Fire Extinguisher Tenders

Fire Extinguisher Tenders

Department Of Health Regional Office Ii Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2025-003 Location Of The Project – Tuguegarao City Request For Quotation Date:01/08/2025 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am January 13, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Month 3 360,000.00 Rental Of Warehouse (january To March 2025) Warehouse Requirements: - Floor Area At Least 750 Sq.m - Well Lighted - No Leak And Holes On Roof And Walls - Wide Doors And With Steel Doors For Safety - Enough Outlets For Electric Fans - Luminous Exit Signages - Fire Extinguishers - Emergency Lights - Smoke Detectors - Airconditioned Office Room To Accommodate At Least Two Persons - Water Source And Comfort Room - Building And Stocks Insured By The Owner - Electricity And Water Should Be Shouldered By The Owner - With Cctv Monitoring System For Use Of Cv-chd Health Commodities "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-01-0012 Page 1 Of 1
Closing Date13 Jan 2025
Tender AmountPHP 360 K (USD 6.1 K)

NATIONAL ECONOMIC AND DEVELOPMENT AUTHORITY REGION V Tender

Food Products
Philippines
Details: Description Invitation To Bid For The Venue And Catering Services For Meetings Of The Neda & Rdc Full Council, Sectoral Committees, Special And Affiliate Committees For Cy 2025 (re-bidding, 2nd Semester) The Catering Service Provider Shall Comply With The Government Regulations As Provided In Presidential Decree No. 856 Otherwise Known As “the Code On Sanitation Of The Philippines”. A. Sanitary Permit (sec. 14, Chapter Iii) B. Health Certificate Of Food Handlers (sec. 15, Chapter Iii) The Catering Service Provider Agrees: A. To Provide Food And Services Through Blue Plate Or Managed Buffet Or Packed As Requested By The Procuring Entity For The Participants As Provided In And In Accordance With The Set Menu In Section Vi. Schedule Of Requirements, Unless Otherwise Provided In Succeeding Paragraphs B, C, D And E. B. To Provide Food And Services For The Number Of Participants On The Basis Of Information Given By The Procuring Entity Thru A Notice Signed By The Coordinator And Chief Administrative Officer Or Her Authorized Representative, At Least Two (2) Days Prior To The Meeting/training Schedule. C. During The Meeting/training, To Increase/ Decrease The Number Of Meals/snacks To Be Served Provided That Written Or Verbal Notice Is Given By The Procuring Entity Signed By The Coordinator And Chief Administrative Officer Or Her Authorized Representative At Least One (1) Day Prior To The Meeting/training Schedule. D. During The Meeting/training, To Adjust Any Specific Food/diet Restrictions (religion Or Health Reasons) If Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Coordinator And Chief Administrative Officer Or Her Authorized Representative, Not Later Than 3pm On The First Day Of Meeting/training. E. To Substitute The Menu For A Specific Meeting/training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Non Slaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. F. To Reschedule/cancel The Meeting/training Due To Fortuitous Event/instances Beyond The Control Of Neda Regional Office 5, Arimbay, Legazpi City. G. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Meeting/training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks And 14) Condiments. H. No Plastic/melawares/ Plates, Spoons. Forks, Bowls, Cups And Saucers I. To Provide Clean Table Cloth, Seat Covers And Table Napkins In Designated Dining Area. J. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “ Clean As You Go” K. Use Of Environment-friendly And Biodegradable Food Packages And Utensils For Packed Meals. Additional Requirements Venue A. To Provide Clean Airconditioned Venue Which Can Accommodate At Least The Number Of Participants Indicated Per Meeting/training With Tables And Chairs. B. To Provide Clean And Accessible Comfort Rooms With Continuous Water Supply, Soap And Tissues At Least One (1) For Female And One (1) For Male. C. To Provide Janitors To Maintain The Cleanliness Of All Comfort Rooms. D. To Provide Standby Generator, In Case Of Power Interruption. E. The Service Provider Shall Not Charge Corkage Fee For Any Food And Drink Brought By Neda Regional Office 5 Inside The Venue. F. To Provide At Least Five (5) Wireless Microphones And Audible And Operational Sound System. G. To Provide At Least One (1) Technical Person To Assist And Operate The Sound System. H. The Venue Should Have An Accessible Emergency Exit With Standby Fire Extinguishers. I. To Provide A Security Guard Or Watchman. J. To Make Available A Water Dispenser In The Venue For The Duration Of The Activity. K. To Provide Projector Or Led Screens For Presentations. L. With Wifi At Least 50mbps Catering Services A. The Neda Regional Office 5 Shall Inform The Concessionaire Of The Total Number Of Actual Participants At Least Three (3) Days Before The Conduct Of Meeting/training. B. The Service Provider Shall Assure The Quality Of Food To Be Served Maintaining High Standards Of Sanitation. In The Event That The Food Served Has Indication Of Spoilage, The Caterer Shall Be Allowed To Make Substitution Upon The Approval Of The Procuring Entity. C. The Service Provider Shall Submit Or Provide Menu For Healthy Foods Such As Rice, Beef, Chicken, Pork, Seafoods, Vegetables, Dessert/fruits And Fresh Fruit Juices. D. The Service Provider Shall Provide Free Flowing Coffee/tea, Creamer, Sugar, Hot And Cold Water During The Meeting/training To Be Ready At 8:00am. E. The Caterer Shall Schedule Food Tasting At Least A Week Before The Conduct Of The Event. F. The Caterer Shall Serve Consumables Of Snacks And Lunch As Provided In The Schedule Of Requirements Which Shall Be Ready For Inspection By 9:30am For Am Snacks, 11:30am For Lunch And 2:30pm For Pm Snacks. G. The Service Provider Shall Not Require Advance Payment And Deposit To Guarantee The Reservation. H. The Concessionaire Shall Assign At Least Ten Waiters/waitresses In Clean Working Garments In Meeting And Training With: 100 Or More Participants And 2-4 Waiters/waitresses For Meeting/training With Less Than Or Equal To 50 Participants.
