Fire Extinguisher Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: 36c25225q0326
effective Date: 03/15/2023
revision: 01
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Deviations Feb 2025 Caac Letters 2025-01/02 (eff.02/18/2025).
this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Businesses (total Sdvosb Set Aside) Who Meet The Following Conditions: 1) Vendor Must Be Identified Under Government Certifications As A Certified Service-disabled Veteran Owned Small Business (sdvosb) In The Small Business Administration S (sba S) Certification Database Found At The Dynamic Small Business Search (dsbs) Website: Https://dsbs.sba.gov/search/dsp_dsbs.cfm And 2) Meet The Small Business Size Standard Requirement For The Applicable Naics Code For This Procurement.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 621512, Diagnostic Imaging Centers. The Small Business Size Standard Of $19m. The Fsc/psc Is W065, Lease Or Rental Of Equipment-medical, Dental, And Veterinary Equipment And Supplies.
the Department Of Veterans Affairs, Network Contracting Office 12 (nco 12), Veterans Integrated Services Network 12 (visn 12), Veterans Affairs Illiana Health Care System, Diagnostic Imaging Services Located At 1900 East Main St, Danville, Illinois 61832-5198 Has A Requirement For A Mobile 1.5 Tesla Magnetic Resonance Imaging (mri) Unit. This Requirement Is To Replace A Mobile Unit Removed Due To Default. It Is Estimated The Mobile Mri Unit Will Be Needed For A Base Period And Four 12-month Option Periods.
the Government Is Seeking To Lease The Mobile Unit Only; No Personal Services Are Required. Va Diagnostic Imaging Staff Will Run The Equipment And Read The Images. The Mri Unit Will Be Used To Perform Studies Monday Through Friday: 8:00 A.m. To 5:00 P.m. Extended Hours And Weekends May Be Required. The Facility Will Be Closed On National Holidays.
this Is A Non-personal Services Requirement. The Contractor Will Be Responsible For All Management, Oversight, Supervision, Labor, Transportation, Tools, Materials, Parts, Other Items, And The Support Necessary To Perform Work, Execute Services, And To Successfully Complete All Deliverables As Contained Within This Statement Of Work.
all Interested Contractors Should Provide Quotations For The Following:
price/cost Schedule & Item Information
base Period Date Of Award 09/30/2025
line Item
description
qty
unit Of Measure
unit Price
total
0001
mobile Mri Unit
6
mo
0002
delivery & Setup
1
jb
0003
training
2
wks
option Year One 10/01/2025 09/30/2026
line Item
description
qty
unit Of Measure
unit Price
total
1001
mobile Mri Unit
12
mo
option Year Two 10/01/2026 09/30/2027
line Item
description
qty
unit Of Measure
unit Price
total
2001
mobile Mri Unit
12
mo
option Year Three 10/01/2027 09/30/2028
line Item
description
qty
unit Of Measure
unit Price
total
3001
mobile Mri Unit
12
mo
option Year Four 10/01/2028 09/30/2029
line Item
description
qty
unit Of Measure
unit Price
total
4001
mobile Mri Unit
12
mo
pricing Overview Total Cost For Each Period Of Performance
base Period
$
option Year One
$
option Year Two
$
option Year Three
$
option Year Four
$
total
$
statement Of Work/description/specifications
objective: The Diagnostic Imaging Services Located At Veterans Affairs Illiana Health Care System, 1900 East Main St, Danville, Illinois 61832 (hereinafter Referred To As Va) Has A Requirement For A Mobile Mri Unit. The Requirement Includes Mobile Mri Unit, Delivery, Mobilization, Training, Full-service Maintenance And Repairs, Replacement Parts, And Technical Support 24 Hours-a-day, 7 Days-a-week. Mri Studies Shall Be Performed As Deemed Medically Appropriate And Requested By The Va.
general: This Is A Non-personal Services Requirement. The Contractor Shall Provide All Management, Oversight, Supervision, Labor, Transportation, Tools, Materials, Parts, Other Items, And The Support Necessary To Perform Work, Execute Services, And To Successfully Complete All Deliverables As Contained Within This Statement Of Work. Contractor Shall Be Responsible For All The Proper Maintenance Of Mobile Unit And Will Provide Evidence Of Required Preventative Maintenance. The Government Will Not Exercise Any Supervision And/or Control Over Contractor Personal (which Includes Contractor Service Providers, Contractor Representatives, And Subcontractors Employed With And/or Being Utilized By The Prime Contractor) During All Active Performance Periods Of The Final Contract. All Contractor Personal Shall Be Accountable Solely To The Contractor, Who In Turn Is Responsible To The Government.
