germany
Details: General building description: The client is planning to renovate the building at Neustadtstrasse 5 (former executioner's house) in Lenzen. The building is a listed building (individual monument). The building ensemble is made up of three building sections, each with its own roof structure and two or three smaller extensions. The oldest part of the building and part of the residential building is the so-called executioner's tower. The two-storey part of the building consists of brickwork with a 1.50 m high base structure. The wall thickness on the ground floor is 1-1.2 m and on the upper floor 40-50 cm. To the south of the tower, a half-timbered extension is attached as an extension to the residential building. The two-storey extension is built using carpentry as a half-timbered construction. The brick infills are coated with a colored lime slurry. The roof structure is a collar beam roof with a double standing chair. To the north-east, a rectangular stable building with a cantilevered upper floor adjoins the tower. The building is a purely half-timbered structure, filled with bricks and clay stakes. The roof is a gable roof with a collar beam roof as the roof support, with double-standing chairs. The roof covering is designed as a crown covering with plain tiles. An outbuilding, built as a solid, two-storey building with a pent roof and a brick facade, borders the ensemble at the north-west corner of the property. According to the expert reports, all parts of the building have significant structural defects and damage caused by moisture and dry rot. The planned services include the renovation of the damaged findings and the structural reinforcement of undersized structural components. The following construction measures are to be carried out: scaffolding, demolition work, bricklaying and plastering work, carpentry work, roofing work, joinery work, painting work. The overall work will be awarded and carried out according to the combined or individual trades in accordance with the following division into lots: Lot 2 - scaffolding Lot 3 - demolition work Lot 4 - main construction work Lot 5 - carpentry work Lot 6 - roofing work Lot 7 - joinery work Lot 8 - painting work. Subject of this tender: Lot 3 - demolition work with the following essential services: - securing of evidence - 200 m² levelling of courtyard areas - 60 m³ dismantling of half-timbered and mixed construction (eastern extension) - 170 m³ dismantling of half-timbered and mixed construction (western extension) - 5 m³ demolition of chimney masonry (eastern extension) - 5 m³ demolition of chimney masonry (western extension) - 50 m² dismantling of Firmly bonded fiber cement panels - 150 m² demolition of suspended ceilings - 10 interior doors demolition and disposal
Closing Date4 Feb 2025
Tender AmountRefer Documents 

Western Visayas Sanitarium Doh Tender

Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For Supply, Delivery And Installation Of Various Hospital Equipment Ib No. 2025-01-01-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery And Installation Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 34,665,000.00 The Contract (abc) Fund Source : Caf No. 2025-001-gf Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 34,665,000.00 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Electrical Machine. Brand New. Product Specifications: Combination Of Electrotherapy And Ultrasound; With 3 Independent Channels And Body Diagram Installed; Power Supply: Ac 100- 240 V, Number Of Channels: 3 Independent (2 For Electrotherapy, 1 For Ultrasound) Electrotherapy; Ten& Ems, Ultrasound Functions; Electrode Pads For Tens & Ems; Us Probe Head: Large And Small. Warranty -1 Year From Delivery And Installation. Unit 1 290,000.00 2 Hand Dynanometer. Brand New. Product Specifications: Hydraulic Adjustable Handle. Strength Can Be Viewed In Pounds Or Kilogram. Can Measure Up To 90kg (200lbs.). Durable Metal Gauge. Warranty –at Least 6 Months Upon Delivery And Installation. Unit 1 55,000.00 3 Parallel Bars. Brand New. Product Specifications: Adjustable And Foldable. Stainless Steel Bars And Steel Base. Height Adjust Within 26''-40''. Width -24''-36". Length Ranges: 7-10 Feet. Warranty -at Least 6 Months Upon Delivery And Installation Unit 1 50,000.00 4 Pulley System. Brand New. Product Specifications: Single Handle/dual Tower. Chest And Floor Height Mounted Handle. Easily Adjustable Handles. Wheelchair Accessible. Warranty –at Least 1 Year Upon Delivery And Installation. Unit 1 150,000.00 5 Pbx, Smart Hybrid. Brand New. Product Specifications: Designed For Telemedicine Use. Genuine And High Quality Brand. Pabx Built-in Extensions 16 Analog. At Least 2 Card Slots And 2 Slots Trunk Extension Card Switch System. Ability To Equip Sub-frame Ns-320; 12-32 Trunk Extensions. Sub-frame To Extend Pbx Ns300. Port Connected To The Main Frame. Dimensions: 40-45 X 35-36 X 86-90 Cms. Warranty –at Least 6 Months From Delivery And Installation * Unit 1 100,000.00 6 Uninterrupted Power Supply. Brand New. Products Specifications: Designed For Telemedicine Operation. 3000va. Output Power Capacity-3000va, Mount: 3u Rack Mountable. Nominal Output Voltage -230v. Dimensions: 20-22 X 19-20 X 5-6 Inches. Warranty –at Least 6 Months Upon Delivery And Installation. * Unit 1 400,000.00 7 Medical Waste Shredder. Brand New. Product Specifications: 20hp Motor Slow-speed And High Torque Dual Shaft Shredders, 5/16″ Wide Cutters, With Bearing Protection And Cleaning Fitters. Features: Efficiently Shred Syringes, Face Masks, Boxed Medical Waste, Pill Bottles, Etc., Available With A Split Cutting Chamber That Allows For Two Different Shred Widths Within One Shredder, The Manner Of In Feed And Output Are Also Divided. Includes Training And Certification, Warranty 1 Year Upon Installation Unit 1 350,000.00 8 Portable Multi-parameter Analyzer Flow Water Quality Testing. Brand New. Product Specifications: Measures Water Quality Parameter For Ph/ec/ise/do/temp. Mv/orp/px/resistivity/tds/sal./do Saturation. Features: Portable Device, Color High Contrast Lcd Touchscreen, Data Storage1000 Sets For Each Parameter, Support For Usb Communication, Ip65 Waterproof, Includes All Necessary Accessories And Consumables, Includes Training And Certification For Use, Warranty For 1 Year Upon Installation Unit 1 200,000.00 9 Water Purification System. Brand New. Product Specifications: 6000 Gdp Reverse Osmosis Machine. Up To 1200 Containers Per Day. Double U.s. Membrane. 2 Tanks 1000ltrs. For Raw & Product Water. At Least 28 Stages Of Water Filtration. To Include Piping Line From Water Station To Specified Areas Within The Health Facility. To Include Necessary. Building/structure For The Water Station. Service Warranty 1 Year After Delivery And Installation. To Include Service And User Training. Including Consumables: 50 Gallons Round Containers, 50 Gallons Slim Containers, 1 Sack Industrial Salt. * Unit 1 350,000.00 10 Anesthesia Machine With Cardiac Monitor. Brand New. Product Specifications: Main Gas Supply -oxygen, Air. Pin Index Supply System: Oxygen, Air. Ventilatior: With At Least Six (6) Ventilation Modes. Machine Must Be Able To Ventilate Patient Using The Preset Settings Provided By The End-user Even Presence Of Driving Gas Is Temporarily Unavailable. Ventilator Must Be Enclosed With Metal Casing To Prevent Entry Of Foreign Items Including Fluid. Ceramic Type Of Inspiratory And Expiratory Valve. Ventilator Must Have High Pressure Valve That Ensures Release Of Excess Pressure When Required. Ventilator Must Be Functional When Machine Is Connected Either Through Direct Power Supply Or Back Up Battery. Breathing System: The Volume Of The Compact Breathing System And Co2 Absorber Must Be 1.7l Excluding Hoses And Breathing Bag. Volume Of Co2 Absorber Reusable Canister Must Be 1.5l. With Bypass Valve Located In Breathing System Allowing Continuous Machine Operation While Changing Co2 Absorber. With Fresh-gas Decoupling Valve That Prevents Direct Entry Of Pressure In The Patient Airway When Pressing The O2 Flush Button, Peep And Pressure Limitation. With Breathing System That Can Be Detached From The Main Unit Without Tools Required. Breathing System Should Be Separated From The Main Unit With Mounting That Can Be Positioned From Any Direction Without Moving The Entire Anesthesia Machine. With Ceramic Type Of Inspiratory And Expiratory Valve. With Sample Gas Return Port. With Pup Off Pressure Release Valve Located At The Apl Valve. With Moisture Reduction System. Hot Steam Sterilization Can Be Carried Out At 134 ° C (273.2 ° F). With Heated Breathing System. Anesthesia Gas Supply Module: Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. O2 Flush (bypass): At 87 Psi (6 Kpa X 100): Max. 75 L/min At 41 Psi (2.8 Kpa X 100): Min. 25 L/min. With Metering Valve And Dual Flow Tubes For Fresh-gas. With Integrated O2 Monitoring Located In The Screen. Vaporizer: With Two (2) Selectatec Vaporizer Mounting. With One (1) Unit Sevoflurane And One (1) Unit Isoflurane Vaporizer. Vaporizer Must Have No Cloth Component Which Allows Item To Be Functional Immediately Even Transporting It In An Upside Down Position. Oxygen Sensor: With Oxygen Sensor That Measures Percentage Of Oxygen. Flow Sensor: With Constant Temperature Hot-wire Anemometer Flow Sensor. Must Be Located Within The Anesthesia Unit Distal To The Patient Area. Flow Sensor Must Be Reusable. Auxillary Low Flow Oxygen: With Integrated Low Flow Oxygen Supply For Mask And Nasal Cannula Application. Writing Table/drawers/mounting: With At Least 3 Drawers As Storage For Other Accessories. With A Retractable Writing Table That Can Hold At Least 10kgs. Advanced And Safety Features: Functional Even The Battery Is Completely Discharged, All Pneumatic Functions Continue To Be Available (apl Valve, Breathing Pressure Gauge, Cylinder And Pipeline Gauges, Fresh Gas And Agent Delivery, And O2, Air, Flow Meters).manual Or Spontaneous Ventilation Can Be Maintained During Power Failure And Discharged Of Battery. In Case Of No Power And Totally Discharged Battery, Machine Must Be Shifted Automatically From Ventilator Mode To Manual Mode Without Any Switch Or Button Required. Start-up Time Must Be Less Than 15 Seconds. Power Input Data: Power Supply: Rating Non-configurable 100 To 240 Vac, 50/60 Hz, 145 Va. Battery Operation Time: Up To 2 Hours, Minimum Of 45 Minutes. Parameters: Minimum Tidal Volume (vt) Required: 20 Ml. Breathing Frequency (rate): 4 To 60 Bpm (1/min). Inspiratory Pressure: Peep + 5 To 65 Cmh2o. Inspiratory Flow (inspflow): 10 To 75 L/min In Volume And Pressure Control Modes, 10 To 85 L/min In Pressure Support And Simv/ps Modes. Inspiration Pause: 0 To 50 %. Simv Inspiratory Time: 0.3 - 4.0 Sec. Positive End Expiratory Pressure: (peep) 0 To 20 Cmh2o. Inspiration/expiration Ratio: (ti:te) 4:1 To 1:4. Pressure Limiting: 70 Cmh2o. Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. Pressure Support Level: Peep + 3 To 20 Cmh2o. Min. Frequency For Apnoe-ventilation: (freq. Min.) 3 To 20 Bpm And “off”. Trigger Level: 2 To 15 L/min. Standard Accessories: One (1) Unit O2 Regulator, One (1) Unit Air Regulator, O2, Air Fittings And Hose Clamps, One (1) Unit Adult Anesthesia Circuit With 2l Bag. Biolight M12 Patient Monitor (basic Configuration). Technical Specification: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quick Volume And Brightness Adjustment. Support Quick Key, Able To Access Specific Functions Or Perform Operations Easily And Quickly. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Upgrade Lithium Battery, Battery Power Supply ≥480 Min. Ecg: Ecg Leads: 3/5 Leads, Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4,auto Gain, Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 10 To 300 Bpm, Ped/neo: 10 To 350 Bpm, Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American National Standard For Electronic Or Automated Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual, Auto, Stat, And Sequence. Sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have An Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin And/or Oral/rectal. If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours. Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function. Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews, Glasgow Coma Scale (gcs), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen. -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Accessories Included: 3/5 Lead Ecg Cable, 3/5 Lead Ecg Lead Wires, Adult Spo2 Sensor, Pediatric Spo2 Sensor, Temperature Probe Skin, Temperature Probe Oral/rectal, Nibp Cuff Adult, Nibp Cuff Pedia, Wall Mount / Trolley, One (1) Unit Pediatric Anesthesia Circuit With 1l Bag, Two (2) Units Power Adapter. Includes Avr Machine For Anesthesia Machine. Warranty -2 Years From Delivery, Installation, And Training/orientation. Unit 1 3,300,000.00 11 Cardiac Monitor With Capnograph. Brand New. Product Specifications: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quickly Volume And Brightness Adjustment By Gestures Operate. Support Quick Key, Can Easily And Quickly Access Some Functions Or Perform Operations. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Size Must Be: At Least 175mm X 320mm X262mm. With Auto Speech Recognition Module Implements The Voice Interaction With The Patient Monitor. Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Up-grade Lithium Battery Power Supply ≥480min. Ecg: 5 Leads Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4, Auto Gain. Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 15 To 300 Bpm, Ped/neo: 10 To 350 Bpm. Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American. National Standard For Electronic Or Automated. Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami. Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual,auto, Stat, And Sequence,sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have A Dual Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin Or Oral If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Ibp: Support 2-channel Ibp Measurement Range: -50mmhg~+350mmhg. Types Of Measuring Blood Vessels: Arterial Pressure (art), Pulmonary Artery Pressure (pa), Central Venous Pressure (cvp), Right Atrial Pressure (rap), Left Atrial Pressure (lap), Intracranial Pressure (icp); Pulmonary Artery Wedge Pressure (pawp); Cerebral Perfusion Pressure (cpp). The Monitor Will Calculate The Ppv Based On Any Arterial Pressure Value Between Heartbeats. Etco2: Measuring Range: Etco 2 0 To 150 Mmhg. Fico: 3 To 50 Mmhg. Awrr: 0 To 150 Rpm (mainstream). Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. The Upper/lower Limits Of Alarms Can Be Configured Via Networking From The Central. The Alarms At Bedside Can Be Paused Or Muted Via Networking From The Central. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews), Glasgow Coma Scale (gcs ), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem -all-in-one Monitoring Adult, Children, And Newborn Patients. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Warranty -1 Year From Delivery And Installation. Unit 2 500,000.00 12 Ceasarian Instrument Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Scalpel Handle #3 With Measure 125mm, 1 Pc. Scalpel Handle #4 135mm, 1 Pc. Tc Metzenbaum Scissors Cvd 180mm, 1 Pc. Lexer Scissors Narr Str 165mm, 1 Pc. Mayo-lexer Scissors Cvd 165mm, 1 Pc. Lister Bandage Scissors Hvy 180mm, 1 Pc. Standard Forceps Serr 160mm, 1 Pc. Standard Tissue Forceps 1x2 160mm, 5 Pcs. Lorna Towel Clamp Non-perf 130mm, 6 Pcs. Halsted-mosquito Forceps Delstr125mm, 6 Pcs. Halsted-mosquito Forceps Del Cvd125mm, 2 Pcs. Kelly Forceps Del Str 140mm, 6 Pcs Moynihan Hemostatic Forceps, Crv, 150mm, 1 Pc. Tc Mayo-hegar Ndlholderhvyserr150mm, 1 Pc. Tc Hegar Needle Holder Hvy-serr 205mm, 1 Pc. Us-army Retrac.26x15/43x15-23x15/40x15, 1 Pc. Richardson-eastman Bt471rbt472r, 6 Pcs. Boys-allis Forceps 5x6 155mm, 2 Pcs. Kidney Tray Stainless Steel 250mm, 1 Pc. Bottom For 3/4 Container Height:135 Mm, 1 Pc. Primeline Pro 3/4 Lid Red, 1 Pc. 3/4 Size Perf Basket 406x253x76mm, 1 Pc. Silicone Basket Liner 3/4 Size, 1 Pc.mayo Safety Pin F/ring-hdl Inst 140mm, 1 Pc. Ident. Label Up To 13 Letters Red. Warranty –at Least Eat 1 Year From Delivery. Set 2 1,520,000.00 13 Chemical Analyzer. Brand New. Product Specifications: Combined Instrument With Two Complementary Technologies: Raman Spectroscopy And Colorimetric Detection Confirmatory Testing: One Instrument Capable Of Confirmatory Testing Using Two Technologies Including 1) Swgdrug Category A Technique For Presumptive Testing, And 2) Swgdrug Category C Technique For Confirmatory Testing Safety Of Features For Measuring Energetic Samples: Trace Detection Testing For Energetics Without Need For Opening The Container Nor Inducing Laser Light To The Sample, Scan Delay Timer: 15 Sec – 10 Min Sample Size: Able To Detect / Identify Samples From 1 Microgram Traces To Large Bulk Samples Materials Covered: Common Raman Substances, Explosives, Narcotics, Cwas, Tics, Tims, Precursors, Common Chemicals, Fluorescent Materials Not Covered By 785nm Raman: E.g. Colored Materials, Heroin, Colored Mdma Pills, Oils, Npss, Etc., Low Concentration Materials Not Covered By Any Raman Instruments: Lsd, Thc, Magic Mushrooms, Gunpowder, Etc. Raman Excitation Wavelength: 1064nm Minimizes Fluorescence Effects: Allows For Direct Analysis Of Colored/impure Chemicals Through Colored Packaging. Spectral Wavelength Range 200 – 2500 Cm-1 Portability Power: Small Handheld Device, Optimized For One Handed Operation. , 18.5cm-20cm (l) X 15cm-20cm (w) X 7.9cm-10cm (h), 3.65lbs-5lbs (1.65 Kg-2.27kg)., Quantity 2 Lithium Ion Rechargeable Batteries With Battery Life Of More Than 6 Hours Per Charge Per Battery. Cr123a Rechargable Batteries Can Be Used. Including Spare 2 Lithium-ion Battery. Ruggedness Decontamination: Us Mil-std 810g Designed Rugged., Ip 68 Rated For Use In Varying Environmental Conditions And For Complete Decontamination. Operational Temperature Range: Unit Can Be Operated In -20°c To +50°c Temperatures., Withstands Temperature Fluctuations And Humidity Fluctuations. Rapid Start-up Rapid Results: 60 Seconds From Power On To Analysis., Analysis Results In Less Than One Minute. Operational Mode Options: Raman Analysis And Colorimetric Analysis Oraman: • Auto-collect Adjusts Raman Settings Automatically Optimizes Use For Routine Operations • Advanced User Adjustable Raman Settings For Advanced Operators And Custom Library Build: • Laser Power Level 30-490 Mw Adjustable In 5 Mw Increments Exposure Time 5ms To 30s In Increments • Custom Applications Optimize Raman Analysis Parameters Specific To Material Type Ocolorimetrics: • Pouches Including Both Swipes And Colorimetric Chemicals In One Pouch • Pouches For Explosives And Narcotics • General Pouches For Detecting A Wide Range Of Explosives Or Narcotics • Specific Pouches For One Explosive/narcotic Substance Or Substance Group Easy Raman Operation: • Scans In Direct Contact And Through Translucent Plastic Or Glass Containers. • Universal Sample Holder For Analysis Of Samples In Varying Forms And Packaging. • Smartphone Like Touch-screen Interface Or Large Button Activation. • User Prompted Step-by-step Onscreen Analysis Activation. • Typically, 4 Button Presses To Receive Analysis Result. • Onboard System Status Monitoring And Calibration. Reduces Down-time And Necessity For Re-calibration At A Service Depot Analytical Performance: • Liquids, Solids, Powders, Pastes, Gels, Invisible Traces. • Colored Substances And Substances Found In Colored Translucent Packaging. These Types Of Substances Are Most Often Encountered In Real-world Samples. • Comparative Spectral Analysis Overlay Easily Performed Onboard. • User Adjustable Focus Ensures Analysis Of Material And Not The Packaging. • 4c Software Automatically Monitors Results For Combinations Of Precursors Used In Threat, Drug Manufacturing, And Other Recipes. Users Receive Onscreen Alert To Potential Threat Or Clandestine Drug Manufacturing Activity. Library: Raman: • Over 12,000 Substances. • Resq Library Includes The Latest Explosives, Precursors, Cwas, Tics/tims, Narcotics And Psychotropic Drugs, Steroids, Cutting Agents, Pharmaceuticals, Diluents And Pesticides. • Easily Expandable To Add Emerging Threats And Other Substances. • Fleet Management And Library Transfer To Units In The Field. • 4c Library With Explosive, Drug Manufacturing And Other Types Of Threat Manufacturing Recipes. • Library Updates Provided More Than Once A Year Colorimetrics: • General Narcotics Pouches: Multi Drug Test Incl. Fentanyl, Special Opiate Pouch, Cannabinoids • General Explosives Pouches: Chlorates/perchlorates, General Explosives • Specific Pouches: Cocaine, Ephedrine, Heroin, Ketamine, Lsd, Meth/mdma, Mushrooms, Opiates, Pcp, Thc, Ghb Evidence Documentation Traceability: • Onboard 5mp Camera Captures Image Of Sample And Surroundings, As Well As Colorimetric Swab. • Image(s) Stored Along With Analysis Results In Tamper-resistant File. All Analysis Results Are Traceable And Include Unique Date, Time And Serial Number Stamp. • Ability To Activate Password Protect Operator Log-in. Record Of User Associated Activity Stored Onboard And Cannot Be Deleted. Data Access And Transfer Reporting: • View Results In Real Time On Cell Phone Or Tablet, Computer Or Laptop (pc, Ios, Android, Linux) Via Wifi (can Be Disabled). • Exportable Data In Numerous File Formats. • Data Access And Transfer On Computer Or Laptop Via Usb And Wifi (can Be Disabled). • Easy Report Generation. Customer Support Package: • 24/7/ 365 Days Reachback Service For The Life Of The Unit. • Library Updates Provided For The Life Of The Unit. • Software Updates Provided For The Life Of The Unit. • Support: Online, Phone, Email, And In Some Cases Text Message For The Life Of The Unit Cql Complete Package: • Rugged Shipping Case With Custom Foam Insert. • Qty 2 Rechargeable Lithium-ion Batteries. • Cr123a Battery Cartridge (does Not Include Cr123a Batteries). • External Battery Charger. • Ac Power Supply. • Adjustable Base Adaptor. • Universal Sample Holder. • Certified Benzonitrile Performance Verification And Calibration Standard. • Flash Drive Containing User Manual And Supporting Documentation. • Quick Start Guide. • Usb-c To Usb-a Data Transfer Cable. • 1064nm Laser Test Card. • Including Hand Strap And Wrist Strap. . Training: • Comprehensive Onsite Training For An Unlimited Number Of Users. Add-on Accessories And Software: • Periscope Adaptor. • Vial Holder. • Bottle Adaptor. • Integrated Quickdetect Automated Colorimetrics • Detect Trace Quantities Of Non-visible Residues Left On Surfaces: • Explosives And Explosive Precursors • Narcotics Standard Requirements: • Bidder’s Certificate That Will Provide Manual In English Language (2 Copies Of Operator's/user's Manual And 2 Copies Of Service/technical And Maintenance Manual) Upon Delivery. • Brochure/sales Literature. Training Requirements: • Bidder’s Certificate That Will Conduct Free Technical Training And Product Demo For The End-user/s And In-house Biomed On Equipment Operation And On Maintenance Of Equipment. • After Sales Service: Bidder’s Certificate That Parts Shall Be Available At The Authorized Philippine Service Center/s For A Period Of Five (5) Years After The Warranty Period. • Certification From Local Distributor On The Availability Of Service Technicians And/or Biomedical Engineers In Case Of Equipment Breakdown. Preventive Maintenance - • Bidder’s Certificate Free Quarterly Preventive Maintenance During The Warranty Period With Preventive Maintenance Plan. Warranty Certificate: • Warranty Certificate Minimum Of Five (5) Years For Service And Three (3) Years For Parts. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. • Calibration: With Certificate Of Calibration Upon Delivery. The Bidder Must Be Iso 9001 And The Manufacturer Should Be Iso 13485 Certified Unit 1 6,900,000.00 14 Common Bile Duct Exploration Supplement Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Randall Kidney-stone Frcpsslt-cvd225mm, 1 Pc. Randall Kidney-stone Forceps Cvd225mm, 1 Pc. Randall Kidney-stone Frcpshvy-cvd225mm, 1 Pc. Randall Kidney-stone Frcps U-cvd225mm, 1 Pc. Bakes Bile-duct Dilator 1mm, Bakes Bile-duct Dilator 2mm, 1 Pc. Bakes Bile-duct Dilator 3mm, 1 Pc. Bakes Bile-duct Dilator 4mm, 1 Pc. Bakes Bile-duct Dilator 5mm, 1 Pc. Bakes Bile-duct Dilator 6mm, 1 Pc. Bakes Bile-duct Dilator 7mm, 1 Pc. Bakes Bile-duct Dilator 8mm, 1 Pc. Bakes Bile-duct Dilator 9mm, 1 Pc. Bakes Bile-duct Dilator 10mm, 1 Pc. Randall Kidney-stone Forcepscvd190mm, 1 Pc. Randall Kidney-stone Fcpshvy-cvd190mm, 1 Pc. Bottom For 1/2 Container Height:135mm, 1 Pc. Prime Line Pro 1/2 Lid Green, 1 Pc. 1/2 Size Perf Basket 243x253x76mm, 1 Pc. Identification Label Green. Set 1 590,000.00 15 Defibrillator. Brand New. Product Specifications: General Features: 7-10 Inch Lcd Display, Maximum Of 3 Waveforms. High Contrast Display Mode For Bright Environments. Ambulance-ready, Rugged Casting: Ip44, Impact Test Of 0.75m. Output Energy: 1-360j. Charge Times Of <3s T O200j, <7s To 360j. Auto-volt With Smart Charging. Lithium-ion Battery Supports To 6 Hours Monitoring/200 Shocks @360j/ 4.5 Hours Pacing, With Built-in Led Power Level Indicator. Lightweight At 4-5kg., Full Configuration, Main Unit. Automatically Switch Defibrillator Energy, Cpr Prompts, And Alarm Limits Depending On Patient Type. Display Ecg During Aed Mode. Ecg Recovery Within 2.5s Or Less. Contact Status Can Be Checked Through Paddle And Monitor, Impedance Value Can Be Checked In Monitor. Auto-testing Includes Maximum Energy Discharge Test. Parameters: 3/5 Lead Ecg, Pacer. Includes: Thermal Recorder, External Paddle Kits, Ecg Cable And Lead Wires, Ecg Electrode, Multifunction Electrode Pad. Printer Paper, Electrode Gel, Power Cord, Lithium-ion Battery. Unit 5 1,500,000.00 16 Dish Sterilizer. Brand New. Product Specifications: − High Light Led Display, − With Special Boiler Temperature Drainage Settings, − Washing (non-recycling) Parameters Can Be Set Free And With Control Memory Function, − Can Meet Different Washing Demand, − Self - Research Internal Water Softener, − Double Construction Design For Top Cover, − Power: 380v/50hz, − Basket Dimension : 500x500mm, − Washing Ability : At Least 60 Basket / H, − Rinse Water Quantity : 3 L/h, − Inlet Height :400-430mm, − Machine Dimension : 800-850x800-820x1450-1500mm, − Rated Power : 14.75kw, − Gross Weight : 140-150, − Net Weight : 100-110, − Packing Size : 890-900x900-910x1630-1700mm. Warranty Period- Within 1 Year Upon Delivery And Installation To Cover Parts (excluding Wearable Parts) And Service With Preventive Maintenance Every 6 Months Within 2 Years Period. Provides Orientation And Training To End-user Representative.* Unit 1 500,000.00 17 Electrocardiography Machine (ecg) Brand New. Product Specifications. High Resolution Lcd Touch Screen, 320-330x240-250vivid Waveform Display. 12 Leads Ecg Resolution Thermal Printer. Built-in Rechargeable Li-ion Battery, Ac/dc Power Supply. Anti-defibrillator And Pace Maker Detection. Complete Digital Filtering, Resisting Baseline Drift, Automatic Baseline Adjustment. Automatic Ecg Measurement And Interpretation. Large Patient Data Storage; 150 Cases, Equipped With Usb Port For Data Transfer. Three (30 Printing Formats (auto, Manual And Rhythm) Selectable. 1/2/3 Channel Ecg Waveform And Rhythm Leads Record Out. Lead Status Diagram Display. Unit 4 200,000.00 18 Electrosurgical Dessicator Machine. Brand New. Product Specifications: Use For Removal Of Lesions, Warts, Skin Tags, And Other Blemishes Easily With Minimally-invasive Treatment. For Superficial Treatments, Safe To Use Around The Eye And Nose Area. Includes Re-usable Pen And Tips. Unit Specifications: Depth:4-5 Inches, Width:8-9 Inches, Height:7-8 Inches, Weight:6-8 Pounds, Output Power -low At 0-20watts (1/10 Watt Increments Up To 10 Watts), High At 0-35 Watts, Bipolar: 0-35 Watts. Offers Hand-or-foot Activated Operation. Autoclavable, Reusable Hand Control Pencil With Power Adjustment Buttons. Pencils Are Designed With Non-spinning Hex Collar For Multi-positional Fall-safe Blade Locking. Equipped With Mobile Stand. Includes Consumables.warranty-6 Months From Delivery And Installation. Set 1 100,000.00 19 Fetal Maternal Monitoring System: Brand New. Product Specifications: Foldable Screen. Probe Rack And Wall Mounting Rack. Handle For Easy Carrying. User-friendly Gui With 3 Display Modes. Four (4) Optional Color Background. Capable Of 24 Hours Ctg Storage. Fast Print For Store Traces. "smart Notes" Annotation (color Optional). Signals Overlap Verification. Real-time And Offline Data Transmission To Pc. 10-12 Inch Color Touch Screen. Excellent Algorithm. 12-crystal And 1 Mhz Water-proof Transducer For Accurate Detection. Configuration: Dual-fhr, Toco, Fm, Afm, Mecg, Nibp, Mspo2, Temp. Includes: 3 Each Belt, 1 Each Event Marker, 1 Bottle Ultrasound Gel, 1 Ea. Fhr Transducer, Purple, 1 Each Transducer, Yellow (color Optional), 1 Each Spo2 Sensor, Adult, 1 Each Temperature Probe, Skin, 1 Each Toco Probe, 1 Each Nibp Cuff, Adult, 1 Each Nibp Tube, Adult. Unit 3 1,110,000.00 20 Infusion Pump. Brand New. Product Specifications: Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h (or Wider), Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min (or Wider) With Optional Drip Sensor, Screen: 2.7 Inches B/w Lcd (or Wider), Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Universal Compatibility, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Unit 4 320,000.00 21 Laboratory Oven. Brand New. Product Specifications: Working Temperature Range At Least 5 Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Setting Temperature Range +20 To +300°c; Temperature Sensor 1 Pt100 Sensor Din Class A In 4-wire-circuit. Control Cockpit Single Display. Adaptive Multifunctional Digital Pid-microprocessor Controller With High-definition Tft-colour Display; Timer Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days; Adjustable Parameters: Temperature (celsius Or Fahrenheit), Air Flap Position, Programme Time; Ventilation: Natural Convection, Vent Connection With Restrictor Flap; Works Calibration Certificate : Calibration At +160°c; Door Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Internals 1 Stainless Steel Grid(s), Electro Polished; Stainless Steel Interior; Interior Easy-to-clean Interior, Made Of Stainless Steel, Reinforced By Deep Drawn Ribbing With Integrated And Protected Large-area Heating On Four Sides; Volume 32 L; Dimensions W(a) X H(b) X D(c): 400 X 320 X 250 Mm; Max. Number Of Internals: 3; Max. Loading Of Chamber 60 Kg; Max. Loading Per Internal 20 Kg; With Free Power Back-up System, With Free Installation And Demonstration. Unit 1 130,000.00 22 Newborn Hearing Screening Test Equipment. Brand New. Product Specifications: • Capable Of Screening And Diagnostic Testing With Te And / Or Dpoae. • Fast Automatic Test With Pass / Refer And Graphical Test Result Display. • Direct Evaluation Via Value And Bar Diagram. • Up To 12 Frequencies Displayed Within The Device, Dp Up To 12 Khz. • 5 Dp / 2 Te Protocols With User Customizable Parameters (diagnostic Version). • High Noise Immunity For Operation In Normal Clinical Environment. • Lightweight, Small Ear Probe. • Environmentally Friendly Due To Long Life, Rechargeable Battery. • Bluetooth Communication To Optional Printer And Pc • Evaluation Of Results In Pc. Screener With At Least 4 Frequency Dpoae Testing Protocols. • Qualified Protocols Built Into The Device. • 4 Dpoae Test Frequencies Reported. • Integration To State Tracking Systems, Hi-track Or Oz. Diagnostic With Up To 12 Frequency Dpoae Testing Protocols. • 1.5 To 12 Khz Frequency Range With Up To 12 Test Frequencies Reported. • Customizable Test Protocols Teoae Available As An Upgradeable Option. Measurement Type: Distortion Product Otoacoustic Emissions (dpoae) Transient Evoked Otoacoustic Emissions (teoae). Frequency Range: Screener Version: Dpoae: 2.0 Khz To 5.0 Khz Teoae: 1.5 Khz To 4.0 Khz. Diagnostic Version: Dpoae: 1.5 Khz To 12.0 Khz Teoae: 0.7 Khz To 4.0 Khz. Stimulus Intensity Range: Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Microphone System Noise: -20 Db Spl @ 2 Khz (1 Hz Bandwidth)/ -13 Db Spl @ 1 Khz (1 Hz Bandwidth). Dimensions And Weight (unit): 2.5 To 3” W X 1.2 To 1.8” D X 5.5 To 6.5” H 6.2 To 6.8 Oz. Power Supply: Lithium-ion Rechargeable. Battery Life: 1000 Tests Per Charge, Minimum 15 Hours On-time. Connectors/ Communications: Integrated Usb Communication Capability For Battery Charging And Communication With Pc-based Database Programs Or An Optional Printer. Hdmi Connector For Connection To The Micro-probe. Integrated Bluetooth Class 2 + Edr With Spp. Protocol For Communication With Optional Printer. Standard Accessories: Micro-probe, Box Of Single Use Ear Tip And Ear Tip Remover, Package Of Probe Tubes, Micro-usb Power Supply For Charging Lithium Ion-battery, Pc Database Software With Manual, Micro B To A Usb Cable For Pc Communicator/charging, Protective Carrying Case, Data Management Tool That Provides The Ability To Transfer Patient. Oae Test Data From The Testing Device To A Pc For The Purposes Of Viewing, Archiving, Managing And Printing Oae Reports. Using The Database Also Gives You The Means To Create Letter Sized, Detailed Reports That Can Be Easily Filed Or Faxed. You Can Also Create A “paperless” Office By Saving The Test Results As A Pdf For Electronic Filing Or Email. Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Includes Ups. Warranty –at Least 1 Year After Delivery And Installation. Provision Of Training For End-user To Accredited Newborn Screening Center. All Expenses Should Be Shoulder By The Lowest Calculated Bidder. Unit 1 1,000,000.00 23 Operating Room Lights. Brand New. Product Specifications: Dual Head- Ceiling Type. Major Operating Room Light Multi-color. Merging Of Light Fields, Light Intensity Control. Comfortable Display Of Key-pad On Major Lighting Head. Back Light Key Pad Display. Depth And Merging Light Field Should Be Operated At The Sterilizable Handle. Cool Light Temperature Increasing In Head Area: 0.5 ºc. 360° Continuous Rotation Around All Major Joints. Anti-bacterial Coating Head. - Light Head Diameter: 66cm. Ideal Laminar Flow Ceiling System. With Endo Mode: Must Be Color Green Light. Main Light Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 160,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 19-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. - Adjusting The Shadow Activating Via The Touch Panel. - Maximum Of Four Groups Of Lenses Are Dimmed Simultaneously. Shadow Management System. Number Of Led’s: 99 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Laser Pointer On Head (main Light Head Only). Lf-index Leenemann: 26. Lf-index Oostlander: 28. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82 - 92watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 18.5 Kg. Protection Type Lamp Head: Iec60529. - Aluminum Housing. Satellite Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 140,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 18-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. Number Of Led’s: 69 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82-92 Watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 17.9 Kg Minimum. - Aluminum Housing. Protection Type Lamp Head: Iec60529. Standard Accessories: - Sterilized Handle: 2 Pcs/ Lamp Head, - Ceiling Anchorage Ring With Screws, - Spring Arm, - Ceiling Cover, Including Installation Of Brackets To Embed Overhead Ceiling- User Manual, - Ups. Warranty Of Two (2) Years For Parts And Labor With Free Preventive Maintenance Every Quarter Within Warranty Period Five (5) Years Warranty For Led Bulb Only. Unit 1 2,500,000.00 24 Operating Room Table (motorized). Brand New. Product Specifications: Total Length: 2000-2100 Mm. Width Including Side Rails: 600-630 Mm. Mattress Width: 550-570 Mm. Total Weight: 200-210 Kg. Safe Working Load (swl): Up To 250 Kg. Height Adjustment Range: From 595 Up To 1005 Mm. Castors: Four Ø 120-125 Mm Central Locking Twin Castors. Head Section: -58° ... +37°, 135 Mm. Back Section: -10° ... +70°. Leg Section: -80° ... +10°. Lateral Tilt: 20° / 20°. Trendelenburg/anti-trendelenburg: 30° / 20°. Sliding Tabletop For C-arm Function: 300-320 Mm. Flex / Reflex: 220° / 120°. Electrical System: 24 Vdc, Battery Operated, 100 - 240 Vac, 50/60 Hz. Controls: Hand Control And Integrated Control Panel On The Column. Memory Positions: Four Programmable Positions. Visco-elastic Mattresses. Radio Lucent Tabletop For X-ray. Accessories For General Surgery: 1. Arm Rest, 2. Anesthesia Frame With Clamp And, 3. Attachment Clamp. Transport And Storage Conditions: Temperature 7 10° C + 50° C. Relative Humidity 10 %, 85 %. Air Pressure 700 Hpa, 1060 Hpa. Operating Condition: Temperature +10° C, + 40° C. Relative Humidity 30 %, 75 %. Air Pressure 700 Hpa 1060 Hpa. Side Rail Accessories: 25 X 10mm. Warranty-1 Year From Delivery And Installation. Certificate Of Parts Available In The Next 5 Years. Includes Training To End-user. Includes Product Manual. Unit 2 5,500,000.00 25 Radiant Warmer With Phototherapy Units. Brand New. Product Specifications: Fixed Height Radiant Warmer, Mounted On A Column. The Unit Is Supported By A T-shaped Sturdy And Stable Wheeled Base. Bases Is Provided With A Minimum Three (3) Anti-static Swivel Casters. At Least Two (2) Of The Casters Are Equipped With Brakes. The Base Is Equipped With A Side Handle/rail For Easy Positioning. The Design Of The Base Is Suitable To Be Fitted Over Standard Cradles, Cribs, And Bassinets. Overhead Radiant Heater At A Fixed Height Of 1.80-2.0m. Radiant Heating Is Achieved By Quartz/ceramic Elements, Placed In A Parabolic Reflector. The Radiator Is Equipped With A Safety Grid. The Unit Support Three (3) Modes: Pre-heating, Manual And Servo Mode. The Unit Allows For Instant Switching Been The Different Operating Modes. The Minimum Skin Temperature Setting Range Is 32°c To 37°c. The Resolution Of The Temperature Is: ± 0.5°c Or Better. In Manual And Pre-heating Modes Heating Settings Allow For A Range Of 0 – 100%. Led Spotlight(s) For Examination Are Integrated In The Overhead Radiant Heater, The Angle Of The Overhead Light Is Adjustable. Warm-up Time < 30 Min To 25°c. Power Requirements: 1 Ph, 100 - 240 Volts - 50/60 Hz 900 To 1300va (with Ups And Avr). Display Features: The Display Panel Is Integrated In The Column For Visualizing Working Parameters And Alarms. The Display Indicates: - The Current Active Mode: Pre-heating, Manual Or Servo, - The Current Heating Power In Percentages, - The Current Pre-set Temperature, - The Current Actual Skin Temperature, - The Current Air Temperature. The Unit Is Equipped With A Self-check Feature. Alarm And Safety Features: Alarms Are Audible And Visible. Alarms Indicating: - Sensor Disconnection Or Malfunction. - Power Failure. - Skin Temperature, After Stabilizing, Varying Beyond 0.5° To 1°c From Set-point. - 10 To 15 Minutes After Manual Mode Has Been Engaged An Audible Alarm Will Sound. In Addition, The Unit Will Either Reduce Or Cut The Power To The Heater. In Skin Mode, When The Temperature Exceeds 39°c, The Unit Will Cut The Power To The Heater. Supplied With: Instructions For Assembly, Use And Maintenance In English: 1 X Installed And 2 X Spare Reusable Skin Temperature Sensors, Including Connection Cable And Plug. 1 X Spare Quartz/ceramic Heating Element Or The Same With Installed Heating Element. 