Closing Date11 Feb 2025
Tender AmountPHP 1.5 Million (USD 27 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Multi-purpose Buildings / Facilities To Support Social Services, Construction Of Multi-purpose Building, Salvador, Macrohon, Southern Leyte Contract Id No. : 8. 25il0047 Locations : Macrohon, Southern Leyte Scope Of Works : Construction Of Multi-purpose – 2 Storey Building Including Earthworks, Structural Works, Masonry Works, Ceiling Works, Tile Works, Roof Framing And Roofing Works Finishing Works, Painting Works Of Steel, Concrete And Wood Surfaces, Plumbing Works, Electrical Works Including Installation Of Android Tvs, Airconditioning Units, Installation Of Fire Extinguishers. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 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, According To The Table Below. 7. 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. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 4, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)

DEPT OF THE ARMY USA Tender

Others
United States
Details: The Los Angeles District, U.s. Army Corps Of Engineers Is Seeking To Lease A Minimum Of 4300 - 5000 Net/usable To A Maximum Of Gross/rentable Square Feet (gross Square Feet To Include Any Common Area Factor), Of Existing Class A Or B Retail Space, In The Oxnard, Ca, Within The Defined Delineated Area (da) Boundaries Below: north -- Town Center Drive south -- Gonzales Road east –ventura Blvd west – N Rose Ave. the Government’s Desire Is For Afull-service Lease Of Retail Space For An Armed Forces Career Center For A Term Not To Exceed Five (5) Years With Government Terminationrights. offered Space Must Meet Government Requirements Per The Terms Of The Government Lease.interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. adequate Mass Transit (buses, Trains, Rail Cars) For The Public Within Three Walking Blocks Is Highly Desired. required spaces Must Offer Both A Primary And A Secondary Point Of Ingress/egress. lighted, Non-exclusive Or Reserved On-site Parking For Four 5 Marked Government Owned Vehicles Must Be Provided For On 24 Hours 7 Days A Week Basis. Additional Lighted Parking Must Be Available During Business Hours, Weekends And Holidays, For Approximately 5 Employee Vehicles And Visitors/recruit Candidate Parking. must Use The Government Lease. the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning. armed Forces Recruiting Facilities Are Only Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Will Be These Facilities To Be In Areas Where Sexually Oriented Businesses, Bars, Nightclubs, Liquor Stores, Smoke Shops, Marijuana Dispensaries Etc. Or Other Business That Produce Injurious Odors Detectable With The Leased Spaces. Placement Near These Establishments Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There And Their Visitors. lessors Are Required To Be Registered And Active In Www.sam.gov Prior To The Deadline For Final Offer Submission. proposals Are Due No Later Than 5:00 Pm (pst) On March 06, 2025. responses Should Include: building Name And Address as-built Floor Plan Drawing digital Photo Of Street View Of Property area (boma Rentable Square Feet & Boma Usable Square Feet) rental Rate Per Square Foot Rentable Space To Include (cam, Taxes And Insurance) common Area Factor(s) For Available Space, If Applicable following Are The Factors That Will Be Considered When Evaluating Bids/offers: 1. Location 2. Ability To Meet All Construction Specifications, Security Measures And Lease Requirements 3. Complete Initial And Final Offers Must Be Received By Defined Deadline 4. Competitive Costs In The Best Interest Of The Government 5. Qualitative Ratings By Client For Mission additional Notes: three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e., Smoke Detectors, Fire Extinguishers, Etc.). bids Shall Include Any Tear Down/haul Away Expenses. the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example. it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Works contact interested Parties May Contact Jaran Panichkul At The U.s. Army Corps Of Engineers, Los Angeles District, Real Estate Office, 915 Wilshire Blvd, Los Angeles, Ca 90017; 805-598-3903; Jaran.t.panichkul@usace.army.mil,no Later Than 05:00 P.m. On 03/06/2025.
Closing Date7 Mar 2025
Tender AmountRefer Documents 

Ministry Of Agriculture Fisheries And Agrarian Reform Tender

Automobiles and Auto Parts
Philippines
Details: Description Lot No. Unit Quantity Specifications Approved Budget For Contract Price Of Bid Documents Delivery Period 1 Unit 11 4wd Tractor (100 Hp) With Farm Implements 38,500,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9053 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Norte, Maguindanao Del Norte & Sga 2 Unit 2 4wd Tractor (100 Hp) With Farm Implements 7,000,000.00 10,000.00- Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9051 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Sulu 3 Unit 2 4wd Tractor (100 Hp) With Farm Implements 7,200,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9052 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Norte & Maguindanao Del Sur 4 Unit 13 Delivery Truck (wing Van) 36,400,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9050 Prime Mover Rated Power : 350hp Min @ 1800rpm Engine Displacement : 12.8l Min Fuel Type : Diesel Engine Type : Inline 6 Cylinder, Intercooler Turbo Engine Compression Ratio : 17.3 Min Manufacturer Year Model : 2010 Abdve Performance Classification Aspiration Method : Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission : 7 Speed Manual Min. No. Of Drive : 2 Body And Cab No. Of Wheels : 11 (2 Front : 8 Rear : 1 Spare Tire) No. Of Studs : 10 Min Payload : 15,000 Kg Min Gross Vehicle Weight : 25,000 Kg Min Front Cabin : Single Rear Body Type : Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height ; 450 Mm, Min Body Length : 30 Ft, Min Brake System : Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack ( Complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Maguindanao Del Norte, Maguindanao Del Sur, Sga And Tawi-tawi 5 Unit 1 Delivery Truck (wing Van) 5,625,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9049 Prime Mover Rated Power : 350hp Min @ 1800rpm Engine Displacement : 12.8l Min Fuel Type : Diesel Engine Type : Inline 6 Cylinder, Intercooler Turbo Engine Compression Ratio : 17.3 Min Manufacturer Year Model : 2010 Abdve Performance Classification Aspiration Method : Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission : 7 Speed Manual Min. No. Of Drive : 2 Body And Cab No. Of Wheels : 11 (2 Front : 8 Rear : 1 Spare Tire) No. Of Studs : 10 Min Payload : 15,000 Kg Min Gross Vehicle Weight : 25,000 Kg Min Front Cabin : Single Rear Body Type : Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height ; 450 Mm, Min Body Length : 30 Ft, Min Brake System : Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack ( Complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Sulu 6 Unit 10 Corn Sheller 2,600,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9061 Technical Specifications: > Prime Mover: 14hp Diesel Engine, 4-stroke, Water-cooled 1 Cylinder > Output Capacity : 4.5 Tons/hr > Shelling Recovery : Minimum Of 99% > Shelling Efficiency, Minimum Of 99.5% Maximum Losses A. Blower : 1 B. Separation : 1 C. Unshelled : 0.5 D. Scattering : 0.5 Purity, Minimum Of 98% > Engine (1 Year Warranty Against Factory Defects) > Warranty Shall Be Provided For Parts And Services Within One Year After The Acceptance Of The Corn Sheller, Except On Fast Moving And Easy To Wear Parts Such As Belts. > Provided With Fuel And Oil During Actual Testing. > With Brand New Tires, Size:14 Inches Diameter Wheel Rim > With Amtec Test Result For Machine And Engine Must Conform To Paes With Standard Heavy Duty Tools: 2 Pcs. Screw Driver (flat Screw And Philips Screw- 12 Inches) 1 Pc. Open Wrench (10 Mm X11 Mm) 1 Pc. Open Wrench (12 Mm X14 Mm) 1 Pc. Open Wrench (14 Mm X17 Mm) 1 Pc. Open Wrench (19 Mm X21 Mm) 1 Pc. Holder Of Tools *** Nothing Follows *** Delivery Area Maguindanao Del Norte Maguindanao Del Sur 7 Unit 127 Hand Tractor 39,420,800.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9048 Specification Application: Corn Machine Type: Corn Harvester Type: Mini Harvester Use: Corn Harvester Structural Type: Handheld Four-wheel Seif-propelled Number Of Row: 1 Working Width(mm): 60mm Tractor Power (hp): 10-13hp Engine: 192f Engine : Gasoline Or Diesel Engine Steering: Built-in Dual Differential Transmission Method: Gear Transmission Row Distance (mm): 10-20mm Number Of Cutting Tools: 12pieces Blade Length: 8cm Cutting Width (mm): 70cm Dimension: (l*w*h) 2.2*0.85*1.2m Packaging And Delivery Selling Unit: Single Item Single Packaging Size: 137x67x100cm Single Gross Weight: 280kg *** Nothing Follows *** Delivery Area Maguiundanao Del Sur & Maguindanao Del Norte
Closing Date23 Jan 2025
Tender AmountPHP 136.7 Million (USD 2.3 Million)

Municipality Of Conner, Apayao Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Apayao Municipality Of Conner Local Government Unit Invitation To Bid For; Project Title: Construction Of One (1) Unit Warehouse In Conner, Apayao Location: Paddaoan, Conner, Apayao Project Id: 24mgu-infra-048 The Local Government Unit Of Conner, Apayao, Through The Da-rfo-car Intends To Apply The Sum Of Twenty-four Million Seven Hundred Fifty Thousand Pesos Only (24,750,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of One (1) Unit Warehouse In Conner, Apayao Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Conner, Apayao Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 907 Calendar Days Bidders Should Have Completed 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). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Local Government Unit Of Conner, Apayao And Inspect The Bidding Documents At The Address Given Below From Civil Registrar Office 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Office Of The Municipal Civil Registrar On December 27, 2024. {insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Local Government Unit Of Conner, Apayao Will Hold A Pre-bid Conference On January 3, 2025 @ 10:00 Am At The Lgu-premises, Caglayan, Conner, Apayao Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat In Person At The Office Of Civil Registrar Office On Or Before January 17, 2025 @ 9:00 Am (i) Manual Submission At The Office Address As Indicated Above. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 17, 2025 @ 9:30 Am At The Given Address Below Lgu-premises, Caglayan, Conner, Apayao. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Unit Of Conner, Apayao 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. Scope Of Work Item No. Description Unit Quantity A.1.1(6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer (rental Basis) Month 30 A.1.2(2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis Month 30 A.1.1(11) Provision Of Furniture/fixtures Equipment And Appliances For The Field Office For The Engineer Lumpsum 1.00 B.3 Permit And Clearances Lumpsum 1.00 B.5 Project Billboard/signboard Each 1.00 B.7(2) Occupational Safety And Health Lumpsum 1.00 B.9 Mobilization/demobilization Lumpsum 1.00 B.16 Recognition Plate/project Marker Each 1.00 102(2) Surplus Common Excavation Cu.m. 3,000.00 803(1)a Structural Excavation (common Soil) Cu.m. 1,077.68 804(1)b Embankment From Borrow Cu.m. 218.40 804(4) Gravel Fill Cu.m. 88.09 311(1)e1 Portland Cement Concrete Pavement (280mm Thk.) Cu.m. 398.11 900(1)c2 Structural Concrete (footing And Slab On Fill), Class A, 28 Days Cu.m. 252.88 900(1)c4 Structural Concrete (column), Class A, 28 Days Cu.m. 115.45 900(1)c6 Structural Concrete (beams/girders), Class A, 28 Days Cu.m. 72.60 902(1)a Reinforcing Steel (deformed), Grade 40 Kgs. 45,065.92 903(2) Formworks And Falseworks Sq.m. 1,102.50 1000(1) Soil Poisoning Ltr. 177.48 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel), 100mm Sq.m. 381.28 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) Sq.m. 410.26 1047(8) Structural Steel (roof Framing) Bdft. 1,245.83 1014(1)b2 Prepainted Metal Sheets (rib Type, Long Span, Above 0.50mm) M 1,245.83 1013(2)a2 Fabricated Metal Roofing Accessory (flashings, Gauge 26)) M 157.80 1013(2)b1 Fabricated Metal Roofing Accessory (gutters, Gauge 26) M 52.50 1010(2)a Door (flush) Sq.m. 61.68 1007(1)b Aluminum Framed Glass Door (swing) Sq.m. 21.29 1011(1)a Roll-up Door Lumpsum 1.00 1008(1)a Aluminum Glass Windows (sliding) Sq.m. 31.43 1008(1)c Aluminum Glass Windows (awning) Sq.m. 4.32 1008(1)d Aluminum Glass Windows (fix) Sq.m. 6.59 1027(1) Cement Plaster Finish Sq.m. 1,267.24 1018(5) Glazed Tiles Sq.m. 301.00 1018(2) Unglazed Tiles Sq.m. 48.00 1003(1)a1 Carpentry (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 484.07 1003(1)e2 Carpentry (metal Furring Frame, Pre-painted Metal Panel) Sq.m. 221.27 1032(1)a Painting Works Sq.m. 2,907.48 1051 (1) Railing Lumpsum 1.00 1001(8) Sewer Line Works Lumpsum 1.00 1001(9) Storm Drainage And Downspout Lumpsum 1.00 1002(6) Cold Waterline Works Lumpsum 1.00 1002(4) Plumbing Fixtures Lumpsum 1.00 1001(6) Catch Basin (concrete) Each 10.00 1001(11) Septic Vault Lumpsum 2.00 1100(10) Conduit, Boxes And Fittings (conduit Works/conduit Rough-in) Lumpsum 1.00 1101(33) Wires And Wiring Devices Lumpsum 1.00 1103(1) Lighting Fixtures And Lamps Lumpsum 1.00 1202(6)a1 Fire Extinguisher Lumpsum 7.00 1208(1) Fire Alarm System Lumpsum 1.00 13. For Further Information, Please Refer To: Edmundo B. Desiderio Jr, Ce. Bac Sec Head-infrastructure Office Of The Municipal Engineer Vivian B. Pacis Bac Chairman-infrastructure Office Of The Civil Registrar 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: [philgeps, Local Government Unit Of Conner, Apayao]
Closing Date17 Jan 2025
Tender AmountPHP 24.7 Million (USD 423.7 K)

City Of Trece Martires Tender

Furnitures and Fixtures
Philippines