2 X Spare Examination Light Bulbs. 1 X Set Of Spare Fuses, If Applicable. Accessories: A Durable Light Weight Cradle/crib And Mattress. Oxygen Regulator Including A Pressure Gauge, Flow Meter, Humidifier Bottle And All Required Tubing. Integrated Weighing Scale. Electrically Operated, Slow Suction Unit Including A Vacuum Regulator, Vacuum Gauge And Autoclavable Collection Jar. Electrical Height Adjustment. T-piece Resuscitator. Integrated Phototherapy Unit. Led Phototherapy Unit 36cm: 620-2800μw/c㎡. Led Phototherapy Unit 50cm: 400-1620μw/c㎡. Estimated Life Span: Eight Years. Includes Avr. Unit 3 600,000.00 26 Refrigerator (biological). Brand New. Product Specifications: External Dimension: W = 700-750 Mm D = 730-750 Mm H = 2000-2100 Mm. Inside Dimension: Useful Space On Top W = 600-620 Mm D = 550-570 Mm H = 500-550 Mm. Useful Space At The Bottom W = 590-610 Mm D = 540-560 Mm H = 500-550 Mm. Capacity: 600 L Temperature Range: Top 2°c To 20°c Bottom 2°c To 20°c. Optional: Other Temperature Ranges. Housing Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. With 4 Feet, Height Adjustable. Optional: Set Of 4 Casters, 2 With Brakes. Interior Space Inner Case Of Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. Cleaning Friendly By Rounded Corners, Slippery Surface In The Interior, Meets Highest Hygiene Requirements Insulation High Density Foamed-in-place Polyurethane, With A Thickness Of 60 Mm. Cfc-free. Circulation Air Cooling For Rapid And Uniform Temperature Control, Reducing Temperature Gradients To A Minimum. When The Door Is ""open"" The Circulating Fan Is Switched Off Automatically By A Micro Switch In Order To Prevent Warmer Ambient Air Being Drawn In. Door 2 Pcs. Three-layer Thermally Insulating Glass Door (arranged On Above The Other), Supplied As Standard With Right Hand Hinge, Also Available With Left Hand Hinge At No Extra Cost. Grease Resistant Magnetic Seal. Optional: With Door Lock. Interior Fittings 4 Pcs. Grating-type Shelves (dim.: 530x550 Mm), White Coated. Interior Lighting With Automatic On/off Micro Switch. Optional: Stainless Steel Shelves Or Stainless-steel Drawer Compartments, With 3 Lengthwise Dividers With Telescopic-type Guides On Rollers With Stops, Drawer Dimensions: 500x480x77 Mm (wxdxh) Usable With Between The Lengthwise Dividers: 106 Mm (lengthwise Dividers Easily Removable). Working Range 1 From 2°c To 20°c (assuming The Ambient Temperature Is Approximately 4°c Above The Set Point). Temperature Accuracy +/- 1,8°c After Stabilization (with 50% Of Loading). Acoustics Signal When The Set Value Is Undercut Or Exceeded Potential-free Connection Socket For Extern Alarm Refrigerating Unit 2 Pcs. Fully Hermetically Sealed, Forced Ventilation, Fitted On Vibration – Absorbing Mounts (ambient Temperature Max. 32°c), Low Noise (48dba/1m), Energy Saving Compressor With High Quality Vaporization System. Refrigerant: R 290 Or Equivalent Defrost Automatically With Thermal And Time Limit. Condensate Evaporation In Heated Tray. During The Defrost Period, The Temperature Inside The Cabinet (only The Air Temperature – Not The Stored Goods) Will Arise For A Short Time. Electrical Date: Power Supply220-230 V/50 Hz/single Phase Optional: 60 Hz. Power Input 2x 0,20 Kw. Fuse 16a. Power Cable: 2x 1,5 M. Packing Details (palletized) Dimensions: Approx. 85x98x224 Cm. Net Weight: 150-170 Kg. Gross Weight: 180-200 Kg. Include Avr. Unit 1 100,000.00 27 Rigid Video Procto-sigmoidoscope. Brand New. Product Specifications: Plastic Obturator. Video Camera. Stainless Steel Tube. Handle Of Polyacetal (delrin), Usb Male Connector. Analogue To Digital Converter Nozzle For Gas. Instrumentation Channel. Silicone Washer. Includes Universal Fiber Optic Light Source Machine And Tube Connector From The Proctoscope To The Light Source Machine. Warranty -6 Months From Delivery And Installation. Set 1 50,000.00 28 Stretcher, Transport Type. Brand New. Product Specifications: Hydraulic Stretcher. Numbers Of Function: Five-function. Certification: Ce, Fda, Iso13485. Size: 2000-2100 Mm (l)*770-800mm (w)*600-610/900-920mm (h). Height:600mm-930mm. Lowest Position-floor To Platform-580mm. Highest Position-floor To Platform-905mm. Side Rail Height Above Mattress Platform-340 To 360mm. Maximum Back Rest-0-80 Degrees. Maximum Knee Rest-0-30 Degrees. Maximum Trendelenburg Reverse Tr-0-16 Degrees. Mattress Size -1850-1880 X 650-670 X 80-90mm. Loading Capacity -up To 200 Kg. Side Rails: Collapsible Aluminum Alloy Side Rails. Bed Platform: X-ray Transparent. Specification: Ce, Fda, Iso. Other Features: 1. Central Brake System: Equipped With Four Brake Pedals On All Sides Of The Bed Make The Brakes At The Optimal Position Effectively Or Central Brake Pedal Located At Both Ends Of The Bed. 2. Multi-function Instrument Support: The Instrument Support Can Put The Monitor And Can Also Be Used As A Headboard To Prevent Accidental Slippage Of The Patient. 3. Push Handle: Reducing The Workload And Preventing The Injuries. 4. High Quality Mattress: Waterproof Cloth With The Smooth Surface Of The Mattress, Easy To Clean And Not Misplaced. 5. Large Diameter Wheel: Using The Imported 7 To 8-inch Silent Caster Make It Flexible And Durable. 6. The Fifth Wheel: The Fifth Wheel Can Provide A Smaller Radius Of Gyration. The Telescopic Collapse Design Can Slide Smoothly Even On The Rough Surface Or Obstacles Such As The Elevator Sill, Reducing Effectively The Damage Caused By Transport To Patients. 7. Plastic Coated Side Rails: The Side Rails With Stainless Steel Column Guardrail Covers Almost Entire Length Of Bed. 8. High-strength Carbon Steel Structure And Spray Procedure: The High Quality Carbon Steel And Robot Welding Guarantee The Mechanical Strength. The Spray Surface Treatment Is Easy To Clean And Guarantees A Longer Life Or Equivalent. 9. Rapid Lifting Hydraulics: The Imported Dual-pressure Lifting System Can Be Used To Quickly Lift The Bed Or The Push Handle For 2 Seconds In An Emergency, And The Bed Will Automatically Locate The Height To Form A Special Body Position Of The Patient. 10. X-ray Imaging: Equipped With X-ray Material Bed Surface And X Ray Cassette Holder, The Whole Body Can Be X-rayed. 11. With Oxygen Cylinder Holder. Warranty -1 Year From Delivery And Installation. Unit 18 5,400,000.00 29 Suction Machine. (heavy Duty). Brand New. Product Specifications: Floor, Standing Type. Oil-less Piston Suction Motor. Double Anti-overflow Protection (mechanical Float And Electronic Sensor). Flow Rate: 40-50 Liter Per Minute. Water Displacement. Vacuum -700-800mmhg. Includes 2x3 Liters Polycarbonate Collection Jar. Attach/detach Abs Plastic Cover Jar. Anti-bacterial And Hydrophobic Filter. Patented Anti-vibration System. Dimensions: 300-400mm X 380-420mm X 800-850mm (lxwxh). Weight -15-25 Kg. Equipped With Foot Switch. Power -250w. Power Requirement -ac 200, 50-60hz. Silicone Hose. Operation And Service Manual Included. Warranty Of 6 Months From Delivery And Installation. Includes Orientation And Training Of End-user Staff. Unit 2 600,000.00 30 Syringe Pump. Brand New. Product Specifications: With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual.  Applicable Syringes (universal Compatibility To Various Brands): 10ml, 20ml, 30ml, 50ml/60ml, Accuracy: ±2% (mechanical ±1%).  Flow Rate: 10ml: 0.1 Ml/h -300ml/h, 20ml: 0.1 Ml/h -600ml/h, 30ml: 0.1 Ml/h -900ml/h, 50ml: 0.1 Ml/h -1500ml/h.  Bolus Rate: 10ml: 100-300ml/h (default 300ml), 20ml: 100-600ml/h (default 600ml), 30ml: 100-900ml/h (default 900ml), 50ml: 100-1500ml/h (default 1500ml).  Purge Rate: 10ml: 300ml, 20ml: 600ml, 30ml: 900ml, 50 Ml: 1500ml.  Volume To Be Infused: 0.1ml~1000ml.  Injection Increment: 0.1ml.  Infusion Mode: Rate Mode, Time Mode.  Time Mode: Volume Limit: 0.1~999.9ml. Pre-set Time: 1min To 99h99min. Remaining Time: **h **min.  Occlusion Pressure: 3 Adjustable Occlusion Pressure Settings: Low, Middle And High.  Alarm Function: Infusion Completion, Near Completion, Empty, Occlusion, Low Battery, Syringe Disengaged, Incorrect Installation Of Syringe Plunger, No Ac Power Supply, Low Battery, Battery Exhausted, Malfunction Etc.  Battery: Rechargeable Lithium Polymer Battery, 7.4v, 2100mah, Can Operate For More Than 3 Hours After Fully Charged At 25ml/h. Unit 5 300,000.00 Total 34,665,000.00 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier, Except For Line Items With Asterisk (*) Which Have Been Awarded By A Non-health Facility. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meet.google.com/deb-mcrk-wqm. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents January 16, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of February 5, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference January 24, 2024 (friday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids February 5, 2025 (wednesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of February 5, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Mr. Jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Closing Date5 Feb 2025
Tender AmountPHP 34.6 Million (USD 592.9 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Combined Synopsis/solicitation Notice combined Synopsis/solicitation Notice page 3 Of 3 combined Synopsis/solicitation Notice *= Required Field combined Synopsis/solicitation Notice page 1 Of 3 (i) This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) Solicitation 36c24725q0296 Is Issued As A Request For Quotation (rfq). (iii) The Solicitation Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-02, Dated 01-03-2025. (iv) This Solicitation Is Set-aside Exclusively For Service-disabled Veteran-owned Small Business Concerns. To Be Considered For Award Prospective Offerors Must Be Registered And Active In The System For Award Management (www.sam.gov) And Sba Verified Sdvosb Veteran Small Business Certification Veteran Small Business Certification (vetcert) (https://veterans.certify.sba.gov/) Concern Verified At The Date And Time Set For Receipt Of Offers. An Offeror, Who Is Not Sam Registered Or Sba Vet Cert Verified Sdvosb Concern At The Date And Time Set For Receipt Of Offers Will Have Their Offer Rejected As Non-responsive And Will Not Be Considered For Award. The Applicable Naics Code For This Solicitation Is 562211, Small Business Size Standard $47.0 Million. Applicable Wage Determination Wd # 2015-4609, Revision 24, Dated 12/23/2024 Is Incorporated. (v) Contractor Shall Provide Quote For Services A Base Plus (4) Four Option Years. (vi) Price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Base pop Begin: 04-01-2025 pop End: 03-31-2026 1001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 1 pop Begin: 04-01-2026 pop End: 03-31-2027 2001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 2 pop Begin: 04-01-2027 pop End: 03-31-2028 3001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 3 pop Begin: 04-01-2028 pop End: 03-31-2029 4001 12.00 mo __________________ __________________ contractor Shall Perform Regulated Medical Waste (rmw) Pick Up/disposal Services In Accordance With The Statement Of Work (sow). This Service Includes But Is Not Limited To Items Contaminated With Blood And Body Fluids/waste, Chemotherapy Wastes, Sharps, Pathological And Microbiological Waste Or Other Potentially Infectious Materials And The Collection, Packaging, Transport, And Incineration Or Otherwise Disposal Of Medical Waste Materials In Accordance With All Applicable Environmental Protection Agency (epa), Food And Drug Administration (fda), Department Of Transportation (dot), Occupational Safety And Health Administration (osha) And Any Other State And Federal Requirements Or Guidelines. contract Period: Option 4 pop Begin: 04-01-2029 pop End: 03-31-2030 grand Total __________________ (vii) Description Of Requirement: statement Of Work regulated Medical Waste And Sharps Removal Services tuscaloosa Va Medical Center a. General Information: 1. Title Of Project: Regulated Medical Waste And Sharps Removal Services 2. Location Of Services: Tuscaloosa Va Medical Center, 3701 Loop Road East, Tuscaloosa, Al 35404 3. Location Of Sharps/bio-hazard Containers: building room Number quantity 137 4-117 1 137 14-117 1 137 14-106 1 137 3117 1 137 3104 1 137 d3-101 1 137 e3-107 2 137 e3-117 1 137 g3-101 1 137 g3-116 2 137 h3-113 1 137 13-100 1 137 12-117 2 135 g-15 1 135 g-17 1 135 g18 1 135 g19 1 135 g21 1 135 g23 1 135 g23 1 135 g26 1 135 g25 1 135 g27 1 135 g31 1 135 g32 1 135 g33 1 135 g34 1 135 g42 1 38 210 1 38 211 1 38 212 1 38 213 1 38 214 1 38 206 1 38 207 1 38 240 1 38 242 1 38 243 1 38 244 1 38 243 1 38 243a 1 38 227 1 38 241 1 38 241a 1 38 243 1 38 251 1 38 252 1 38 254 1 38 111 1 38 112 1 38 113 1 38 114 1 38 115 1 38 110 1 38 109 1 38 106 1 38 104 1 38 143 1 38 133 1 38 133b 1 38 141 1 38 142 1 38 142a 1 38 143 1 38 144 1 38 144a 1 38 145 1 38 152 1 38 152a 1 38 153 1 38 155 1 1 314 2 1 308 1 1 323 1 1 420 1 phar-135 g12, G58 2 phar-145 tbd 2 eye 20a 1 dental 41b, 41e, 41h, 41j, 41m, 41n, 41p, 41q 1 lab-135 123, 128, 128a, 128c, 133, 133b, 133d 25 18 108 1 146 19, 30 2 147 19 2 149 23, 33, 45, 69, 79 9 61 a37 1 61 b-20 3 61 b23 2 61 d20 1 61 d-22 3 cage-3 n/a (storage) 69 (estimated) 3. Period Of Performance: Base Plus Four (4) Option Years As Follows: base Year: April 1, 2025 March 31, 2026 option Year #1: April 1, 2026 March 31, 2027 option Year #2: April 1, 2027 March 31, 2028 option Year #3: April 1, 2028 March 31, 2029 option Year #4: April 1, 2029 March 31, 2030 4. Type Of Contract: Firm Fixed Price 5. Days And Hours Of Operation: The Tuscaloosa Vamc Business Days And Hours Are Monday Through Friday 8:00 Am- 4:30 Pm, Central Standard Time, Excluding Federal Holidays. Federal Holidays Are New Year S Day, Martin Luther King Birthday, President S Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran S Day, Thanksgiving Day, And Christmas Day. B. General Requirments: 1. The Contractor Shall Provide All Labor, Supervision, Transportation, Supplies, Equipment Necessary To Pick Up And Transport Regulated Medical Waste (rmw) To Include The Pickup Of Sharps And Bio-hazard Waste. 2. The Contractor Shall Collect, Transport, And Dispose Of Rmw And Sharps. Should Be Treated By Autoclaving Or By Means As Regulated By The Alabama Department Of Environmental Management, And In Accordance With Federal, State And Local Laws And Regulations. 3. Pickup Of Full Sharps And Rmw Shall Be Twice Every Week On Wednesdays From The Locked Cage Located In Building 3. Twice Per Week The Contractor Should Pick Up From All Units As Listed In The Above Table. Contractor Is To Check In With The Cor Or Chief Ems. 4. This Medical Facility Has As Estimate 19,102 Pounds Of Rmw That Is Disposed Of Per Year And 13,000 Pounds Of Sharps And Bio-hazardous Waste Per Year. 5. Types Of Rmw Include, But Are Limited To The Following: a. Pathological Waste B. Cultures, Stocks And Vaccines C. All Used And Unused Sharps D. Blood, Blood Products, Other Potentially Infectious Body Fluids And Contaminated Items E. Pharmaceuticals (controlled, Outdated And Vaccines) **will Not Be Separated note: Please Be Advised That All Personnel Of The Awarded Contractor Must Have A Completed Tuberculosis Skin (tb) Test In Order To Work In Patient Areas. The Tb Skin Test Will Be At The Expenses Of The Contractor And Proof Of The Test Must Be Submitted To The Contracting Officer Representative (cor) Prior To Any On-site Services Conducted At The Tvamc. c. Specific Services: 1. Provide And Service Reusable Sharps Containment System: a. Contractor Shall Provide Labor, Transportation, Collection, Removal, Treatment And Destruction Services Including A Reusable Sharps Containment System Compliant With Centers For Disease Control (cdc) And National Institute For Occupational Safety And Health (niosh) Guidelines For The Storage, Transport And Shipment Of Regulated Medical Waste. b. A Minimum Of 90 Containers Are Needed Bi-weekly At The Tvamc. For Start Up Purposes, A Total Of 196 Containers Are Needed As Follows: 2 Gallon 64 4 Gallon 36 7 Gallon 96 c. Contractor Shall Provide Rigid Puncture Resistant Sharps Containers That Meet The American Society For Testing Materials (astm) Standard F2131-01 "standard Specification For Puncture Resistance Of Materials Used In Containers For Discarded Medical Needles And Other Sharps" d. Contractor Shall Provide Sharps Containers That Include Appropriate Sizes And Shapes, Opening Types (vertical Drop) And Closures (locking Mechanism), Mounting Brackets, Carts With Casters (to Hold And Transport), Training, And Replacement For Sharps Collection And Containment Of Sharps Waste (defined Below). e. Sharps Containers Shall Be Of The Type That Lends Itself To Privacy Of Patient Information (example- Be Of Solid Red In Color). Each Container Shall Meet All Requirements Of The Occupational Safety And Health Administration (osha) Regulation 29 Cfr 1910.1030 'bloodborne Pathogens" And Be Registered As A Sharp Waste Container With The Food And Drug Administration (fda). f. Contractor Shall Provide Labor, Tools, Materials, Supplies, Appropriate Equipment, Transportation, And Supervision Necessary To Pick Up, Store, Transport, Decant, And Clean/sterilize Containers As Well As Destroy, Dispose Of, Document, And Invoice For Waste Removed From The Containers. Special Function Items Such As, But Not Limited To, Funnel Tops, Traps, Wall Cabinets And Related Hardware, Shall Be Supplied By The Contractor At No Additional Cost To The Va. g. "sharps Infectious Waste" Shall Be Considered For The Purpose Of This Contract To Include Hypodermic Needles, Syringes And Scalpel Blades. The Term Does Not Include Any Hazardous Waste, Radioactive Waste, Or Pharmaceuticals. The Medical Center Will Be Responsible For The Segregating Of All Waste In Accordance With Federal, State, And Local Requirements. h. The Contractor Shall Provide A Supply Of Clean/sterilized, Dry And Free Of Odors, Reusable Sharps Containers To Be Kept On Site To Be Used In The Event That A Container Does Become Full Prior To The Contractor's Scheduled Exchange Visit And An Environmental Management Service (ems) Staff Member Will Then Replace Full Container With A New Empty One. Exact Storage Location To Be Determined By Ems. i. Contents Of Containers Shall Be Transported Off Station And Disposed Of As Rmw. The Contaminated Reusable Sharps Containers Shall Be Cleaned, Disinfected, And Sterilized For Reuse. Reusable Sharps Containers Shall Not Be Cycled Through More Than 500 Times Or As Stated And Allowed By Applicable And Current Regulations. The Cost Of Any Replacement Sharps Containers Shall Be At The Contractor's Expense. j. All Containers Shall Be Clearly Labeled With Biohazard Symbol And The Word "biohazard' Displayed On Them Along With Barcode. k. The Contractor Will Provide Red Bags/liners For The Re-useable Plastic Containers As Needed, Or Upon Request. We Will Require 8- And 15-gallon Bags, Using An Estimated 1,200 Bags Per Year For Each Size. l. In Additional To Re-useable Containers, Contractor Will Provide Red Bags For Use In Emergencies. 