Details: Description Arm Chair (kindergarten) 30 Pc/pcs ₱45,000.00 -wooden, Sturdy, 14x14 -different Colors (red, Blue, Yellow, Green) Office Table 1 Pc/pcs ₱4,500.00 - Made Of Wood, With 4 Drawers And 2 Locks -color: White Or Gray -size (lxwxh) 46 X 22.4 X 28.4 Inches Office Chair 1 Pc/pcs ₱6,500.00 - Black, Adjustable Height -mesh Type, Fabric Finish - Office Mid-back Chair With Armrest Steel Cabinet Mobile Pedestal 1 Pc/pcs ₱5,000.00 - 3-drawer Gauge 20 W/ Key Lock, Color: White Book Shelf Organizer 2 Pc/pcs ₱3,600.00 - Wooden, White, 120*24*60cm (lxwxh) -moisture-proof, Thick, 8 Square Shelves -grid Cabinet Bookcase, Modern Montessori Bookshelf 2 Pc/pcs ₱5,600.00 - Material: Wood, Color: White, 80 - Dimension: 80*30*88 Cm, 5 Layer/shelves Whiteboard 1 Pc/pcs ₱6,500.00 - Wall Mounted, Approx. 4ft X 7ft, Heavy Duty Plastic Chair 5 Pc/pcs ₱3,175.00 - Nordic Plastic Chair, Stackable, Thickened Dimensions: 78*38*39, Color Grey Educational Posters 11 Pc/pcs ₱1,155.00 - 20" X 30", With Plastic Lamination - Alphabet, Numbers, Shapes, Colors, Fruits, Animals, Vegtables, Months, Days, Body Parts, Solar System (1 Each) Whiteboard Marking Pen 30 Pc/pcs ₱2,610.00 - Whiteboard, Black, Fine Pilot Or Equal Brand Ink Refill For Whiteboard Pen 10 Btl ₱650.00 - Black, 25ml Eraser - Felt, Whiteboard Eraser, 12.5x5x2.6cm 5 Pc/pcs ₱300.00 Trash Can-capacity: 50l, Touch Top Cover, Pp 2 Pc/pcs ₱960.00 Garbage Bag, Black Plastic, Medium, 50's 5 Pack ₱1,350.00 Walis Tambo, Broom, Soft 1 Pc/pcs ₱315.00 Walis Tingting, Broom, Stick 1 Pc/pcs ₱70.00 Dustpan, Plastic, Pansize: 23cm X 24cm 1 Pc/pcs ₱80.00 Alcohol, 70% Isoprophyl, 500 Ml 4 Btl ₱476.00 Bathroom Soap, Liquid W/ Dispenser, 221ml 1 Pc/pcs ₱265.00 Chlorox, 1892ml, Original, Zonrox Or Equal Brand 1 Gallon ₱215.00 Dipper With Handle 1 Pc/pcs ₱72.00 Pail-heavy Duty, 6 Gal. Plastic Pail 1 Pc/pcs ₱400.00 Spin Mop 1 Pc/pcs ₱760.00 - With Suspension Spinner And Extend Hydraulic Rod, 360 Easy Rotating, 30l - With 5 Wash Cloths, 48*28*27cm Bucket Size Toilet Bowl Brush, W/ Handle, Plastic, Short 1 Pc/pcs ₱224.00 Toilet Bowl Cleaner, 500ml 1 Pc/pcs ₱224.00 Extension Cord, 4 Switches, Universal Outset And Switch 3 Meters 4 Pc/pcs ₱1,840.00 Colored Erasable Whiteboard Markers 5 Pack ₱1,525.00 -12 Different Colors Per Pack Ink Refill For Colored Erasable Whiteboard Markers 2 Pack ₱1,060.00 - 12 Colors Refilling Ink Paper, Multicopy, 80gsm, Legal Size 5 Ream ₱2,350.00 Paper, Multicopy, 80gsm, A4 Size 5 Ream ₱2,100.00 Pen, Ballpoint, Fine Point, Pilot Or Equal Brand, Black 50 Pc/pcs ₱1,850.00 Pen, Ballpoint, Fine Point, Pilot Or Equal Brand, Red 20 Pc/pcs ₱740.00 Pen, Ballpoint, Fine Point, Pilot Or Equal Brand, Blue 20 Pc/pcs ₱740.00 Sign Pen, V-5 Extra Fine, Pilot Or Equal Brand, Black 4 Pc/pcs ₱500.00 Sign Pen, V-5 Extra Fine, Pilot Or Equal Brand, Blue 4 Pc/pcs ₱500.00 Pencil, Lead W/ Eraser, Wood Cased #1 12's 3 Box ₱510.00 Stapler No. 35, Heavy Duty, With Remover 2 Pc/pcs ₱1,304.00 Staple Wire, #35, 5000 Pcs. 5 Box ₱525.00 Wall Clock, Colorful, Large 1 Pc/pcs ₱1,600.00 Two-ring Binder (lever Arch File, H=14", W=9", Capacity=3", Long (1 Red, 1 Blue, 1 Yellow) 3 Pc/pcs ₱1,164.00 Scissors, 6" Minimum 2 Pc/pcs ₱320.00 Double Sided Tape, 1", 50 M 3 Roll ₱297.00 Masking Tape, 1" 24mm 2 Roll ₱182.00 Transparent Tape, 1", 50m 2 Roll ₱216.00 Transparent Tape, 2" 50mm 2 Roll ₱286.00 Ink Bottle, Brother, Btd60bk, Black 3 Bottle ₱1,557.00 Ink Bottle, Brother, Bt5000c, Cyan 1 Bottle ₱519.00 Ink Bottle, Brother, Bt5000m, Magenta 1 Bottle ₱519.00 Ink Bottle, Brother, Bt5000y, Yellow 1 Bottle ₱519.00 Bluetooth Mouse With Scroll 1 Pc/pcs ₱650.00 Mouse Pad, 25x20cm Approx. 1 Pc/pcs ₱210.00 Battery, Dry Cell, Aa, 2pc/pck 5 Pack ₱650.00 Battery, Dry Cell, Aaa, 2pc/pck 5 Pack ₱650.00 First Aid Kit-first Aid Kit Set, Emergency Kit 1 Set ₱620.00 Fire Extinguisher 1 Pc/pcs ₱1,750.00 - 10lbs, Dry Chemical, For Class A,b,c Fires Stand Fan, Electric Fan 1 Unit ₱2,483.00 Industrial Wall Fan 3 Unit ₱5,460.00 - 3 Metal Aluminium Blades, 55" Smart Tv 1 Unit ₱30,800.00 - 4k Smart Android Tv, 4k Hdr Tv - Slim Design, Two Leg Stand, Dolby Audio - Display Resolution: 3840 X 2160 Laptop 1 Unit ₱75,000.00 - Processor: 13th Gen Intel Core I5-13420h - Graphics: Integrated Intel Uhd Graphics - Memory: 8gb Ddr5-5200mhz - Storage: 256gb Ssd M.2 2242 Pcie Gen4 - Display: 16" Wuxga (1920x1200), Ips, Anti-glare, Non-touch, 45% Ntsc, 300 Nits, 60 Hz - Camera: 720p Hd With Dual Microphone With Fingerprint Reader, Color: Arctic Grey - Os: Windows 11 Home - With Licensed Microsoft Office Ink Tank Printer 1 Unit ₱19,000.00 - Function: Print, Scan, Copy - Max Printing Resolution: 4800 (horizontal) X 1200 (vertical) Dpi - Printable Width: Up To 203.2mm (8") - Paper Size: A4, A5, B5, Letter, Legal, Etc. - Paper Handling: A4 = 60 - Scanner Type: Flatbed - Optical Resolution: 600 X 1200 Dpi - Copier: Max Doc Size - A4/letter - Display: Lcd (1.5"/3.8cm Segment Mono) - Color: Black
Closing Date2 Jan 2025
Tender AmountPHP 249.9 K (USD 4.3 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: 1. Title: Telematics For Agency Owned Vehicles 2. Purpose: The Network Contracting Office (nco) 16, Located At Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, Tx 77030, Hereby Issues The Following Sources Sought To Request Information (rfi) With The Intent Of Determining The Contractor Interest, Capabilities, Qualifications Of Potential Businesses, Nonmanufacturer Rule Compliance, Buy American Act Compliance, Trade Agreement Compliance And Estimated Industry Pricing Information For Market Research And Estimated Budgetary Purpose To Provide Telematics For Agency Owned Vehicles. contractor Shall Provide All Necessary Labor, Materials, Supplies, Equipment, And Transportation To Provide Telematics For Agency Owned Vehicles As Identified In Draft Sow. This Sources Sought Is Published For Market Research Purposes. This Sources Sought Will Be Used To Determine If A Set-aside For Any Small Business Program Is Appropriate. Government Anticipates Competitive, Firm Fixed Price Task Order If On A Federal Supply Schedule (fss) Or Firm Fixed Price Purchase Order If Open Market . Please Review This Announcement, Respond To Questions Below And Review All Attachments In Their Entirety. government Request That Interested Offerors Complete All Questions Below, Provide Required Documentation, Descriptive Literature And Authorization Letter As Described Below. The Government Is In No Way Obligated To Do Business With Or To Enter Into Any Form Of Contract With Any Person, Firm Or Other Entity That Receives Or Responds To This Announcement. 3. Objective: To Find Qualified Contractors With The Capability To Provide Telematics For Agency Owned Vehicles For The Overton Brooks Va Medical Center Located In Shreveport, Louisiana. 4. Place Of Performance: overton Brooks Va Medical Center 510 East Stoner Ave shreveport, La 71101 5. Responses Requested: The Nco 16 Requires All The Following Information And Questions Answered 5a Through 5i In This Rfi/ss: Questions And Information That Is Not Provided Shall Be Considered Nonresponsive To The Request For Information And Contractor Shall Not Be Considered As Part Of The Market Research. a. Do You (contractor) Possess The Capability To Meet The Government Requirements Of Requirements Of The Draft Sow? b. Do You (contractor) Possess The Capability To Meet The Government Requirements Of Place Of Performance Of The Draft Sow? c. Do You (contractor) Possess The Capability To Meet The Government Requirements Period Of Performance And Schedule Of The Draft Sow? d. Contractors Shall Provide Their Point(s) Of Contact Name, Address, Telephone Number, And Email Address; And The Company's Business Size, And Sam Unique Entity Identification Number. e. Is Your Company A Small Business, Sdvosb, Vosb, Sdbs, Hubzone, Or 8a Concern? Please Provide Proof Of Qualifications. f. Is Your Company Considered Small Under The Naics Code 517810? g. Do You (contractor) Have The Ability To Meets Requirements In Sow Itself Or Will Subcontracting Be Required For You To Meet Requirements In Sow? h. Are You An Authorized Service Provider? Provide Evidence From Original Equipment Manufacturer (oem). If Not Applicable For This Requirement State N/a. i. For The Service Required, Is Your Company Available Under Any; government Wide Agency Contract (gwac) general Services Administration Schedules (gsa) veterans Affairs (va) Nac Federal Supply Schedules indefinite Delivery Indefinite Quantity (idiq) blanket Purchase Agreement (bpa) if So, Please List The Contract Number For Service. 6. Opportunity: The Nco 16, Is Seeking Information From Potential Contractors On Their Ability To Provide This Service. This Is A Sources Sought For Request Information (rfi) Only. Small Business Concerns Are Encouraged To Provide Responses To This Sources Sought In Order To Assist The Nco 16 In Determining Potential Levels Of Competition Available In The Industry. Contractor Shall Possess The Capability To Provide All Requirements And Objectives. 7. Instructions And Response Guidelines: Sources Sought Responses Are Due By February 27, 2025 At 6:00 Pm (est) Via Email To Ross.futch@va.gov. all Questions Shall Be Submitted By February, 26 2025 At 2:00 Pm (est) Via Email To Ross.futch.@va.gov. telephone Requests Or Inquires Will Not Be Accepted. public Information Will Not Be Provided And Shall Be Utilized To The Full Extent Possible. this A New Requirement. the Subject Line Shall Read: 36c25625q0540-rfi-sources Sought-fire Extinguishers Inspections - Shreveport, La. No Solicitation Exists At This Time. There Is No Page Limitation On Subparagraphs 5(a) - 5(i). please Provide The Information You Deem Relevant In Order To Respond To The Specific Inquiries Of The Sources Sought. Information Provided Will Be Used Solely By Nco 16 As "market Research" And Will Not Be Released Outside Of The Nco 16 Purchasing And Contract Team. this Sources Sought Notice Does Not Constitute A Request For Proposal (rfp), Invitation For Bid (ifb), Or Request For Quotation (rfq), And It Is Not To Be Construed As A Commitment By The Government To Enter Into A Contract, Nor Will The Government Pay For The Information Submitted In Response To This Request. All Information Contained In This Sources Sought Is Preliminary As Well As Subject To Modification And Is In No Way Binding On The Government. in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. If A Solicitation Is Released, It Will Be Synopsized On Contracting Opportunities (https://beta.sam.gov/) Website Or Gsa E-buy. It Is The Responsibility Of The Interested Parties To Monitor These Sites For Additional Information Pertaining To This Sources Sought, Or Future Rfp/rfq. 8. Contact Information: contract Specialist, Ross Futch email Address: Ross.futch@va.gov your Responses To This Notice Are Appreciated. this Notice Is Not A Request For Competitive Quotes/proposals; However, Any Firm That Believes It Can Meet The Requirements May Provide Answers, Responses And Give Written Notification Prior To The Response Due Date And Time. Supporting Evidence And Responses Must Be Furnished In Enough Detail To Demonstrate The Ability To Perform The Requirements.
Closing Date27 Feb 2025
Tender AmountRefer Documents 

Agusan Del Norte Tender

Textile, Apparel and Footwear
Philippines
Details: Description 1/28/2025 Pr Number: 25-057 Fund Source: Division Mooe Procurement Of Various Supplies For Division Office Use Cy 2025 Q1 Supplies Republic Of The Philippines Department Of Education Caraga Administrative Region Division Of Agusan Del Norte Butuan City Request For Quotation The Department Of Education, Division Of Agusan Del Norte Through Its Bids And Awards Committee (bac) Invites Philgeps Registered Suppliers To Apply For The Procurement Of Various Supplies For Division Office Use Cy 2025 Q1 Supplies With The Sum Of Three Hundred Seventeen Thousand Nine Hundred Twenty Two Pesos Only And Thirty Six Centavos (php 317,9222.36) The Approved Budget Of The Contract (abc). With The Specifications / Special Indications As Follows: Item Description: 1 79 Pc Sign Pen, Extra Fine Tip, Black 2 43 Pc Sign Pen, Fine Tip, Black 3 15 Pc Sign Pen, Medium Tip, Black 4 86 Pc Sign Pen, Extra Fine Tip, Blue 5 28 Pc Sign Pen, Fine Tip, Blue 6 10 Pc Sign Pen, Medium Tip, Blue 7 12 Pc Sign Pen, Extra Fine Tip, Red 8 1 Pck Wrapping Paper 9 43 Pck Battery, Dry Cell, Size Aa 10 47 Pck Battery, Dry Cell, Size Aaa 11 19 Pc Broom (walis Tambo) 12 4 Pc Broom (walis Tingting) 13 41 Btl Cleaner, Toilet Bowl And Urinal 14 5 Pck Cleanser, Scouring Powder 15 34 Pouch Detergent Powder, All Purpose 16 26 Can Disinfectant Spray 17 3 Pc Dust Pan 18 29 Btl Hand Soap, Liquid, 500ml 19 72 Roll/pck Trashbag, Large Size 20 9 Roll/pck Trashbag, Xl Size 21 1 Unit Fire Extinguisher, Dry Chemical 22 29 Btl Glue, All-purpose 23 77 Box Staple Wire, Standard 24 3 Roll Tape, Eclectrical 25 34 Roll Tape, Masking 24mm 26 16 Roll Tape, Packaging, 48mm 27 7 Roll Twine, Plastic 28 3 Tube Blade, For General Purpose Cutter/utility Knife 29 37 Box Clip, Backfold, 25mm 30 51 Box Clip, Backfold, 32mm 31 44 Box Clip, Backfold, 50mm 32 15 Pc Data File Box 33 3 Pc Dater Stamp 34 1 Box Envelope, Documentary, A4 35 6 Box Envelope, Expanding, Kraft 36 10 Pc Envelope, Expanding, Plastic 37 1 Box Envelope, Mailing 38 2 Box Envelope, Mailing, With Window 39 33 Box Fastener 40 1 Box Folder, Pressboard 41 72 Pc Marker, Permanent, Black 42 32 Pc Marker, Permanent, Blue 43 23 Pc Marker, Whiteboard, Black 44 5 Pc Marker, Whiteboard, Blue 45 34 Box Paper Clip, Vinyl/plastic Coated, 33mm 46 1 Unit Paper Shredder 47 4 Pc Puncher, Paper, Heavy Duty 48 4 Box Rubber Band No. 18 49 24 Pair Scissors, Symmetrical/asymmetrical 50 3 Pc Tape Dispenser, Table Top 51 6 Pack Cartolina, Assorted Colors 52 3 Box Computer Continuous Form, 1 Ply, 280mm X 241mm 53 72 Pad Notepad, Stick-on, 50mm X 76mm 54 42 Pad Notepad, Stick-on, 76mm X 100mm 55 65 Pad Notepad, Stick0-on, 76mm X 76mm 56 2 Pc Steno Notebook 57 203 Ream Paper, Multipurpose A4 58 108 Ream Paper, Multipurpose Legal 59 215 Pck Tissue, Interfolded Paper Towel 60 14 Can Insecticide 61 91 Pc Ballpen, Black 62 14 Pck Sticker Paper 63 13 Roll Double Sided Tape 64 7 Pck Photo Paper 65 18 Btl Bleaching Solution 66 5 Pc Certificate Frame 67 15 Pc Certificate Holder 68 25 Btl Dishwashing Liquid 69 15 Box Plastic Fastener 70 5 Pck Vellum Board