2. Provide Regulated Medical Waste (rmw) Collection And Disposal Services a. Contractor Shall Provide Services Including The Provision Of Containers And Labels For Regulated Medical Waste; Pickup Of All Regulated Medical Waste Streams To Include Sharps; Storage And Transport; Decanting, Examination, Appropriate Treatment, Disposal, And Documentation Of Quantities And Weights Of Waste; Cleaning Of Containers; And Provision Of Legal Manifest Which Accurately Documents The Chain Of Custody From Point Of Pickup To Final Disposition. b. The Estimated Quantity Of Waste Pickup Is Established In Section B2 Price/cost Schedule. c. Contractor Will Pick Up Medical Waste And Sharps From The Units As Listed In Section A3 And Take To Building 3, Locked Cage. The Contractor Will Pick Up And Dispose Of Rmw And Sharps From The Containers Behind Building 3 In The Locked Cage. d. Regulated Medical Waste Containers: Containers Shall Be Made Of Rigid Plastic Construction Designed To Prevent Puncture By Needles And Other Sharps, Capacity Not To Exceed 96-gallons, (minimum Of 26 Wheeled Totes Are Needed In The Catchment Area) And Shall Include Locking Safety Handles Along With Appropriate Bio-hazard Warning Symbols Approved By The State And Federal Regulatory Agencies. Contractor Shall Maintain The Re-used Containers And Equipment In A State Of Satisfactory Repair (no Broken Wheels Or Lids, Sharp Points) And Appearance (free Of Dirt/old Paper Stickers) As Determined By The Cor. Contractor Shall Have Containers Disinfected Inside And Out And Free Of Moisture Using The Centers For Disease Control (cdc) Approved Disinfectant Before Returning Them To The Medical Center Or Clinics For Use. Safety Data Sheet (sds) Information Shall Be Provided By The Contractor To The Cor Prior To Use. e. Medical Waste And Sharps Should Be Disposed Of By Autoclaving. d. Safety Requirements And Training: a. Contractor Vehicles, Carts, Materials, Or Supplies Shall Not Be Left Unattended. Vehicles Shall Be Parked Only In Designated Area As Provided By Ems Staff. b. Contractor Shall Ensure That Its Staff Who Drive On Va Property Are Professional, Comply With All Facility Policies Such As Zero Tolerance For Sexual Harassment And Violence In The Workplace, Drug-free Workplace, Safety, And Be Appropriately Dressed. c. Contractor Shall Ensure That Facility Standards Are Followed Along With The Joint Commission Standards. Contractor Is Solely Responsible For Any And All Spills Or Leaks During The Performance Of The Contract. d. The Contractor Agrees To Clean Up Such Spills And/or Leaks To The Satisfaction Of The Government In A Manner Which Satisfies The Applicable Regulations, At No Cost To The Government e. The Contractor Shall Report To The Va Safety Officer Via The Cor All Spills, Regardless Of Quantity And All Personnel Exposures. Such Reports Shall First Be Reported By Telephone Within 30 Minutes Following The Incident And Shall Have A Follow Up In Writing No Later Than Seven (7) Days After The Initial Report. When Reporting A Spill, The Following Information Shall Be Furnished (1) Quantity Spilled; (2) Exact Location Of Spill; (3) Containment Procedures Initiated; (4) Clean-up And Disposal Procedures; (5) Personal Injury Involved; (6) Assistance Required; And (7) A Narrative Summarizing All On-scene Visits Made By Local, State, And Federal Officials. f. Contractor Shall Not Dispose Of Any Chemical Containers Contaminated By Cleaning Chemicals In Any Location In The Facility Except As Specified By The Cor. g. Contractor Shall Comply With All Applicable Federal, State, County Regulations On Workers' Safety Standards And Related Training. h. All Contractor Personnel Involved In The Performance Of This Contract Shall Have Received Training Regarding The Handling Of Infectious Materials, And Emergency Procedures To Be Followed In Case Of A Spill Before Starting Work Under This Contract. i. Certification Of Such Training Shall Be Provided Within (fifteen) 15 Days Of Receiving Notice Of Award Of The Contract. Certification For Any New Contract Employees Shall Be Provided To The Contracting Officer Within Thirty (30) Days Of Receipt Of The Training. e. Contractor Submittals: a. Prior To Commencement Of Any Work, The Contractor And Employees Working On This Contract Shall Submit To The Cor And/or Contracting Officer: contractor Shall Be Properly Licensed By Federal, State And Local Authorities To Provide Pickup, Removal And Disposal Of Bio-hazardous Waste And Insured. contractor Shall Attach Copies Of Licenses, Permits, And Proof Of Insurance Indicated Above With Their Quote At Time Of Offer Due Date And Shall Maintain All Required Licensing, Permitting, And Insurance Throughout The Life Of The Contract. contractor Shall Provide Name, Address, Contact Name And Telephone Number Of All Disposal Facilities To Be Used Under This Contract, With Their Offer At Time Of Offer Due Date. contractor Shall Make Complete Distribution Of The Waste To A Reliable Licensed Facility Approved By All Federal, State, And Local Regulatory Bodies For Disposal. the Contractor Shall Identify A Person Who Shall Be Responsible For The Performance Of Work. The Name And Phone Number Shall Be Provided To The Contracting Officer At The Time Of Offer. the Contractor Shall Establish And Maintain A Complete Quality Control Program To Assure The Requirements Of The Contract Are Provided As Specified. The Contractor Shall Provide A Copy Of Their Quality Control Program To The Contracting Officer At The Time Of Offer. the Contractor Shall Develop And Submit To The Contracting Officer, A Copy Of Their Contingency Plan In The Event Of Vehicle Breakdown, Disposal Facility Breakdown, Natural Disaster, Or Employee Strike At The Time Of Offer. The Contingency Plan Will Include Notification Procedures For Informing The Contractor Officer Representative (cor)/generator Of Any Actuation Of The Contingency Plan To Prevent Possible Violation Of Interstate Laws. f. Contractor Qualifications: all Personnel Of The Awarded Contractor Must Have A Completed Tuberculosis Skin (tb) Test In Order To Work In Patient Areas. The Tb Skin Test Will Be At The Expense Of The Contractor And Proof Of The Test Must Be Submitted To The Contracting Officer Representative (cor) Prior To Any On-site Services Conducted At The Tvamc. contractor Must Provide A Copy Of The State Department Of Environmental Management, notification Of Permit By Rule Operations Solid Waste Collection Operation Permit, Transporter Permit. g. Manifest Documentation/report a. Contractor Will Make Pickups At The Designated Pick Up Points Between The Hours Of 8 Am And 2:30 P.m. (weekdays). b. The Contractor Shall Provide Tracking Of Medical Waste From The Point Of Pickup, Through Use Of An Epa, Deq For Applicable State, And Dot Approved Manifest System. c. The Contractor Shall Provide Hard Copy Documentation (manifest Sheets) To The Cor, Indicating Time And Date Of Pickup, Time And Date Of Autoclaving, And Weight Of Each Container Received At The Time Of Pick Up. d. Contractor Staff Shall Engage Only Authorized Ems Staff (cor Or Designee) To Sign Manifests Of Waste In Accordance With Dot And State Requirements. Contractor Shall Provide Final Copy Of Manifests Within Two (2) Weeks After The End Of The Month Of Service. e. Contractor Shall Provide The Weights Of Medical Waste Processed For Each Facility Site At The End Of Each Month. These Weights May Be Included On The Monthly Invoice But Must Be Provided Monthly. f. Contractor Will Provide All The Necessary Labels To Designate The Type Of Medical Waste Contained In Each Container (medical Waste) h. Quality Control/assurance (contractor): a. The Contractor Shall Establish And Maintain A Complete Quality Control/assurance Program To Assure The Requirements Of The Contract Are Provided As Specified. b. The Contractor Shall Provide A Copy Of Their Quality Control/assurance Plan To The Contracting Officer With Their Quote At Time Of Offer Due Date. i. Quality/performance Requirements Summary a. As Stated Above, The Contractor Shall Be Responsible For Their Own Internal Quality Control Program. The Government Will Perform Surveillance Of The Contractor's Performance Using The Performance Work Statement And The Performance Requirements Summary (see Technical Exhibit 1) On The Next Page To Determine If The Contractor Exceeds, Meets, Or Does Not Meet These Standards. The Fact That The Government Is Performing Surveillance Of The Contractor's Performance Does Not In Any Way Relieve The Contractor From Performing Their Own Surveillance And Maintaining Acceptable Quality Levels. b. Performance Requirements Summary Matrix: 1. The Government Shall Use These Standards To Determine Contractor Performance And Shall Compare Contractor Performance To The Acceptable Quality Level (aql). technical Exhibit 1 performance / Requirement Indicator performance Standard performance Measure (aql) monitoring Method / Method For Surveillance incentive waste Collection/pickup Form Both Rmw And Sharps Containers (sections 3a And 3b) within Time Specified 100% (no Deviation) direct Observation, Random Sampling By Cor And Customer Complaints positive Past Performance & Exercise Of Option Year Periods treat And Disposal Of Waste (section 3) dispose Of In Accordance With Osha, Epa, And Local, Stated, And Federal Regulations 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods provide Copies/access To Documentation (manifest Sheets) To The Cor, Indicating Time And Date Of Pickup, Time And Date Of Autoclaving, And Weight Of Each Container Received At The Time Of Pick-up (section 6) provide At The Time Of Pickup 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods pick-up, Disposal Documents The Contractor Shall Provide Copy Of Monthly Record Of The Weights For Medical Waste (manifests) Picked Up And Disposed Of. (section 6) final Documents Received Within 2 Weeks, Following The End Of The Month 100% (no Deviation) direct Observation, Random Sampling By Cor positive Past Performance & Exercise Of Option Year Periods (viii) Far 52.212-1, Instructions To Offerors Commercial Items (sep 2023), Applies To This Solicitation. The Following Provisions And Clauses Are Added As Addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp far Number title date 52.204-7 system For Award Management oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.229-11 tax On Certain Foreign Procurements--- Notice And Representation jun 2020 852.233-70 protest Content/alternative Dispute Resolution oct 2018 852.239-75 information And Communication Technology Accessibility Notice feb 2023 addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Provisions Are Incorporated Into 52.212-1 As An Addendum To This Solicitation: the Offeror Shall Submit Their Quote On Company Letterhead. The Offeror S Quote Shall Include The Name, Address, And Telephone Number Of The Offeror, The Offeror S Uei# And Orca Document, In Sam At (https://sam.gov) , And A Completed Copy Of 52.212-3 Offeror Representations And Certifications- Commercial Items. All Fillable Documents Are Required For Submission. Submission Of Vaar 852.219-75 Certification Completely Filled Out Is Required. acknowledgement Or Signed Copy Of All Amendments Posted To The Solicitation And Signed 1449. all Offerors Must Meet The Small Business Size Standard Of $47m For Naics Code 562211 Hazardous Waste Treatment And Disposal At The Time Of Submission Of Quote And At The Time Of Award. All Offerors Must Be Registered In Veterans Small Business Certification () And Sam At The Time Of Quote Submittal. an Offeror Must Be Sdvosb Verified (reference Vaar 852.219-73) At Time Of Quote Submission And At Time Of Award. Vaar 852.219-75 Certification Are A Submission Requirement And Shall Be Submitted Electronically. an Offeror Shall Indicate In Its Quote Whether It Will (1) Self-perform 100% Of The Requirement, Or (2) Subcontract Any Portion Of The Requirement. If The Offeror Intends To Subcontract Any Portion Of The Requirement, The Offeror Shall Provide A Subcontracting Plan That Includes A Percentage Breakdown Evidencing How The Offeror Will Comply With The Limitations On Subcontracting In 13 Cfr 125.6(a)(1). Failure To Provide The Required Information May Result In An Offeror S Quote Being Rejected Without Further Consideration. If The Offeror Plans On Using Subcontractors, You Must Provide A Subcontracting Plan To Include: a. Business Name b. Business Size c. Work They Will Be Performing, To Include % Of Work On Contract d. % Of Payment To Be Receive Of Total Contract Amount 7. Price: The Offeror Shall Fill-in All Unit Prices And Totals For Each Clin As Well As The Total Amount Of The Price Quote In The Solicitation S Price Schedule. 8. Technical: The Offeror Shall Demonstrate In Its Quote In As Much Detail As Possible How It Will Meet The Tusacaloosa Va Medical Center, Tuscaloosa, Al- Regulated Medical Waste And Sharps Removal Services Requirement As Described In The Solicitation S Statement Of Work. 9. Past Performance: The Offeror Is Required To Provide A Minimum Of Two (2) Past Performance Reference For Similar Services Within The Last Four (4) Years, Either Governmental Or Commercial Entity, In Response To This Solicitation, To Include Place, Size, And Years Of Service Performed. If No Past Performance Is Available, You Must Address This In Your Offer. Past Performance Will Be Reviewed As Part Of The Responsibility Determination Only. 10. All Questions Should Be Emailed To Laterrica.sewell@va.gov By Thursday, January 30, 2025, At 10:00am Est.. No Late Submissions Will Be Accepted. All Responses To Questions Shall Be Incorporated Into A Written Amendment Posted To The Government Point Of Entry (gpe). The Offeror Is Encouraged To Monitor The Gpe, Sam Website With Respect To This Solicitation Because Any Amendments To This Solicitation Will Be Posted On The Website (https://.sam.gov). there Will Be No Automated Email Notification Of Amendments. 11. Quotes Must Be Received By Thursday, February 13, 2025, At 10:00am Est. Email Your Quote To Laterrica.sewell@va.gov. The Subject Line Must Have The Solicitation The Offeror Is Responding To Listed. There Will Be No Automated Email Notification Of Receipt Of Quotes. All Quotes Received Without Requested Documentation Will Not Be Considered. a. The Offeror Will Submit All Documents In Pdf Form, Preferably One Document, With No More Than Ten (10) Pages. Not Providing All The Required Documents Above Along With Not Following The Instructions For Submission Will Result In An Unacceptable Quote. (end Of Provision) ix. Far 52.212-2, Evaluation Commercial Items (nov 2021), Applies To This Solicitation. basis For Award: This Request For Quote (rfq) Is Issued In Accordance With Far 12 And In Conjunction With Simplified Acquisition Procedures Far 13.5. Evaluation Of Price And Other Factors Will Be Performed In Accordance With Procedures Outlined In Far 13.106-3. A Single Award Will Be Made To The Offeror Who Represents The Best Value Utilizing Comparative Analysis, Considering, Technical, Past Performance, And Price. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: technical: The Technical Evaluator Will Evaluate The Offerors Quote To Fulfill This Requirement. The Offeror Will Show Its Understanding Of The Requirement And The Viability Of Its Quote By Demonstrating Its Plan Of Action To Provide This Service, Demonstration Of Knowledge Of The Service And Ability To Perform By Providing A Detailed Plan Of Equipment And Personnel Required To Fulfill The Need And The Procedures You Will Use While Executing The Requirement. this Description Shall Include: offer Must Be In Business For Two Or More Years. offeror Must Provide Capabilities Statement Specifying The Ability To Provide Service Directly Related To Regulated Medical Waste And Sharps Removal Services Outlined In The Statement Of Work (sow). details Of The Vendor S Internal Quality Assurance Plan. past Performance: The Offeror Is Required To Provide A Minimum Of Two (2) Past Performance References For Similar Services Within The Last Two (2) Years, Either Governmental Or Commercial Entity, In Response To This Solicitation, To Include Place, Size, And Years Of Service Performed. If No Past Performance Is Available, You Must Address This In Your Offer. Past Performance Will Be Reviewed As Part Of The Responsibility Determination Only. price. The Vendor Is Required To Quote A Fully Burdened Fixed Price For The Clin Structure As Shown In Section Vi. Insert The Quoted Unit And Extended Prices In Contract Line-item Number (clin) 0001 Through 4001. All Unit Prices Shall Be Represented In Two Decimal Positions Only. Example: $0.27, Not $0.27458. The Government Shall Evaluate Price To Determine If It Is Considered Fair And Reasonable In Accordance With Far Part 13.106-3. (b) Options. The Government Will Consider Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). This Includes Options Under Far 52.217-8, Option To Extend Services, Which Applies To This Solicitation. Evaluation Of Options Under Far 52.217-8 Will Be Accomplished By Adding Six Months Of The Quoter's Price For The Last Potential Period Of Performance Under This Contract To The Quoter's Total Price. For Example, If The Contract Includes Option Periods That Are Exercisable Under Far 52.217-9, The Quoter's Total Price For The Purpose Of Evaluation Will Include The Base Period, All Option Periods, And An Additional Six Months Of The Last Option Period. Quoters Must Price Only The Base And Option Periods Specified In The Contract Line-item Numbers (clins) And Shall Not Submit A Price For The Potential Six-month Extension Of Services Under Far 52.217-8. The Government Reserves The Right To Exercise The Option Under Far 52.217-8 Before The End Of Any Of The Contractor's Performance Periods And Will Be Exercised At The Price And/or Rates In Effect At The Time The Clause Is Exercised. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) The Offeror Shall Not Complete The Representation At Paragraph (d)(1) Of This Provision If The Offeror Has Represented That It Does Not Provide Covered Telecommunications Equipment Or Services As A Part Of Its Offered Products Or Services To The Government In The Performance Of Any Contract, Subcontract, Or Other Contractual Instrument In Paragraph (c)(1) In The Provision At 52.204 26, Covered Telecommunications Equipment Or Services Representation, Or In Paragraph (v)(2)(i) Of The Provision At 52.212 3, Offeror Representations And Certifications Commercial Products And Commercial Services. The Offeror Shall Not Complete The Representation In Paragraph (d)(2) Of This Provision If The Offeror Has Represented That It Does Not Use Covered Telecommunications Equipment Or Services, Or Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services In Paragraph (c)(2) Of The Provision At 52.204 26, Or In Paragraph (v)(2)(ii) Of The Provision At 52.212 3. (a) Definitions. As Used In This Provision Backhaul, Covered Telecommunications Equipment Or Services, Critical Technology, Interconnection Arrangements, Reasonable Inquiry, Roaming, And Substantial Or Essential Component Have The Meanings Provided In The Clause 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (b) Prohibition. (1) Section 889(a)(1)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (2) Section 889(a)(1)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115 232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract Or Extending Or Renewing A Contract With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. Nothing In The Prohibition Shall Be Construed To (i) Prohibit The Head Of An Executive Agency From Procuring With An Entity To Provide A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or Interconnection Arrangements; Or (ii) Cover Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Cannot Permit Visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (c) Procedures. The Offeror Shall Review The List Of Excluded Parties In The System For Award Management (sam) (https://www.sam.gov) For Entities Excluded From Receiving Federal Awards For Covered Telecommunications Equipment Or Services. (d) Representations. The Offeror Represents That (1) It [ ] Will, [ ] Will Not Provide Covered Telecommunications Equipment Or Services To The Government In The Performance Of Any Contract, Subcontract Or Other Contractual Instrument Resulting From This Solicitation. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(1) Of This Section If The Offeror Responds Will In Paragraph (d)(1) Of This Section; And (2) After Conducting A Reasonable Inquiry, For Purposes Of This Representation, The Offeror Represents That It [ ] Does, [ ] Does Not Use Covered Telecommunications Equipment Or Services, Or Use Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services. The Offeror Shall Provide The Additional Disclosure Information Required At Paragraph (e)(2) Of This Section If The Offeror Responds Does In Paragraph (d)(2) Of This Section. (e) Disclosures. (1) Disclosure For The Representation In Paragraph (d)(1) Of This Provision. If The Offeror Has Responded Will In The Representation In Paragraph (d)(1) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Original Equipment Manufacturer (oem) Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Product Service Code (psc) Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(1) Of This Provision. (2) Disclosure For The Representation In Paragraph (d)(2) Of This Provision. If The Offeror Has Responded Does In The Representation In Paragraph (d)(2) Of This Provision, The Offeror Shall Provide The Following Information As Part Of The Offer: (i) For Covered Equipment (a) The Entity That Produced The Covered Telecommunications Equipment (include Entity Name, Unique Entity Identifier, Cage Code, And Whether The Entity Was The Oem Or A Distributor, If Known); (b) A Description Of All Covered Telecommunications Equipment Offered (include Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); And (c) Explanation Of The Proposed Use Of Covered Telecommunications Equipment And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (ii) For Covered Services (a) If The Service Is Related To Item Maintenance: A Description Of All Covered Telecommunications Services Offered (include On The Item Being Maintained: Brand; Model Number, Such As Oem Number, Manufacturer Part Number, Or Wholesaler Number; And Item Description, As Applicable); Or (b) If Not Associated With Maintenance, The Psc Of The Service Being Provided; And Explanation Of The Proposed Use Of Covered Telecommunications Services And Any Factors Relevant To Determining If Such Use Would Be Permissible Under The Prohibition In Paragraph (b)(2) Of This Provision. (end Of Provision) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) (a) Definitions. As Used In This Provision, Covered Article, Fascsa Order, Intelligence Community, National Security System, Reasonable Inquiry, Sensitive Compartmented Information, Sensitive Compartmented Information System, And Source Have The Meaning Provided In The Clause 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (b) Prohibition. Contractors Are Prohibited From Providing Or Using As Part Of The Performance Of The Contract Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Prohibition Is Set Out In An Applicable Federal Acquisition Supply Chain Security Act (fascsa) Order, As Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (c) Procedures. (1) The Offeror Shall Search For The Phrase Fascsa Order In The System For Award Management (sam)(https://www.sam.gov) For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If There Is An Applicable Fascsa Order Described In Paragraph (b)(1) Of Far 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (2) The Offeror Shall Review The Solicitation For Any Fascsa Orders That Are Not In Sam, But Are Effective And Do Apply To The Solicitation And Resultant Contract (see Far 4.2303(c)(2)). (3) Fascsa Orders Issued After The Date Of Solicitation Do Not Apply Unless Added By An Amendment To The Solicitation. (d) Representation. By Submission Of This Offer, The Offeror Represents That It Has Conducted A Reasonable Inquiry, And That The Offeror Does Not Propose To Provide Or Use In Response To This Solicitation Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Prohibited By An Applicable Fascsa Order In Effect On The Date The Solicitation Was Issued, Except As Waived By The Solicitation, Or As Disclosed In Paragraph (e). (e) Disclosures. The Purpose For This Disclosure Is So The Government May Decide Whether To Issue A Waiver. For Any Covered Article, Or Any Products Or Services Produced Or Provided By A Source, If The Covered Article Or The Source Is Subject To An Applicable Fascsa Order, And The Offeror Is Unable To Represent Compliance, Then The Offeror Shall Provide The Following Information As Part Of The Offer: (1) Name Of The Product Or Service Provided To The Government; (2) Name Of The Covered Article Or Source Subject To A Fascsa Order; (3) If Applicable, Name Of The Vendor, Including The Commercial And Government Entity Code And Unique Entity Identifier (if Known), That Supplied The Covered Article Or The Product Or Service To The Offeror; (4) Brand; (5) Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); (6) Item Description; (7) Reason Why The Applicable Covered Article Or The Product Or Service Is Being Provided Or Used; (f) Executive Agency Review Of Disclosures. The Contracting Officer Will Review Disclosures Provided In Paragraph (e) To Determine If Any Waiver May Be Sought. A Contracting Officer May Choose Not To Pursue A Waiver For Covered Articles Or Sources Otherwise Subject To A Fascsa Order And May Instead Make An Award To An Offeror That Does Not Require A Waiver. (end Of Provision) 52.233-2 Service Of Protest (sep 2006) Protests, As Defined In Section 33.101 Of The Federal Acquisition Regulation, That Are Filed Directly With An Agency, And Copies Of Any Protests That Are Filed With The Government Accountability Office (gao), Shall Be Served On The Contracting Officer (addressed As Follows) By Obtaining Written And Dated Acknowledgment Of Receipt From: vaar 852.233-71 Alternate Protest Procedure (oct 2018) (a) As An Alternative To Filing A Protest With The Contracting Officer, An Interested Party May File A Protest By Mail Or Electronically With: Executive Director, Office Of Acquisition And Logistics, Risk Management And Compliance Service (003a2c), Department Of Veterans Affairs, 810 Vermont Avenue Nw, Washington, Dc 20420 Or Email: Edprotests@va.gov. (b) The Protest Will Not Be Considered If The Interested Party Has A Protest On The Same Or Similar Issue(s) Pending With The Contracting Officer. (end Of Provision) (x) Far 52.212-3 Offeror Representations And Certifications Commercial Items (nov 2023) Applies To This Solicitation. Offerors Shall Submit A Completed Copy Of Far 52.212-3 With Its Offer. (xi) Far 52.212-4, Contract Terms And Conditions Commercial Items (nov 2023) Applies To This Solicitation. The Following Provisions And Clauses Are Added As Addenda: far 52.252-2, Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause) far Number title date 52.203-17 contractor Employee Whistleblower Rights nov 2023 52.204-4 printed Or Copied Double-sided On Postconsumer Fiber Content Paper may 2011 52.204-13 system For Award Management Maintenance jun 2020 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.228-5 insurance Work On A Government Installation jan 1997 852.201-70 contracting Officer's Representative dec 2022 852.203-70 commercial Advertising may 2018 52.217-8 Option To Extend Services (nov 1999) The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed (6) Six Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within (30) Thirty Days Of Contract Expiration. (end Of Clause) 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within (30) Thirty Days Of Contract Expiration; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least (60) Sixty Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed (5) Five Years. (end Of Clause) â supplemental Insurance Requirements â  In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract: â  (a)â  Workers' Compensation Andâ employersâ liability:â  Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes.â  If Occupational Diseases Are Not Compensable Under Those Statutes, They Shall Be Covered Under The Employer's Liability Section Of The Insurance Policy, Except When Contract Operations Are So Commingled With A Contractor's Commercial Operations That It Would Not Be Practical To Require This Coverage.â  Employer's Liability Coverage Of At Least $100,000 Is Required, Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers' Compensation To Be Written By Private Carriers. â  (b)â  General Liability:â $500,000.00â per Occurrences. â  (c)â  Automobile Liability:â $200,000.00â per Person;â $500,000.00â per Occurrence Andâ $20,000.00 Property Damage. â  (d)â  The Successful Bidder Must Present To The Contracting Officer, Prior To Award, Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage. (end Of Clause) vaarâ 852.219-73â â va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businessesâ (jan 2023)â (deviation) â  (a)â definition. For The Department Of Veterans Affairs, Service-disabled Veteran-owned Small Business Concern Or Sdvosb : â â â  (1) Means A Small Business Concern â â â â â  (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); â â â â â  (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Suchâ veteran; â â â â â  (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitationâ document; â â â â â  (iv) The Business Has Beenâ certifiedâ for Ownership And Control Pursuant To 38â u.s.c. 8127, 13 Cfr 128, Andâ is Listedâ as Certifiedâ inâ the Sba Certification Database Atâ https://veterans.certify.sba.gov/; And â â â â â  (v) The Businessâ agrees Toâ comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size,â governmentâ contracting,â and The Veteran Small Business Certification Programâ at 13 Cfr Parts 121,â 125,â and 128. â â â  (2) The Term Service-disabled Veteran Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). â â â  (3) The Term Small Business Concern Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). â â â  (4) The Term Small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities Has The Meaning Given The Term Small Business Concern Owned And Controlled By Service-disabled Veterans Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)). â â â  (5) The Termâ  Sdvosb Participant  orâ certified Sdvosbâ means A Small Business That Has Been Certified In The Sba Veteran Small Business Certification Program And Listed In The Sba Certification Database (see 13 Cfr 128.102). â  (b)â general.â in Order Forâ a Concern To Submit An Offer And Be Eligible For The Award Of An Sdvosb Set-aside Or Sole Source Contract, The Concern Must Qualify As A Small Business Concern Under The Size Standard Corresponding To The Naics Code Assigned To The Contract And Be Listed As An Sdvosb Participant In The Sba Certification Database As Set Forth In 13 Cfr 128. â â â  (1) Offers Received From Entities That Are Notâ certifiedâ sdvosbsâ and Listed In The Sba Certification Databaseâ at The Time Of Offer Shall Not Be Considered. â â â  (2) Any Award Resulting From This Solicitation Shall Be Made To Aâ certifiedâ sdvosbâ listed In The Sba Certification Databaseâ who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. â â â  (3) The Requirements In This Clause Apply To Any Contract,â orderâ or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. â  (c)â representation. Pursuant To 38 U.s.c. 8127(e), Onlyâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligibleâ and Certifiedâ sdvosb As Defined In This Clause,â 13 Cfr 121, 125, And 128, And Vaar Subpart 819.70. â  (d)â agreement/los Certification.â when Awarded A Contract Action, Including Orders Under Multipleaward Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size,â and Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontractingâ (los)â requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6.â for The Purpose Ofâ limitations On Subcontracting, Onlyâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ (including Independent Contractors) Shall Be Considered Eligible And/or Similarly Situated (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Requiredâ losâ certification Requirements In This Solicitation (see 852.219 75 Or 852.219 76 As Applicable). These Requirements Are Summarized As Follows: â â â  (1)â services. In The Case Of A Contract For Services (except Construction), 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 Notâ certifiedâ sdvosbsâ listed In The Sba Certification Databaseâ (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/ Vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. â â â  (2)â supplies/products. â â â â â  (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. â â â â â  (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13â cfrâ 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. â â â  (3)â general Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. â â â  (4)â special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Notâ certifiedâ sdvosbsâ listed In The Sba Certification Database. â â â  (5)â subcontracting. An Sdvosbâ subcontractorâ must Meet The Naics Size Standard Assigned By The Prime Contractor And Beâ certified Andâ listed Inâ the Sba Certification Databaseâ to Count As Similarly Situated. Any Work That A First Tier Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. â â (e)â required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: [â ]â by The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or [â ]â by The End Of The Performance Period For Each Order Issued Under The Contract. â  (f)â joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Complies With The Requirements In 13 Cfrâ 128.402 And The Managing Joint Venture Partner Makes The Representations Under Paragraph (c) Of This Clause.â a Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. â  (g)â precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sbaâ veteran Small Business Certificationâ program And The Va Veterans First Contracting Program. â  (h)â misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company S Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406 2 Causes For Debarment). vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) (a) Pursuant To 38 U.s.c. 8127(l)(2), The Offeror Certifies That (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: (i) X Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database As Set Forth In 852.219 73 Or Certified Vosbs Listed In The Sba Certification Database As Set Forth In 852.219 74. Any Work That A Similarly Situated Certified Sdvosb/vosb Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/ Vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating 18 U.s.c. 1001. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: ___________ printed Title Of Signee: _____________ signature: ____________ date: ______________ company Name And Address: _______________ (end Of Clause) (xii) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (feb 2024), Applies To This Solicitation. (xiii) N/a (xiv) N/a (xv) Offers Are Due Not Later Thursday, February 13, 2025, At 10:00 Am Est. Offers Must Be Submitted Electronically Via Email To Laterrica.sewell@va.gov . Questions Must Be Submitted Via Email To Laterrica.sewell@va.gov By Thursday, January 30, 2025, At 10:00 Am Est. No Late Submissions Will Be Accepted. (xvi) For Additional Information, Please Contact The Contracting Officer, Laterrica Sewell Via E-mail To Laterrica.sewell@va.gov .
Closing Date13 Feb 2025
Tender AmountRefer Documents 

Western Visayas Sanitarium Doh Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Supply, Delivery And Installation Of Various Hospital Equipment Ib No. 2024-12-018-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery And Installation Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 34,665,000.00 The Contract (abc) Fund Source : Caf No. 2024-133-gf Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 34,665,000.00 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Electrical Machine. Brand New. Product Specifications: Combination Of Electrotherapy And Ultrasound; With 3 Independent Channels And Body Diagram Installed; Power Supply: Ac 100- 240 V, Number Of Channels: 3 Independent (2 For Electrotherapy, 1 For Ultrasound) Electrotherapy; Ten& Ems, Ultrasound Functions; Electrode Pads For Tens & Ems; Us Probe Head: Large And Small. Warranty -1 Year From Delivery And Installation. Unit 1 290,000.00 2 Hand Dynanometer. Brand New. Product Specifications: Hydraulic Adjustable Handle. Strength Can Be Viewed In Pounds Or Kilogram. Can Measure Up To 90kg (200lbs.). Durable Metal Gauge. Warranty –at Least 6 Months Upon Delivery And Installation. Unit 1 55,000.00 3 Parallel Bars. Brand New. Product Specifications: Adjustable And Foldable. Stainless Steel Bars And Steel Base. Height Adjust Within 26''-40''. Width -24''-36". Length Ranges: 7-10 Feet. Warranty -at Least 6 Months Upon Delivery And Installation Unit 1 50,000.00 4 Pulley System. Brand New. Product Specifications: Single Handle/dual Tower. Chest And Floor Height Mounted Handle. Easily Adjustable Handles. Wheelchair Accessible. Warranty –at Least 1 Year Upon Delivery And Installation. Unit 1 150,000.00 5 Pbx, Smart Hybrid. Brand New. Product Specifications: Designed For Telemedicine Use. Genuine And High Quality Brand. Pabx Built-in Extensions 16 Analog. At Least 2 Card Slots And 2 Slots Trunk Extension Card Switch System. Ability To Equip Sub-frame Ns-320; 12-32 Trunk Extensions. Sub-frame To Extend Pbx Ns300. Port Connected To The Main Frame. Dimensions: 40-45 X 35-36 X 86-90 Cms. Warranty –at Least 6 Months From Delivery And Installation * Unit 1 100,000.00 6 Uninterrupted Power Supply. Brand New. Products Specifications: Designed For Telemedicine Operation. 3000va. Output Power Capacity-3000va, Mount: 3u Rack Mountable. Nominal Output Voltage -230v. Dimensions: 20-22 X 19-20 X 5-6 Inches. Warranty –at Least 6 Months Upon Delivery And Installation. * Unit 1 400,000.00 7 Medical Waste Shredder. Brand New. Product Specifications: 20hp Motor Slow-speed And High Torque Dual Shaft Shredders, 5/16″ Wide Cutters, With Bearing Protection And Cleaning Fitters. Features: Efficiently Shred Syringes, Face Masks, Boxed Medical Waste, Pill Bottles, Etc., Available With A Split Cutting Chamber That Allows For Two Different Shred Widths Within One Shredder, The Manner Of In Feed And Output Are Also Divided. Includes Training And Certification, Warranty 1 Year Upon Installation Unit 1 350,000.00 8 Portable Multi-parameter Analyzer Flow Water Quality Testing. Brand New. Product Specifications: Measures Water Quality Parameter For Ph/ec/ise/do/temp. Mv/orp/px/resistivity/tds/sal./do Saturation. Features: Portable Device, Color High Contrast Lcd Touchscreen, Data Storage1000 Sets For Each Parameter, Support For Usb Communication, Ip65 Waterproof, Includes All Necessary Accessories And Consumables, Includes Training And Certification For Use, Warranty For 1 Year Upon Installation Unit 1 200,000.00 9 Water Purification System. Brand New. Product Specifications: 6000 Gdp Reverse Osmosis Machine. Up To 1200 Containers Per Day. Double U.s. Membrane. 2 Tanks 1000ltrs. For Raw & Product Water. At Least 28 Stages Of Water Filtration. To Include Piping Line From Water Station To Specified Areas Within The Health Facility. To Include Necessary. Building/structure For The Water Station. Service Warranty 1 Year After Delivery And Installation. To Include Service And User Training. Including Consumables: 50 Gallons Round Containers, 50 Gallons Slim Containers, 1 Sack Industrial Salt. * Unit 1 350,000.00 10 Anesthesia Machine With Cardiac Monitor. Brand New. Product Specifications: Main Gas Supply -oxygen, Air. Pin Index Supply System: Oxygen, Air. Ventilatior: With At Least Six (6) Ventilation Modes. Machine Must Be Able To Ventilate Patient Using The Preset Settings Provided By The End-user Even Presence Of Driving Gas Is Temporarily Unavailable. Ventilator Must Be Enclosed With Metal Casing To Prevent Entry Of Foreign Items Including Fluid. Ceramic Type Of Inspiratory And Expiratory Valve. Ventilator Must Have High Pressure Valve That Ensures Release Of Excess Pressure When Required. Ventilator Must Be Functional When Machine Is Connected Either Through Direct Power Supply Or Back Up Battery. Breathing System: The Volume Of The Compact Breathing System And Co2 Absorber Must Be 1.7l Excluding Hoses And Breathing Bag. Volume Of Co2 Absorber Reusable Canister Must Be 1.5l. With Bypass Valve Located In Breathing System Allowing Continuous Machine Operation While Changing Co2 Absorber. With Fresh-gas Decoupling Valve That Prevents Direct Entry Of Pressure In The Patient Airway When Pressing The O2 Flush Button, Peep And Pressure Limitation. With Breathing System That Can Be Detached From The Main Unit Without Tools Required. Breathing System Should Be Separated From The Main Unit With Mounting That Can Be Positioned From Any Direction Without Moving The Entire Anesthesia Machine. With Ceramic Type Of Inspiratory And Expiratory Valve. With Sample Gas Return Port. With Pup Off Pressure Release Valve Located At The Apl Valve. With Moisture Reduction System. Hot Steam Sterilization Can Be Carried Out At 134 ° C (273.2 ° F). With Heated Breathing System. Anesthesia Gas Supply Module: Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. O2 Flush (bypass): At 87 Psi (6 Kpa X 100): Max. 75 L/min At 41 Psi (2.8 Kpa X 100): Min. 25 L/min. With Metering Valve And Dual Flow Tubes For Fresh-gas. With Integrated O2 Monitoring Located In The Screen. Vaporizer: With Two (2) Selectatec Vaporizer Mounting. With One (1) Unit Sevoflurane And One (1) Unit Isoflurane Vaporizer. Vaporizer Must Have No Cloth Component Which Allows Item To Be Functional Immediately Even Transporting It In An Upside Down Position. Oxygen Sensor: With Oxygen Sensor That Measures Percentage Of Oxygen. Flow Sensor: With Constant Temperature Hot-wire Anemometer Flow Sensor. Must Be Located Within The Anesthesia Unit Distal To The Patient Area. Flow Sensor Must Be Reusable. Auxillary Low Flow Oxygen: With Integrated Low Flow Oxygen Supply For Mask And Nasal Cannula Application. Writing Table/drawers/mounting: With At Least 3 Drawers As Storage For Other Accessories. With A Retractable Writing Table That Can Hold At Least 10kgs. Advanced And Safety Features: Functional Even The Battery Is Completely Discharged, All Pneumatic Functions Continue To Be Available (apl Valve, Breathing Pressure Gauge, Cylinder And Pipeline Gauges, Fresh Gas And Agent Delivery, And O2, Air, Flow Meters).manual Or Spontaneous Ventilation Can Be Maintained During Power Failure And Discharged Of Battery. In Case Of No Power And Totally Discharged Battery, Machine Must Be Shifted Automatically From Ventilator Mode To Manual Mode Without Any Switch Or Button Required. Start-up Time Must Be Less Than 15 Seconds. Power Input Data: Power Supply: Rating Non-configurable 100 To 240 Vac, 50/60 Hz, 145 Va. Battery Operation Time: Up To 2 Hours, Minimum Of 45 Minutes. Parameters: Minimum Tidal Volume (vt) Required: 20 Ml. Breathing Frequency (rate): 4 To 60 Bpm (1/min). Inspiratory Pressure: Peep + 5 To 65 Cmh2o. Inspiratory Flow (inspflow): 10 To 75 L/min In Volume And Pressure Control Modes, 10 To 85 L/min In Pressure Support And Simv/ps Modes. Inspiration Pause: 0 To 50 %. Simv Inspiratory Time: 0.3 - 4.0 Sec. Positive End Expiratory Pressure: (peep) 0 To 20 Cmh2o. Inspiration/expiration Ratio: (ti:te) 4:1 To 1:4. Pressure Limiting: 70 Cmh2o. Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. Pressure Support Level: Peep + 3 To 20 Cmh2o. Min. Frequency For Apnoe-ventilation: (freq. Min.) 3 To 20 Bpm And “off”. Trigger Level: 2 To 15 L/min. Standard Accessories: One (1) Unit O2 Regulator, One (1) Unit Air Regulator, O2, Air Fittings And Hose Clamps, One (1) Unit Adult Anesthesia Circuit With 2l Bag. Biolight M12 Patient Monitor (basic Configuration). Technical Specification: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quick Volume And Brightness Adjustment. Support Quick Key, Able To Access Specific Functions Or Perform Operations Easily And Quickly. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Upgrade Lithium Battery, Battery Power Supply ≥480 Min. Ecg: Ecg Leads: 3/5 Leads, Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4,auto Gain, Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 10 To 300 Bpm, Ped/neo: 10 To 350 Bpm, Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American National Standard For Electronic Or Automated Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual, Auto, Stat, And Sequence. Sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have An Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin And/or Oral/rectal. If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours. Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function. Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews, Glasgow Coma Scale (gcs), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen. -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Accessories Included: 3/5 Lead Ecg Cable, 3/5 Lead Ecg Lead Wires, Adult Spo2 Sensor, Pediatric Spo2 Sensor, Temperature Probe Skin, Temperature Probe Oral/rectal, Nibp Cuff Adult, Nibp Cuff Pedia, Wall Mount / Trolley, One (1) Unit Pediatric Anesthesia Circuit With 1l Bag, Two (2) Units Power Adapter. Includes Avr Machine For Anesthesia Machine. Warranty -2 Years From Delivery, Installation, And Training/orientation. Unit 1 3,300,000.00 11 Cardiac Monitor With Capnograph. Brand New. Product Specifications: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quickly Volume And Brightness Adjustment By Gestures Operate. Support Quick Key, Can Easily And Quickly Access Some Functions Or Perform Operations. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Size Must Be: At Least 175mm X 320mm X262mm. With Auto Speech Recognition Module Implements The Voice Interaction With The Patient Monitor. Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Up-grade Lithium Battery Power Supply ≥480min. Ecg: 5 Leads Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4, Auto Gain. Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 15 To 300 Bpm, Ped/neo: 10 To 350 Bpm. Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American. National Standard For Electronic Or Automated. Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami. Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual,auto, Stat, And Sequence,sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have A Dual Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin Or Oral If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Ibp: Support 2-channel Ibp Measurement Range: -50mmhg~+350mmhg. Types Of Measuring Blood Vessels: Arterial Pressure (art), Pulmonary Artery Pressure (pa), Central Venous Pressure (cvp), Right Atrial Pressure (rap), Left Atrial Pressure (lap), Intracranial Pressure (icp); Pulmonary Artery Wedge Pressure (pawp); Cerebral Perfusion Pressure (cpp). The Monitor Will Calculate The Ppv Based On Any Arterial Pressure Value Between Heartbeats. Etco2: Measuring Range: Etco 2 0 To 150 Mmhg. Fico: 3 To 50 Mmhg. Awrr: 0 To 150 Rpm (mainstream). Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. The Upper/lower Limits Of Alarms Can Be Configured Via Networking From The Central. The Alarms At Bedside Can Be Paused Or Muted Via Networking From The Central. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews), Glasgow Coma Scale (gcs ), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem -all-in-one Monitoring Adult, Children, And Newborn Patients. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Warranty -1 Year From Delivery And Installation. Unit 2 500,000.00 12 Ceasarian Instrument Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Scalpel Handle #3 With Measure 125mm, 1 Pc. Scalpel Handle #4 135mm, 1 Pc. Tc Metzenbaum Scissors Cvd 180mm, 1 Pc. Lexer Scissors Narr Str 165mm, 1 Pc. Mayo-lexer Scissors Cvd 165mm, 1 Pc. Lister Bandage Scissors Hvy 180mm, 1 Pc. Standard Forceps Serr 160mm, 1 Pc. Standard Tissue Forceps 1x2 160mm, 5 Pcs. Lorna Towel Clamp Non-perf 130mm, 6 Pcs. Halsted-mosquito Forceps Delstr125mm, 6 Pcs. Halsted-mosquito Forceps Del Cvd125mm, 2 Pcs. Kelly Forceps Del Str 140mm, 6 Pcs Moynihan Hemostatic Forceps, Crv, 150mm, 1 Pc. Tc Mayo-hegar Ndlholderhvyserr150mm, 1 Pc. Tc Hegar Needle Holder Hvy-serr 205mm, 1 Pc. Us-army Retrac.26x15/43x15-23x15/40x15, 1 Pc. Richardson-eastman Bt471rbt472r, 6 Pcs. Boys-allis Forceps 5x6 155mm, 2 Pcs. Kidney Tray Stainless Steel 250mm, 1 Pc. Bottom For 3/4 Container Height:135 Mm, 1 Pc. Primeline Pro 3/4 Lid Red, 1 Pc. 3/4 Size Perf Basket 406x253x76mm, 1 Pc. Silicone Basket Liner 3/4 Size, 1 Pc.mayo Safety Pin F/ring-hdl Inst 140mm, 1 Pc. Ident. Label Up To 13 Letters Red. Warranty –at Least Eat 1 Year From Delivery. Set 2 1,520,000.00 13 Chemical Analyzer. Brand New. Product Specifications: Combined Instrument With Two Complementary Technologies: Raman Spectroscopy And Colorimetric Detection Confirmatory Testing: One Instrument Capable Of Confirmatory Testing Using Two Technologies Including 1) Swgdrug Category A Technique For Presumptive Testing, And 2) Swgdrug Category C Technique For Confirmatory Testing Safety Of Features For Measuring Energetic Samples: Trace Detection Testing For Energetics Without Need For Opening The Container Nor Inducing Laser Light To The Sample, Scan Delay Timer: 15 Sec – 10 Min Sample Size: Able To Detect / Identify Samples From 1 Microgram Traces To Large Bulk Samples Materials Covered: Common Raman Substances, Explosives, Narcotics, Cwas, Tics, Tims, Precursors, Common Chemicals, Fluorescent Materials Not Covered By 785nm Raman: E.g. Colored Materials, Heroin, Colored Mdma Pills, Oils, Npss, Etc., Low Concentration Materials Not Covered By Any Raman Instruments: Lsd, Thc, Magic Mushrooms, Gunpowder, Etc. Raman Excitation Wavelength: 1064nm Minimizes Fluorescence Effects: Allows For Direct Analysis Of Colored/impure Chemicals Through Colored Packaging. Spectral Wavelength Range 200 – 2500 Cm-1 Portability Power: Small Handheld Device, Optimized For One Handed Operation. , 18.5cm-20cm (l) X 15cm-20cm (w) X 7.9cm-10cm (h), 3.65lbs-5lbs (1.65 Kg-2.27kg)., Quantity 2 Lithium Ion Rechargeable Batteries With Battery Life Of More Than 6 Hours Per Charge Per Battery. Cr123a Rechargable Batteries Can Be Used. Including Spare 2 Lithium-ion Battery. Ruggedness Decontamination: Us Mil-std 810g Designed Rugged., Ip 68 Rated For Use In Varying Environmental Conditions And For Complete