Paper 71 9 Pc Extension Cord 72 5 Ream Bond Paper, A4 73 6 Pck Glue Stick (for Glue Gun) 74 55 Pc Deodorant Cake 75 16 Box Disposable Gloves 76 1 Pc Storage Box 77 5 Unit Glue Gun 78 60 Pc Albatros (big) 79 60 Pc Albatros (small) 80 10 Pc Arch File (portrait) 81 20 Pc Arch File, Red, Portrait 82 15 Pc Ballpen, Blue 83 20 Box Ballpoint Pen/sign Pen, 1.0 84 10 Pc Table Top Pen/counter Pen 85 4 Btl Bleaching Solution, 1-liter 86 3 Ream Bond Paper, A3 87 5 Ream Paper, Multicopy, Short 88 1 Box Carbon Film, Blue, Size 216mm X 330mm 89 40 Pc Certificate Holders A4 90 5 Box Continous Form 3 Ply 11x9.5 91 26 Pc Data File Box, Made Of Hicpboard, With Cover (blue Color) 92 40 Pc Data File Holder,with Clip Mechanism,legal,size,flip Top(portrait),blue 93 26 Pc Data Storage Box Made Of Chip Board With Closed Ends (red Color) 94 2 Pc Date Stamp 95 2 Btl Disswashing Liquid 96 5 Pck Dishwashing Paste, 100 Grams 97 1 Pc Document File Bag (long Size) 98 45 Tier Fabric Conditioner 99 100 Pc Envelope, Brown, Long 100 3 Unit File Tray, Double Deck, Steel, Coated, Black 101 4 Pc Hand Soap 102 5 Box Hbw Ballpen I-gel 0.5mm Blue 103 30 Pc Megabox (white) 104 4 Pc Mosquito Spray, Waterbased/non-smell 105 10 Pck Photo Paper 106 3 Dozen Sign Pen, 0.5 Mm Tip, Green 107 5 Pc Sign Pen (don-a 0.5)-black 108 15 Piece Sign Pen My Gel (black)0.5 109 4 Box Sign Pen My Gel (black)0.5 Refill 110 5 Ream Special Paper A4 111 2 Ream Special Paper Long 112 30 Unit Sponge Mop (brand Name: Clean Sweep) Refill 113 10 Unit Sponge Mop With Squeezer With Handle (brand Name:clean Sweep) 114 7 Pc Stapler With Staple Remover, Mgic 115 5 Pck Sticker Paper Matte, Long Size 116 20 Pck Sticky Sign Here 117 2 Pc Toilet Brush 118 4 Btl Toilet Bowl Cleaner, Tuff, 1-liter 119 9 Unit Tornado Mop 360 120 2 Unit Wall Clock 121 30 Unit Water Absorbent Cloth (3pcs) 122 10 Unit Wiper Glass Cleaner (scotch Brite) 123 30 Pck Zim Cleanser (350g) 124 4 Gallon Bleaching Solution, 1-gallon 125 6 Set Cup & Saucer 126 1 Dozen Spoon 127 1 Dozen Fork 128 6 Pc Glass 129 1 Unit Wok Pan, Non-stick, 30cm, With Lid Cover 1 79 Pc Sign Pen, Extra Fine Tip, Black 2 43 Pc Sign Pen, Fine Tip, Black 3 15 Pc Sign Pen, Medium Tip, Black 4 86 Pc Sign Pen, Extra Fine Tip, Blue 5 28 Pc Sign Pen, Fine Tip, Blue 6 10 Pc Sign Pen, Medium Tip, Blue 7 12 Pc Sign Pen, Extra Fine Tip, Red 8 1 Pck Wrapping Paper 9 43 Pck Battery, Dry Cell, Size Aa 10 47 Pck Battery, Dry Cell, Size Aaa 11 19 Pc Broom (walis Tambo) 12 4 Pc Broom (walis Tingting) 13 41 Btl Cleaner, Toilet Bowl And Urinal 14 5 Pck Cleanser, Scouring Powder 15 34 Pouch Detergent Powder, All Purpose 16 26 Can Disinfectant Spray 17 3 Pc Dust Pan 18 29 Btl Hand Soap, Liquid, 500ml 19 72 Roll/pck Trashbag, Large Size 20 9 Roll/pck Trashbag, Xl Size 21 1 Unit Fire Extinguisher, Dry Chemical 22 29 Btl Glue, All-purpose 23 77 Box Staple Wire, Standard 24 3 Roll Tape, Eclectrical 25 34 Roll Tape, Masking 24mm 26 16 Roll Tape, Packaging, 48mm 27 7 Roll Twine, Plastic 28 3 Tube Blade, For General Purpose Cutter/utility Knife 29 37 Box Clip, Backfold, 25mm 30 51 Box Clip, Backfold, 32mm 31 44 Box Clip, Backfold, 50mm 32 15 Pc Data File Box 33 3 Pc Dater Stamp 34 1 Box Envelope, Documentary, A4 35 6 Box Envelope, Expanding, Kraft 36 10 Pc Envelope, Expanding, Plastic 37 1 Box Envelope, Mailing 38 2 Box Envelope, Mailing, With Window 39 33 Box Fastener 40 1 Box Folder, Pressboard 41 72 Pc Marker, Permanent, Black 42 32 Pc Marker, Permanent, Blue 43 23 Pc Marker, Whiteboard, Black 44 5 Pc Marker, Whiteboard, Blue 45 34 Box Paper Clip, Vinyl/plastic Coated, 33mm 46 1 Unit Paper Shredder 47 4 Pc Puncher, Paper, Heavy Duty 48 4 Box Rubber Band No. 18 49 24 Pair Scissors, Symmetrical/asymmetrical 50 3 Pc Tape Dispenser, Table Top 51 6 Pack Cartolina, Assorted Colors 52 3 Box Computer Continuous Form, 1 Ply, 280mm X 241mm 53 72 Pad Notepad, Stick-on, 50mm X 76mm 54 42 Pad Notepad, Stick-on, 76mm X 100mm 55 65 Pad Notepad, Stick0-on, 76mm X 76mm 56 2 Pc Steno Notebook 57 203 Ream Paper, Multipurpose A4 58 108 Ream Paper, Multipurpose Legal 59 215 Pck Tissue, Interfolded Paper Towel 60 14 Can Insecticide 61 91 Pc Ballpen, Black 62 14 Pck Sticker Paper 63 13 Roll Double Sided Tape 64 7 Pck Photo Paper 65 18 Btl Bleaching Solution 66 5 Pc Certificate Frame 67 15 Pc Certificate Holder 68 25 Btl Dishwashing Liquid 69 15 Box Plastic Fastener 70 5 Pck Vellum Board Paper 71 9 Pc Extension Cord 72 5 Ream Bond Paper, A4 73 6 Pck Glue Stick (for Glue Gun) 74 55 Pc Deodorant Cake 75 16 Box Disposable Gloves 76 1 Pc Storage Box 77 5 Unit Glue Gun 78 60 Pc Albatros (big) 79 60 Pc Albatros (small) 80 10 Pc Arch File (portrait) 81 20 Pc Arch File, Red, Portrait 82 15 Pc Ballpen, Blue 83 20 Box Ballpoint Pen/sign Pen, 1.0 84 10 Pc Table Top Pen/counter Pen 85 4 Btl Bleaching Solution, 1-liter 86 3 Ream Bond Paper, A3 87 5 Ream Paper, Multicopy, Short 88 1 Box Carbon Film, Blue, Size 216mm X 330mm 89 40 Pc Certificate Holders A4 90 5 Box Continous Form 3 Ply 11x9.5 91 26 Pc Data File Box, Made Of Hicpboard, With Cover (blue Color) 92 40 Pc Data File Holder,with Clip Mechanism,legal,size,flip Top(portrait),blue 93 26 Pc Data Storage Box Made Of Chip Board With Closed Ends (red Color) 94 2 Pc Date Stamp 95 2 Btl Disswashing Liquid 96 5 Pck Dishwashing Paste, 100 Grams 97 1 Pc Document File Bag (long Size) 98 45 Tier Fabric Conditioner 99 100 Pc Envelope, Brown, Long 100 3 Unit File Tray, Double Deck, Steel, Coated, Black 101 4 Pc Hand Soap 102 5 Box Hbw Ballpen I-gel 0.5mm Blue 103 30 Pc Megabox (white) 104 4 Pc Mosquito Spray, Waterbased/non-smell 105 10 Pck Photo Paper 106 3 Dozen Sign Pen, 0.5 Mm Tip, Green 107 5 Pc Sign Pen (don-a 0.5)-black 108 15 Piece Sign Pen My Gel (black)0.5 109 4 Box Sign Pen My Gel (black)0.5 Refill 110 5 Ream Special Paper A4 111 2 Ream Special Paper Long 112 30 Unit Sponge Mop (brand Name: Clean Sweep) Refill 113 10 Unit Sponge Mop With Squeezer With Handle (brand Name:clean Sweep) 114 7 Pc Stapler With Staple Remover, Mgic 115 5 Pck Sticker Paper Matte, Long Size 116 20 Pck Sticky Sign Here 117 2 Pc Toilet Brush 118 4 Btl Toilet Bowl Cleaner, Tuff, 1-liter 119 9 Unit Tornado Mop 360 120 2 Unit Wall Clock 121 30 Unit Water Absorbent Cloth (3pcs) 122 10 Unit Wiper Glass Cleaner (scotch Brite) 123 30 Pck Zim Cleanser (350g) 124 4 Gallon Bleaching Solution, 1-gallon 125 6 Set Cup & Saucer 126 1 Dozen Spoon 127 1 Dozen Fork 128 6 Pc Glass 129 1 Unit Wok Pan, Non-stick, 30cm, With Lid Cover For The Complete Details Of The Procurement Please Refer / Confirm With Deped Division Of Agusan Del Norte Or See The Attached Specifications Stated In This Posting For Details. The Department Of Education, Division Of Agusan Del Norte Through Its Bids And Awards Committee (bac), Now Invites Bids/quotations For The Above-mentioned Project. Bids Received That Exceed The Total Abc Shall Be Rejected At Bid Opening. Bidder May Bid For One Or All Items. Late Bids Shall Be Rejected. Open Competitive Bidding Will Be Conducted Using The Non-discretionary Pass/fail Criterion, Evaluation And Post Qualification Procedures In The Implementing Rules And Regulations (irr) Of Ra 9184. Hector Dn. Macalalag, Phd., Ceso Vi Bac Chairperson / Asst. Schools Division Superintendent
Closing Date3 Feb 2025
Tender AmountPHP 317.9 K (USD 5.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Page 9 Of30 statement Of Work louis A. Johnson Va Medical Center contractor Shall Provide All Labor, Parts And Transportation To Provide Inspection, Function Testing, Maintenance And 24 Hour Emergency Repairs To The Fixed Fire Protection System, Fire Extinguishers, Emergency Lights, Emergency Showers And Eye-wash Stations And Other Life-safety Equipment And Systems At The Louis A. Johnson Va Medical Center Campus, Located In Clarksburg, Wv And At The Tucker County Community Based Outreach Center (cboc), Located In Parsons, Wv And The Wood County Community Based Outreach Center (cboc), Located In Parkersburg, Wv And Braxton County Community Based Outreach Center (cboc), Located In Flatwoods, Wv And Monongalia County Community Based Outreach Center (cboc) And Monongalia County Veterans Outreach Center, Located In Westover, Wv And Rosebud Facility Located In Clarksburg, Wv. The Work For This Portion Of The Contract Includes The Following: contractor Shall Be Responsible For All Above-ground Portions Of The Fixed Fire Protection System In The Hospital, All Out-buildings And Hospital Grounds. annual Full Maintenance On Ten (11) Wet Pipe Fire Sprinkler Systems. 3 In Main Building, 2 In Bldg. 2, 2 In Bldg. 7, 2 In Bldg. 20, 1 In Bldg. 5, 1 In Bldg. 22. annual Dry Sprinkler Trip Test On, (5) Dry Sprinkler Systems (1) In Main Building, (1) In Ca, (1) In Building 6, (1) In Building 20. (1) In Building 22. Full Flow Trip Test Will Be Conducted At Least Every Third Year. annual Trip Test Of (1) Pre-action System In Clinical Addition Mri. All Devices Associated With The Pre-action System Will Be Tested Annually. quarterly Testing Of Supervisory Signals (3) Low Air Low Devices (1) In The Penthouse, (1) In Room B202, (1) In Bldg. 6. quarterly Inspections Of Each Additional Floor Control Assembly Inspection (all Tampers And Alarming Devices) Valves Will Be Fully Exercised Annually To Operate The Tamper Switch. Flow And Pressure Switches Will Be Operated With Water Flow When Possible. Building 1 (48) Tamper And (35) Alarming Devices, Ca (28) Tamper And (20) Alarming Devices, Building 5 (3) Tamper And (1) alarming Device, Building 6 (1) Tamper And (1) Alarming Device, Building 7 (3) Tamper And (2) alarming Device, Building 20 (6) Tamper And (3) Alarming Device. Building 22 (4) Tampers And (2) Alarming Devices. supervisory Alarm Other Than Tamper Switches Will Be Tested Quarterly. Building I (2), Building 2 (2), Building 6 (1), Building 22 (2) annual Test Of (4) Antifreeze Systems In Main Building (1) At The Northwest Entrance, (1) On Old Dock Area, (1) In Biomedical Engineering And (1) In Ambulance Bay. Conducted Prior To Freezing Weather. quarterly Inspection For The Post Indicator Valves (7). (3) For Main Building, (2) For Ca, (1) For Building 6, (1) For Building 7. Fully Exercise Valves At Least Annually. quarterly Inspection For The Wall Post Indicator Valves (1) For Building 20 And (1) For Bldg. 22. Fully Exercise Valve At Least Annually. quarterly Inspection Of (7) Fire Department Connections (3) For Bldg. I, (2) For Bldg. 2, (1) For Bldg. 6, (1) For Bldg. 7, (1) For Bldg. 22. annual Private Yard Hydrant Flow Test, (5). Flow Test Must Be Conducted After 14:00 So Not To Interfere With Laundry Service. annual Inspection And Testing Of (42) Backflow Preventer. annual Testing And Inspection Of All Facility Fire Doors (campus Wide) (250 Total) four (4) Kitchen Fire Suppression Systems Semi-annual Inspections (includes Changing Up To Three Fusible Links Per System Annually, Must Have Current Date Stamped On Links). Provide Hood And Duct Cleaning On A Semi-annual Basis As Required Nfpa 17a. In The Following Locations (1) Dietary Kitchen, (2) Canteen Service And (1) In Building 20. monthly And Annual Inspections Of 210 Portable Fire Extinguishers At The Medical Center Campus; Including Annual Inspection, Tags, And Recharge For Each Extinguisher. Annual And Monthly Inspection Cannot Be Combined On The Inspection Tag. monthly Test Of The 21 Eye Wash Stations And 1 Emergency Showers/eye Wash Combo. Report Will Include Valve Operation, Flow Rates And Temperature. annual Testing Of 21 Eye Wash Stations And 1 Emergency Showers/eye Wash Combo According To The Manufacturer's Inspection Procedures To Ensure Continued Conformance With American National Standards Institute (ansi) 358.1 And Maintaining A Written Record Of The Procedures Used And The Testing Date. The Va Will Provide What Will Be Required To Meet Ansi 358.1 Standard. monthly Testing And Maintenance On Approximately 95 Emergency Lights At The Medical Center Campus. Annual And Monthly Testing Will Follow The Current Nfpa 101 Periodic Testing Of Emergency Lighting Equipment Code. Annual Test Will Include New Annual Test Stickers. Battery Replacement Will Be The Responsibility Of The Contractor. monthly Testing Of The Firefighter Recalls For All Elevators. Testing Will Follow Asme Al 7.1 Standards. Three (3) Elevators Are Located In Bldg. 1, Three (3) In Clinical Addition, And One (1) In Bldg. 20. contractor Shall Be Responsible For Development Of A Full Inventory Of All Inspected Devices That Will Include A Unique Identifier For Each, Its Location, Inspection Frequency And Device Type. community Based Outreach Center And Rosebud Facility annual Full Maintenance On (1) Wet Sprinkler Risers At Mon Co. Cboc And Rosebud Facility. quarterly Testing Of Water Flow And Tampers Devices At The Mon Co. Cboc And Rosebud Facility. Valves Will Be Fully Exercised Annually To Operate The Tamper Switch. Flow And Pressure Switches Will Be Operated With Water Flow When Possible. quarterly Inspection Of (1) Fire Department Connections At Rosebud Facility. monthly Inspection Of Eyewash Stations In Each Cboc Location. monthly And Annual Inspection Of Approximately 40 Total Portable Fire Extinguishers At The Tucker, Braxton, Wood, And Monongalia County Cboc's, Monongalia County Veterans Outreach Center And Rosebud Combined, Including Annual Inspection, Tags. Annual And Monthly Inspection Cannot Be Combined On The Inspection Tag. annual Inspection And Full Maintenance As Well As Monthly Inspection On Approximately 80 Emergency Lights At Tucker, Braxton, Wood, And Monongalia County Cboc's, Monongalia County Veterans Outreach Center Combined. Annual And Monthly Testing Will Follow The Current Nfpa 101 Periodic Testing Of Emergency Lighting Equipment Code. Annual Test Will Include New Annual Test Stickers. Battery Replacement Will Be The Responsibility Of The Contractor. annual Testing Of Fire Alarm Systems: braxton Co. Cboc, (1) Fire Alarm Panel, (3) Manual Pull Stations, (9) Smoke Detectors, (8) Visual Horns/strobes. wood Co. Cboc, (1) Fire Alarm Panel, (3) Manual Pull Stations, (3) Smoke Detectors, (2) Duct Detectors, (4) Heat Detectors, (7) Horns And (3) Horn/strobes. mon