Decontamination. Operational Temperature Range: Unit Can Be Operated In -20°c To +50°c Temperatures., Withstands Temperature Fluctuations And Humidity Fluctuations. Rapid Start-up Rapid Results: 60 Seconds From Power On To Analysis., Analysis Results In Less Than One Minute. Operational Mode Options: Raman Analysis And Colorimetric Analysis Oraman: • Auto-collect Adjusts Raman Settings Automatically Optimizes Use For Routine Operations • Advanced User Adjustable Raman Settings For Advanced Operators And Custom Library Build: • Laser Power Level 30-490 Mw Adjustable In 5 Mw Increments Exposure Time 5ms To 30s In Increments • Custom Applications Optimize Raman Analysis Parameters Specific To Material Type Ocolorimetrics: • Pouches Including Both Swipes And Colorimetric Chemicals In One Pouch • Pouches For Explosives And Narcotics • General Pouches For Detecting A Wide Range Of Explosives Or Narcotics • Specific Pouches For One Explosive/narcotic Substance Or Substance Group Easy Raman Operation: • Scans In Direct Contact And Through Translucent Plastic Or Glass Containers. • Universal Sample Holder For Analysis Of Samples In Varying Forms And Packaging. • Smartphone Like Touch-screen Interface Or Large Button Activation. • User Prompted Step-by-step Onscreen Analysis Activation. • Typically, 4 Button Presses To Receive Analysis Result. • Onboard System Status Monitoring And Calibration. Reduces Down-time And Necessity For Re-calibration At A Service Depot Analytical Performance: • Liquids, Solids, Powders, Pastes, Gels, Invisible Traces. • Colored Substances And Substances Found In Colored Translucent Packaging. These Types Of Substances Are Most Often Encountered In Real-world Samples. • Comparative Spectral Analysis Overlay Easily Performed Onboard. • User Adjustable Focus Ensures Analysis Of Material And Not The Packaging. • 4c Software Automatically Monitors Results For Combinations Of Precursors Used In Threat, Drug Manufacturing, And Other Recipes. Users Receive Onscreen Alert To Potential Threat Or Clandestine Drug Manufacturing Activity. Library: Raman: • Over 12,000 Substances. • Resq Library Includes The Latest Explosives, Precursors, Cwas, Tics/tims, Narcotics And Psychotropic Drugs, Steroids, Cutting Agents, Pharmaceuticals, Diluents And Pesticides. • Easily Expandable To Add Emerging Threats And Other Substances. • Fleet Management And Library Transfer To Units In The Field. • 4c Library With Explosive, Drug Manufacturing And Other Types Of Threat Manufacturing Recipes. • Library Updates Provided More Than Once A Year Colorimetrics: • General Narcotics Pouches: Multi Drug Test Incl. Fentanyl, Special Opiate Pouch, Cannabinoids • General Explosives Pouches: Chlorates/perchlorates, General Explosives • Specific Pouches: Cocaine, Ephedrine, Heroin, Ketamine, Lsd, Meth/mdma, Mushrooms, Opiates, Pcp, Thc, Ghb Evidence Documentation Traceability: • Onboard 5mp Camera Captures Image Of Sample And Surroundings, As Well As Colorimetric Swab. • Image(s) Stored Along With Analysis Results In Tamper-resistant File. All Analysis Results Are Traceable And Include Unique Date, Time And Serial Number Stamp. • Ability To Activate Password Protect Operator Log-in. Record Of User Associated Activity Stored Onboard And Cannot Be Deleted. Data Access And Transfer Reporting: • View Results In Real Time On Cell Phone Or Tablet, Computer Or Laptop (pc, Ios, Android, Linux) Via Wifi (can Be Disabled). • Exportable Data In Numerous File Formats. • Data Access And Transfer On Computer Or Laptop Via Usb And Wifi (can Be Disabled). • Easy Report Generation. Customer Support Package: • 24/7/ 365 Days Reachback Service For The Life Of The Unit. • Library Updates Provided For The Life Of The Unit. • Software Updates Provided For The Life Of The Unit. • Support: Online, Phone, Email, And In Some Cases Text Message For The Life Of The Unit Cql Complete Package: • Rugged Shipping Case With Custom Foam Insert. • Qty 2 Rechargeable Lithium-ion Batteries. • Cr123a Battery Cartridge (does Not Include Cr123a Batteries). • External Battery Charger. • Ac Power Supply. • Adjustable Base Adaptor. • Universal Sample Holder. • Certified Benzonitrile Performance Verification And Calibration Standard. • Flash Drive Containing User Manual And Supporting Documentation. • Quick Start Guide. • Usb-c To Usb-a Data Transfer Cable. • 1064nm Laser Test Card. • Including Hand Strap And Wrist Strap. . Training: • Comprehensive Onsite Training For An Unlimited Number Of Users. Add-on Accessories And Software: • Periscope Adaptor. • Vial Holder. • Bottle Adaptor. • Integrated Quickdetect Automated Colorimetrics • Detect Trace Quantities Of Non-visible Residues Left On Surfaces: • Explosives And Explosive Precursors • Narcotics Standard Requirements: • Bidder’s Certificate That Will Provide Manual In English Language (2 Copies Of Operator's/user's Manual And 2 Copies Of Service/technical And Maintenance Manual) Upon Delivery. • Brochure/sales Literature. Training Requirements: • Bidder’s Certificate That Will Conduct Free Technical Training And Product Demo For The End-user/s And In-house Biomed On Equipment Operation And On Maintenance Of Equipment. • After Sales Service: Bidder’s Certificate That Parts Shall Be Available At The Authorized Philippine Service Center/s For A Period Of Five (5) Years After The Warranty Period. • Certification From Local Distributor On The Availability Of Service Technicians And/or Biomedical Engineers In Case Of Equipment Breakdown. Preventive Maintenance - • Bidder’s Certificate Free Quarterly Preventive Maintenance During The Warranty Period With Preventive Maintenance Plan. Warranty Certificate: • Warranty Certificate Minimum Of Five (5) Years For Service And Three (3) Years For Parts. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. • Calibration: With Certificate Of Calibration Upon Delivery. The Bidder Must Be Iso 9001 And The Manufacturer Should Be Iso 13485 Certified Unit 1 6,900,000.00 14 Common Bile Duct Exploration Supplement Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Randall Kidney-stone Frcpsslt-cvd225mm, 1 Pc. Randall Kidney-stone Forceps Cvd225mm, 1 Pc. Randall Kidney-stone Frcpshvy-cvd225mm, 1 Pc. Randall Kidney-stone Frcps U-cvd225mm, 1 Pc. Bakes Bile-duct Dilator 1mm, Bakes Bile-duct Dilator 2mm, 1 Pc. Bakes Bile-duct Dilator 3mm, 1 Pc. Bakes Bile-duct Dilator 4mm, 1 Pc. Bakes Bile-duct Dilator 5mm, 1 Pc. Bakes Bile-duct Dilator 6mm, 1 Pc. Bakes Bile-duct Dilator 7mm, 1 Pc. Bakes Bile-duct Dilator 8mm, 1 Pc. Bakes Bile-duct Dilator 9mm, 1 Pc. Bakes Bile-duct Dilator 1mm, 1 Pc. Randall Kidney-stone Forcepscvd190mm, 1 Pc. Randall Kidney-stone Fcpshvy-cvd190mm, 1 Pc. Bottom For 1/2 Container Height:135mm, 1 Pc. Prime Line Pro 1/2 Lid Green, 1 Pc. 1/2 Size Perf Basket 243x253x76mm, 1 Pc. Identification Label Green. Set 1 590,000.00 15 Defibrillator. Brand New. Product Specifications: General Features: 7-10 Inch Lcd Display, Maximum Of 3 Waveforms. High Contrast Display Mode For Bright Environments. Ambulance-ready, Rugged Casting: Ip44, Impact Test Of 0.75m. Output Energy: 1-360j. Charge Times Of <3s T O200j, <7s To 360j. Auto-volt With Smart Charging. Lithium-ion Battery Supports To 6 Hours Monitoring/200 Shocks @360j/ 4.5 Hours Pacing, With Built-in Led Power Level Indicator. Lightweight At 4-5kg., Full Configuration, Main Unit. Automatically Switch Defibrillator Energy, Cpr Prompts, And Alarm Limits Depending On Patient Type. Display Ecg During Aed Mode. Ecg Recovery Within 2.5s Or Less. Contact Status Can Be Checked Through Paddle And Monitor, Impedance Value Can Be Checked In Monitor. Auto-testing Includes Maximum Energy Discharge Test. Parameters: 3/5 Lead Ecg, Pacer. Includes: Thermal Recorder, External Paddle Kits, Ecg Cable And Lead Wires, Ecg Electrode, Multifunction Electrode Pad. Printer Paper, Electrode Gel, Power Cord, Lithium-ion Battery. Unit 5 1,500,000.00 16 Dish Sterilizer. Brand New. Product Specifications: − High Light Led Display, − With Special Boiler Temperature Drainage Settings, − Washing (non-recycling) Parameters Can Be Set Free And With Control Memory Function, − Can Meet Different Washing Demand, − Self - Research Internal Water Softener, − Double Construction Design For Top Cover, − Power: 380v/50hz, − Basket Dimension : 500x500mm, − Washing Ability : At Least 60 Basket / H, − Rinse Water Quantity : 3 L/h, − Inlet Height :400-430mm, − Machine Dimension : 800-850x800-820x1450-1500mm, − Rated Power : 14.75kw, − Gross Weight : 140-150, − Net Weight : 100-110, − Packing Size : 890-900x900-910x1630-1700mm. Warranty Period- Within 1 Year Upon Delivery And Installation To Cover Parts (excluding Wearable Parts) And Service With Preventive Maintenance Every 6 Months Within 2 Years Period. Provides Orientation And Training To End-user Representative.* Unit 1 500,000.00 17 Electrocardiography Machine (ecg) Brand New. Product Specifications. High Resolution Lcd Touch Screen, 320-330x240-250vivid Waveform Display. 12 Leads Ecg Resolution Thermal Printer. Built-in Rechargeable Li-ion Battery, Ac/dc Power Supply. Anti-defibrillator And Pace Maker Detection. Complete Digital Filtering, Resisting Baseline Drift, Automatic Baseline Adjustment. Automatic Ecg Measurement And Interpretation. Large Patient Data Storage; 150 Cases, Equipped With Usb Port For Data Transfer. Three (30 Printing Formats (auto, Manual And Rhythm) Selectable. 1/2/3 Channel Ecg Waveform And Rhythm Leads Record Out. Lead Status Diagram Display. Unit 4 200,000.00 18 Electrosurgical Dessicator Machine. Brand New. Product Specifications: Use For Removal Of Lesions, Warts, Skin Tags, And Other Blemishes Easily With Minimally-invasive Treatment. For Superficial Treatments, Safe To Use Around The Eye And Nose Area. Includes Re-usable Pen And Tips. Unit Specifications: Depth:4-5 Inches, Width:8-9 Inches, Height:7-8 Inches, Weight:6-8 Pounds, Output Power -low At 0-20watts (1/10 Watt Increments Up To 10 Watts), High At 0-35 Watts, Bipolar: 0-35 Watts. Offers Hand-or-foot Activated Operation. Autoclavable, Reusable Hand Control Pencil With Power Adjustment Buttons. Pencils Are Designed With Non-spinning Hex Collar For Multi-positional Fall-safe Blade Locking. Equipped With Mobile Stand. Includes Consumables.warranty-6 Months From Delivery And Installation. Set 1 100,000.00 19 Fetal Maternal Monitoring System: Brand New. Product Specifications: Foldable Screen. Probe Rack And Wall Mounting Rack. Handle For Easy Carrying. User-friendly Gui With 3 Display Modes. Four (4) Optional Color Background. Capable Of 24 Hours Ctg Storage. Fast Print For Store Traces. "smart Notes" Annotation. Signals Overlap Verification. Real-time And Offline Data Transmission To Pc. 10-12 Inch Color Touch Screen. Excellent Algorithm. 12-crystal And 1 Mhz Water-proof Transducer For Accurate Detection. Configuration: Dual-fhr, Toco, Fm, Afm, Mecg, Nibp, Mspo2, Temp. Includes: 3 Each Belt, 1 Each Event Marker, 1 Bottle Ultrasound Gel, 1 Ea. Fhr Transducer, Purple, 1 Each Transducer, Yellow, 1 Each Spo2 Sensor, Adult, 1 Each Temperature Probe, Skin, 1 Each Toco Probe, 1 Each Nibp Cuff, Adult, 1 Each Nibp Tube, Adult. Unit 3 1,110,000.00 20 Infusion Pump. Brand New. Product Specifications: Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h, Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min With Optional Drip Sensor, Screen: 2.7 Inches B/w Lcd, Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Universal Compatibility, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Unit 4 320,000.00 21 Laboratory Oven. Brand New. Product Specifications: Working Temperature Range At Least 5 Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Setting Temperature Range +20 To +300°c; Temperature Sensor 1 Pt100 Sensor Din Class A In 4-wire-circuit. Control Cockpit Single Display. Adaptive Multifunctional Digital Pid-microprocessor Controller With High-definition Tft-colour Display; Timer Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days; Adjustable Parameters: Temperature (celsius Or Fahrenheit), Air Flap Position, Programme Time; Ventilation: Natural Convection, Vent Connection With Restrictor Flap; Works Calibration Certificate : Calibration At +160°c; Door Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Internals 1 Stainless Steel Grid(s), Electro Polished; Stainless Steel Interior; Interior Easy-to-clean Interior, Made Of Stainless Steel, Reinforced By Deep Drawn Ribbing With Integrated And Protected Large-area Heating On Four Sides; Volume 32 L; Dimensions W(a) X H(b) X D(c): 400 X 320 X 250 Mm; Max. Number Of Internals: 3; Max. Loading Of Chamber 60 Kg; Max. Loading Per Internal 20 Kg; With Free Power Back-up System, With Free Installation And Demonstration. Unit 1 130,000.00 22 Newborn Hearing Screening Test Equipment. Brand New. Product Specifications: • Capable Of Screening And Diagnostic Testing With Te And / Or Dpoae. • Fast Automatic Test With Pass / Refer And Graphical Test Result Display. • Direct Evaluation Via Value And Bar Diagram. • Up To 12 Frequencies Displayed Within The Device, Dp Up To 12 Khz. • 5 Dp / 2 Te Protocols With User Customizable Parameters (diagnostic Version). • High Noise Immunity For Operation In Normal Clinical Environment. • Lightweight, Small Ear Probe. • Environmentally Friendly Due To Long Life, Rechargeable Battery. • Bluetooth Communication To Optional Printer And Pc • Evaluation Of Results In Pc. Screener With At Least 4 Frequency Dpoae Testing Protocols. • Qualified Protocols Built Into The Device. • 4 Dpoae Test Frequencies Reported. • Integration To State Tracking Systems, Hi-track Or Oz. Diagnostic With Up To 12 Frequency Dpoae Testing Protocols. • 1.5 To 12 Khz Frequency Range With Up To 12 Test Frequencies Reported. • Customizable Test Protocols Teoae Available As An Upgradeable Option. Measurement Type: Distortion Product Otoacoustic Emissions (dpoae) Transient Evoked Otoacoustic Emissions (teoae). Frequency Range: Screener Version: Dpoae: 2.0 Khz To 5.0 Khz Teoae: 1.5 Khz To 4.0 Khz. Diagnostic Version: Dpoae: 1.5 Khz To 12.0 Khz Teoae: 0.7 Khz To 4.0 Khz. Stimulus Intensity Range: Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Microphone System Noise: -20 Db Spl @ 2 Khz (1 Hz Bandwidth)/ -13 Db Spl @ 1 Khz (1 Hz Bandwidth). Dimensions And Weight (unit): 2.5 To 3” W X 1.2 To 1.8” D X 5.5 To 6.5” H 6.2 To 6.8 Oz. Power Supply: Lithium-ion Rechargeable. Battery Life: 1000 Tests Per Charge, Minimum 15 Hours On-time. Connectors/ Communications: Integrated Usb Communication Capability For Battery Charging And Communication With Pc-based Database Programs Or An Optional Printer. Hdmi Connector For Connection To The Micro-probe. Integrated Bluetooth Class 2 + Edr With Spp. Protocol For Communication With Optional Printer. Standard Accessories: Micro-probe, Box Of Single Use Ear Tip And Ear Tip Remover, Package Of Probe Tubes, Micro-usb Power Supply For Charging Lithium Ion-battery, Pc Database Software With Manual, Micro B To A Usb Cable For Pc Communicator/charging, Protective Carrying Case, Data Management Tool That Provides The Ability To Transfer Patient. Oae Test Data From The Testing Device To A Pc For The Purposes Of Viewing, Archiving, Managing And Printing Oae Reports. Using The Database Also Gives You The Means To Create Letter Sized, Detailed Reports That Can Be Easily Filed Or Faxed. You Can Also Create A “paperless” Office By Saving The Test Results As A Pdf For Electronic Filing Or Email. Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Includes Ups. Warranty –at Least 1 Year After Delivery And Installation. Unit 1 1,000,000.00 23 Operating Room Lights. Brand New. Product Specifications: Dual Head- Ceiling Type. Major Operating Room Light Multi-color. Merging Of Light Fields, Light Intensity Control. Comfortable Display Of Key-pad On Major Lighting Head. Back Light Key Pad Display. Depth And Merging Light Field Should Be Operated At The Sterilizable Handle. Cool Light Temperature Increasing In Head Area: 0.5 ºc. 360° Continuous Rotation Around All Major Joints. Anti-bacterial Coating Head. - Light Head Diameter: 66cm. Ideal Laminar Flow Ceiling System. With Endo Mode: Must Be Color Green Light. Main Light Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 160,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 19-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. - Adjusting The Shadow Activating Via The Touch Panel. - Maximum Of Four Groups Of Lenses Are Dimmed Simultaneously. Shadow Management System. Number Of Led’s: 99 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Laser Pointer On Head (main Light Head Only). Lf-index Leenemann: 26. Lf-index Oostlander: 28. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82 - 92watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 18.5 Kg. Protection Type Lamp Head: Iec60529. - Aluminum Housing. Satellite Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 140,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 18-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. Number Of Led’s: 69 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82-92 Watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 17.9 Kg Minimum. - Aluminum Housing. Protection Type Lamp Head: Iec60529. Standard Accessories: - Sterilized Handle: 2 Pcs/ Lamp Head, - Ceiling Anchorage Ring With Screws, - Spring Arm, - Ceiling Cover, Including Installation Of Brackets To Embed Overhead Ceiling- User Manual, - Ups. Warranty Of Two (2) Years For Parts And Labor With Free Preventive Maintenance Every Quarter Within Warranty Period Five (5) Years Warranty For Led Bulb Only. Unit 1 2,500,000.00 24 Operating Room Table (motorized). Brand New. Product Specifications: Total Length: 2000-2100 Mm. Width Including Side Rails: 600-630 Mm. Mattress Width: 550-570 Mm. Total Weight: 200-210 Kg. Safe Working Load (swl): Up To 250 Kg. Height Adjustment Range: From 595 Up To 1005 Mm. Castors: Four Ø 120-125 Mm Central Locking Twin Castors. Head Section: -58° ... +37°, 135 Mm. Back Section: -10° ... +70°. Leg Section: -80° ... +10°. Lateral Tilt: 20° / 20°. Trendelenburg/anti-trendelenburg: 30° / 20°. Sliding Tabletop For C-arm Function: 300-320 Mm. Flex / Reflex: 220° / 120°. Electrical System: 24 Vdc, Battery Operated, 100 - 240 Vac, 50/60 Hz. Controls: Hand Control And Integrated Control Panel On The Column. Memory Positions: Four Programmable Positions. Visco-elastic Mattresses. Radio Lucent Tabletop For X-ray. Accessories For General Surgery: 1. Arm Rest, 2. Anesthesia Frame With Clamp And, 3. Attachment Clamp. Transport And Storage Conditions: Temperature 7 10° C + 50° C. Relative Humidity 10 %, 85 %. Air Pressure 700 Hpa, 1060 Hpa. Operating Condition: Temperature +10° C, + 40° C. Relative Humidity 30 %, 75 %. Air Pressure 700 Hpa 1060 Hpa. Side Rail Accessories: 25 X 10mm. Warranty-1 Year From Delivery And Installation. Certificate Of Parts Available In The Next 5 Years. Includes Training To End-user. Includes Product Manual. Unit 2 5,500,000.00 25 Radiant Warmer With Phototherapy Units. Brand New. Product Specifications: Fixed Height Radiant Warmer, Mounted On A Column. The Unit Is Supported By A T-shaped Sturdy And Stable Wheeled Base. Bases Is Provided With A Minimum Three (3) Anti-static Swivel Casters. At Least Two (2) Of The Casters Are Equipped With Brakes. The Base Is Equipped With A Side Handle/rail For Easy Positioning. The Design Of The Base Is Suitable To Be Fitted Over Standard Cradles, Cribs, And Bassinets. Overhead Radiant Heater At A Fixed Height Of 1.80-2.0m. Radiant Heating Is Achieved By Quartz/ceramic Elements, Placed In A Parabolic Reflector. The Radiator Is Equipped With A Safety Grid. The Unit Support Three (3) Modes: Pre-heating, Manual And Servo Mode. The Unit Allows For Instant Switching Been The Different Operating Modes. The Minimum Skin Temperature Setting Range Is 32°c To 37°c. The Resolution Of The Temperature Is: ± 0.5°c Or Better. In Manual And Pre-heating Modes Heating Settings Allow For A Range Of 0 – 100%. Led Spotlight(s) For Examination Are Integrated In The Overhead Radiant Heater, The Angle Of The Overhead Light Is Adjustable. Warm-up Time < 30 Min To 25°c. Power Requirements: 1 Ph, 100 - 240 Volts - 50/60 Hz 900 To 1300va (with Ups And Avr). Display Features: The Display Panel Is Integrated In The Column For Visualizing Working Parameters And Alarms. The Display Indicates: - The Current Active Mode: Pre-heating, Manual Or Servo, - The Current Heating Power In Percentages, - The Current Pre-set Temperature, - The Current Actual Skin Temperature, - The Current Air Temperature. The Unit Is Equipped With A Self-check Feature. Alarm And Safety Features: Alarms Are Audible And Visible. Alarms Indicating: - Sensor Disconnection Or Malfunction. - Power Failure. - Skin Temperature, After Stabilizing, Varying Beyond 0.5° To 1°c From Set-point. - 10 To 15 Minutes After Manual Mode Has Been Engaged An Audible Alarm Will Sound. In Addition, The Unit Will Either Reduce Or Cut The Power To The Heater. In Skin Mode, When The Temperature Exceeds 39°c, The Unit Will Cut The Power To The Heater. Supplied With: Instructions For Assembly, Use And Maintenance In English: 1 X Installed And 2 X Spare Reusable Skin Temperature Sensors, Including Connection Cable And Plug. 1 X Spare Quartz/ceramic Heating Element Or The Same With Installed Heating Element. 2 X Spare Examination Light Bulbs. 1 X Set Of Spare Fuses, If Applicable. Accessories: A Durable Light Weight Cradle/crib And Mattress. Oxygen Regulator Including A Pressure Gauge, Flow Meter, Humidifier Bottle And All Required Tubing. Integrated Weighing Scale. Electrically Operated, Slow Suction Unit Including A Vacuum Regulator, Vacuum Gauge And Autoclavable Collection Jar. Electrical Height Adjustment. T-piece Resuscitator. Integrated Phototherapy Unit. Led Phototherapy Unit 36cm: 620-2800μw/c㎡. Led Phototherapy Unit 50cm: 400-1620μw/c㎡. Estimated Life Span: Eight Years. Includes Avr. Unit 3 600,000.00 26 Refrigerator (biological). Brand New. Product Specifications: External Dimension: W = 700-750 Mm D = 730-750 Mm H = 2000-2100 Mm. Inside Dimension: Useful Space On Top W = 600-620 Mm D = 550-570 Mm H = 500-550 Mm. Useful Space At The Bottom W = 590-610 Mm D = 540-560 Mm H = 500-550 Mm. Capacity: 600 L Temperature Range: Top 2°c To 20°c Bottom 2°c To 20°c. Optional: Other Temperature Ranges. Housing Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. With 4 Feet, Height Adjustable. Optional: Set Of 4 Casters, 2 With Brakes. Interior Space Inner Case Of Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. Cleaning Friendly By Rounded Corners, Slippery Surface In The Interior, Meets Highest Hygiene Requirements Insulation High Density Foamed-in-place Polyurethane, With A Thickness Of 60 Mm. Cfc-free. Circulation Air Cooling For Rapid And Uniform Temperature Control, Reducing Temperature Gradients To A Minimum. When The Door Is ""open"" The Circulating Fan Is Switched Off Automatically By A Micro Switch In Order To Prevent Warmer Ambient Air Being Drawn In. Door 2 Pcs. Three-layer Thermally Insulating Glass Door (arranged On Above The Other), Supplied As Standard With Right Hand Hinge, Also Available With Left Hand Hinge At No Extra Cost. Grease Resistant Magnetic Seal. Optional: With Door Lock. Interior Fittings 4 Pcs. Grating-type Shelves (dim.: 530x550 Mm), White Coated. Interior Lighting With Automatic On/off Micro Switch. Optional: Stainless Steel Shelves Or Stainless-steel Drawer Compartments, With 3 Lengthwise Dividers With Telescopic-type Guides On Rollers With Stops, Drawer Dimensions: 500x480x77 Mm (wxdxh) Usable With Between The Lengthwise Dividers: 106 Mm (lengthwise Dividers Easily Removable). Working Range 1 From 2°c To 20°c (assuming The Ambient Temperature Is Approximately 4°c Above The Set Point). Temperature Accuracy +/- 1,8°c After Stabilization (with 50% Of Loading). Acoustics Signal When The Set Value Is Undercut Or Exceeded Potential-free Connection Socket For Extern Alarm Refrigerating Unit 2 Pcs. Fully Hermetically Sealed, Forced Ventilation, Fitted On Vibration – Absorbing Mounts (ambient Temperature Max. 32°c), Low Noise (48dba/1m), Energy Saving Compressor With High Quality Vaporization System. Refrigerant: R 290 Or Equivalent Defrost Automatically With Thermal And Time Limit. Condensate Evaporation In Heated Tray. During The Defrost Period, The Temperature Inside The Cabinet (only The Air Temperature – Not The Stored Goods) Will Arise For A Short Time. Electrical Date: Power Supply220-230 V/50 Hz/single Phase Optional: 60 Hz. Power Input 2x 0,20 Kw. Fuse 16a. Power Cable: 2x 1,5 M. Packing Details (palletized) Dimensions: Approx. 85x98x224 Cm. Net Weight: 150-170 Kg. Gross Weight: 180-200 Kg. Include Avr. Unit 1 100,000.00 27 Rigid Video Procto-sigmoidoscope. Brand New. Product Specifications: Plastic Obturator. Video Camera. Stainless Steel Tube. Handle Of Polyacetal (delrin), Usb Male Connector. Analogue To Digital Converter Nozzle For Gas. Instrumentation Channel. Silicone Washer. Includes Universal Fiber Optic Light Source Machine And Tube Connector From The Proctoscope To The Light Source Machine. Warranty -6 Months From Delivery And Installation. Set 1 50,000.00 28 Stretcher, Transport Type. Brand New. Product Specifications: Hydraulic Stretcher. Numbers Of Function: Five-function. Certification: Ce, Fda, Iso13485. Size: 2000-2100 Mm (l)*770-800mm (w)*600-610/900-920mm (h). Height:600mm-930mm. Lowest Position-floor To Platform-580mm. Highest Position-floor To Platform-905mm. Side Rail Height Above Mattress Platform-340 To 360mm. Maximum Back Rest-0-80 Degrees. Maximum Knee Rest-0-30 Degrees. Maximum Trendelenburg Reverse Tr-0-16 Degrees. Mattress Size -1850-1880 X 650-670 X 80-90mm. Loading Capacity -up To 200 Kg. Side Rails: Collapsible Aluminum Alloy Side Rails. Bed Platform: X-ray Transparent. Specification: Ce, Fda, Iso. Other Features: 1. Central Brake System: Equipped With Four Brake Pedals On All Sides Of The Bed Make The Brakes At The Optimal Position Effectively. 2. Multi-function Instrument Support: The Instrument Support Can Put The Monitor And Can Also Be Used As A Headboard To Prevent Accidental Slippage Of The Patient. 3. Push Handle: Reducing The Workload And Preventing The Injuries. 4. High Quality Mattress: The European Standard Waterproof Cloth With The Smooth Surface Of The Mattress, Easy To Clean And Not Misplaced. 5. Large Diameter Wheel: Using The Imported 8-inch Silent Caster Make It Flexible And Durable. 6. The Fifth Wheel: The Fifth Wheel Can Provide A Smaller Radius Of Gyration. The Telescopic Collapse Design Can Slide Smoothly Even On The Rough Surface Or Obstacles Such As The Elevator Sill, Reducing Effectively The Damage Caused By Transport To Patients. 7. Plastic Coated Side Rails: The Side Rails With Stainless Steel Column Guardrail Covers Almost Entire Length Of Bed. 8. High-strength Carbon Steel Structure And Spray Procedure: The High Quality Carbon Steel And Robot Welding Guarantee The Mechanical Strength. The Spray Surface Treatment Is Easy To Clean And Guarantees A Longer Life. 9. Rapid Lifting Hydraulics: The Imported Dual-pressure Lifting System Can Be Used To Quickly Lift The Bed Or The Push Handle For 2 Seconds In An Emergency, And The Bed Will Automatically Locate The Height To Form A Special Body Position Of The Patient. 10. X-ray Imaging: Equipped With X-ray Material Bed Surface And X Ray Cassette Holder, The Whole Body Can Be X-rayed. 11. With Oxygen Cylinder Holder. Warranty -1 Year From Delivery And Installation. Unit 18 5,400,000.00 29 Suction Machine. (heavy Duty). Brand New. Product Specifications: Floor, Standing Type. Oil-less Piston Suction Motor. Double Anti-overflow Protection (mechanical Float And Electronic Sensor). Flow Rate: 40-50 Liter Per Minute. Water Displacement. Vacuum -700-800mmhg. Includes 2x3 Liters Polycarbonate Collection Jar. Attach/detach Abs Plastic Cover Jar. Anti-bacterial And Hydrophobic Filter. Patented Anti-vibration System. Dimensions: 300-400mm X 380-420mm X 800-850mm (lxwxh). Weight -15-25 Kg. Equipped With Foot Switch. Power -250w. Power Requirement -ac 200, 50-60hz. Silicone Hose. Operation And Service Manual Included. Warranty Of 6 Months From Delivery And Installation. Includes Orientation And Training Of End-user Staff. Unit 2 600,000.00 30 Syringe Pump. Brand New. Product Specifications: With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual.  Applicable Syringes (universal Compatibility To Various Brands): 10ml, 20ml, 30ml, 50ml/60ml, Accuracy: ±2% (mechanical ±1%).  Flow Rate: 10ml: 0.1 Ml/h -300ml/h, 20ml: 0.1 Ml/h -600ml/h, 30ml: 0.1 Ml/h -900ml/h, 50ml: 0.1 Ml/h -1500ml/h.  Bolus Rate: 10ml: 100-300ml/h (default 300ml), 20ml: 100-600ml/h (default 600ml), 30ml: 100-900ml/h (default 900ml), 50ml: 100-1500ml/h (default 1500ml).  Purge Rate: 10ml: 300ml, 20ml: 600ml, 30ml: 900ml, 50 Ml: 1500ml.  Volume To Be Infused: 0.1ml~1000ml.  Injection Increment: 0.1ml.  Infusion Mode: Rate Mode, Time Mode.  Time Mode: Volume Limit: 0.1~999.9ml. Pre-set Time: 1min To 99h99min. Remaining Time: **h **min.  Occlusion Pressure: 3 Adjustable Occlusion Pressure Settings: Low, Middle And High.  Alarm Function: Infusion Completion, Near Completion, Empty, Occlusion, Low Battery, Syringe Disengaged, Incorrect Installation Of Syringe Plunger, No Ac Power Supply, Low Battery, Battery Exhausted, Malfunction Etc.  Battery: Rechargeable Lithium Polymer Battery, 7.4v, 2100mah, Can Operate For More Than 3 Hours After Fully Charged At 25ml/h. Unit 5 300,000.00 Total 34,665,000.00 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier, Except For Line Items With Asterisk (*) Which Have Been Awarded By A Non-health Facility. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents December 12, 2024 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of January 7, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference December 20, 2024 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids January 7, 2025 (tuesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of January 7, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Mr. Jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Closing Date17 Jan 2025
Tender AmountPHP 36.6 Million (USD 627.7 K)
2341-2350 of 2352 archived Tenders