Co. Cboc, (1) Fire Alarm Panel, (4) Manual Pull Stations, (4) Smoke Detectors, (12) Speaker/strobes, tucker Cboc, (1) Fire Alarm Panel, (3) Manual Pull Station, (8) Smoke Detectors, (2) Duct Detectors, (11) Strobes And (3) Horn/strobes rosebud, (1) Fire Alarm Panel, (12) Smoke Detectors, (7) Speaker/strobes contractor Shall Be Responsible For Development Of A Full Inventory Of All Inspected Devices That Will Include A Unique Identifier For Each, Its Location, Inspection Frequency And Device Type. 24/7 Emergency Service Will Be Provided By The Contractor. The Contractor Shall Be Required To Respond By Telephone Within Two (2) Hours And Have A Service Person Onsite Within Four (4) Hours Of Being Contacted By The Department Of Veteran Affairs. the Work Included In This Item (1) Does Not Cover Hard Wiring. contractor Shall Be Responsible For All Labor, Parts, And Transportation To Provide Inspection, Maintenance And 24-hour Emergency Service To The Emergency Alarm System At The Louis A. Johnson Va Medical Center, Located In Clarksburg, Wv. The Work For This Portion Of The Contract Includes The Following; main Building- Three (3) 4100 Panels And Nine (9) 4009 Nac Power Extenders bldg. 5- One (1) 4010 Panel bldg. 7- One (1) 4010 Panel And One (1) 4009 Nac Power Extender bldg. 6 - One (1) 4010 Panel bldg. 20- One (1) Game Well Panel bldg. 22 - One (1) 4100 Panel parking Garage One (1) 4100 Panel four (4) Annunciator Led Type (aod, Operator, Main Entrance, Bp) battery Testing Will Be Required For All Panels. two (2) True Site Systems (fire Alarm Panel Room And Safety Office) forty-five (45) Initiating Devices- Duct Detectors thirty-eight (38) Initiating Devices - Heat Detectors - Non-restorable two Hundred (200) Initiating Devices - Smoke Detectors - Photoelectric (includes Sensitivity Testing And Cleaning) one Hundred Forty-five (145) Initiating Devices - Fire Alarm Box, Manual, Un-coded. eighty (80) Alarm Notification Appliance - Fire Alarm Visual Devices. sixty (60) Alarm Notification Appliance - Fire Alarm Audio Devices. three Hundred Seventy-five (375) - Alarm Notification Appliance - Fire Alarm Audio/visual Devices. twenty-nine (29) Door Closers monthly Inspections For The Carbon Monoxide Detectors At The Medical Center (1) In Bldg. 5 24/7 Emergency Service establish And Maintain The Communications Link/ Monitoring Service Between The Medical Center Campus' Alarm Systems And The Local Fire Station On A Twenty-four-hour, Seven Day Per Week Basis. Signals Must Be Ul Listed. The Va Has Already Established Two Dedicated Lines. Quarterly Reports Must Be Furnished By The Contractor On A Separate Report With The Time, Date, And The Amount Of Time To Transmit, To Assure That The System Is Functioning. 36c24519c0060 page 10 Of30 all Necessary Programming Of Simplex Equipment To All Points. the Work Included In This Item (2) Does Not Cover Hard Wiring fire And Smoke Damper Testing: test And Inspect A Different 25% Of All Dampers Annually, 100% Will Be Tested At The End Of 4 Years, (162 Dampers Located In 2016 Are Testable). Contractor Will Spend Up To 4 Additional Hours A Year Locating Additional Dampers Missed In Previous Years. A Label Will Be Placed On The Outside Of The Damper. A Detailed Report Will Be Provided Which Will Include Photograph Of The Dampers, Open And Closed, Type Of Damper. The Va Will Provide Drawings That The Contractor Will Then Mark The Location Of The Dampers. all Inspectors On Site Will Carry A Minimum Of Nicet Level 2 For Sprinkler And Fire Alarm Inspections. there Will Be One Person Of Contact For All The Listed Locations each Report Will Be Broken Down By Building And Inspection Type. Example, Bldg. I Sprinkler, Bldg. 5 Co2, Bldg. 2 Emergency Lights each Report Is To Include The Following: unique Identifier Of Each Device Inspected In Relation To The Full Inventory List. the Results Of The Inspected Device. how Each Device Was Inspected Or Tested. a Recommendation For Correction Of Deficiency Noted. the Conclusion Of Each Inspection Is To Be Reviewed Concurrently With The Cort And Appropriate Representative From The Inspection Company. reports Will Be Electronic And Sent By E-mail At The Completion Of Each Inspection. all Work Performed Under This Contract Shall Be In Accordance With All Applicable Codes And Standards, Including But Not Limited To Nfpa, Jacho, Ansi, Asme And Va Standards. the C&a Requirements Do Not Apply. A Security Accreditation Package Is Not Required. for Emergency Repairs, The Contractor Shall Be Required To Respond By Telephone Within Two (2) Hours And Have A Service Person On-site Within Four (4) Hours Of Being Contacted By The Department Of Veteran Affairs. records Management Obligations a.  applicability this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists.   b.  definitions Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them.   the Term Federal Record: includes Lajvamc Records.â  does Not Include Personal Materials. applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Lajvamc Contract. may Include Deliverables And Documentation Associated With Deliverables. c.  requirements contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â  in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â  in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â  lajvamc And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Lajvamc Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of  any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Lajvamc .the Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Lajvamc Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Lajvamc Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Lajvamc Policy.â  the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Lajvamc Information That Are Not Specifically Tied To Or Authorized By The Contract.â  the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â  the Lajvamc Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Lajvamc Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. training.  all Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Lajvamc-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â  [note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor.]â  d.  flow Down Of Requirements To Subcontractors the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â  violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. â  locations: louis A Johnson Va Medical Center 1 Medical Center Drive, Clarksburg, Wv 26301 braxton Co. Community Based Outreach Center (cboc) 93 Skidmore Lane, Sutton, Wv 26601 monongalia Co. Community Based Outreach Center (cboc) 40 Commerce Drive, Suite 101, Westover, Wv 26501 tucker Co. Community Based Outreach Center (cboc) 260 Spruce Street, Parsons, Wv 26287 monongaliaco. Veterans Outreach Center 34 Commerce Drive, Suite 101 westover, Wv 26501 wood Co. Community Based Outreach Center (cboc) 2311 Ohio Avenue, Suite A, Parkersburg Wv 26101 rosebud Facility 513 Rosebud Plaza, Clarksburg, Wv 26301
Closing Date10 Jan 2025
Tender AmountRefer Documents 
2551-2560 of 2646 archived Tenders