scope: The Government Is Seeking To Lease A Mobile Trailer Manufactured Within The Past Five Years Equipped With A State Of The Art 1.5 Tesla Short Bore Mri With A Minimum 70 Cm Bore. Lease Required Includes A Base Period And Four 12-month Option Periods.
place Of Performance: Work Will Be Performed, Services Will Be Executed, And Deliverables Will Be Completed At Veterans Affairs Illiana Health Care System, 1900 East Main Street, Danville, Il 61832-5198.
period Of Performance: The Expected Period Of Performance For This Acquisition Is The Following:
base Year: Date Of Award Thru 09/30/2025
option Year One: 10/01/2025 Thru 09/30/2026
option Year Two: 10/01/2026 Thru 09/30/2027
option Year Three:10/01/2027 Thru 09/30/2028
option Year Four: 10/01/2028 Thru 09/30/2029
option Years May Or May Not Be Exercised Based On The Needs Of And At The Discretion Of The Government. The Contract Is Subject To The Availability Of Va Funds. The Contractor Shall Perform No Services After September 30 Of Any Year Until The Contracting Officer Authorizes Such Services In Writing.
work Hours And Schedule: All Performance Of Work, Execution Of Services, And Completion Of Deliverables Must Be Accomplished During The Facility S Normal Business Hours, 8:00 A.m. Through 5:00 P.m. Monday Through Friday, Federal Holidays Excluded. Extended Hours And Weekends May Be Utilized At The Discretion Of The Facility. Prior To Any Efforts Proper Coordination Must Be Initiated Between The Contractor And The Government To Ensure Services, Work, And/or Deliverables Can Be Performed, Executed, And/or Completed When Scheduled. Any Work, Services, And/or Other Tasks Performed During Other Than Normal Business Hours Must Be Approved In Advance By The Diagnostic Imaging Program Manager, Contracting Officer, And/or Other Authorized Facility Designee/representative. Federal Holidays Currently Observed By The Facility Are Listed In The Table Below.
new Year S Day
january 1
martin Luther King S Birthday
third Monday In January
president S Day
third Monday In February
memorial Day
last Monday In May
juneteenth Independence Day
june 19th
independence Day
july 4
labor Day
first Monday In September
columbus Day
second Monday In October
veterans Day
november 11
thanksgiving Day
fourth Thursday In November
christmas Day
december 25
other Federal Holidays
any Other Day Specifically Declared To Be A National Holiday (per Federal Statute, Executive Order, Or By The President S Proclamation).
an Alternative Schedule (different From The Schedule Described Above) May Be Utilized If There Is Mutual Agreement Between The Government And The Contractor Regarding This Alternative Schedule If Implemented.
minimum Technical Requirement / Specifications:
trailer Requirement:
semi-trailer Truck Equipped With Stabilizing Shocks To Prevent Disruption Of The Machine.
minimum Trailer Size Of 12 Feet Wide By 50 Feet In Length, In Accordance With The American Disabilities Act And Current Va Building Standards. Proposed Unit Will Connect To The Existing Corridor Attached To Building 58 And Provide Functioning Service.
trailer Should Be Zoned With Secure Access Between Each Zone.
trailer Should Have Two Patient Dressing Rooms With Lockable Storage Cabinets.
trailer Should Have An Injection And Control Room With Storage Cabinets And Control Room Desk.
trailer Should Have Five-gauss Exclusion Zone In Magnet Room
trailer Must Include Mri Coil Cabinetry
trailer Must Include An On-board Generator, Heating, Air Conditioning And Humidity Control Systems. Generator Unit Shall Be Equipped With Air Pollution Control District In Accordance With All Local And State Requirements.
trailer Telephone And Data Interface Must Connect With Va Medical Center Telephone And It/pacs Systems. Mri Safe Patient Monitoring (camera) Set Up.
trailer Electrical Power Source Shall Be 480v, 3-phase At 150 Amps, 60hz, Wye Along With A 50-foot Cable And A Male Connector.
va Will Provide A Parking Site As Follows:
dimensions: 20 X 60 In Size And Is Asphalt.
the Site Is Arranged So The Trailer Is Parked To Match The Corridor And The Patient Access Door. The Contractor Will Verify The Size Of The Trailer (12 Foot Wide By 50 Foot Wide In Length) Will Be Able To Connect To The Existing Corridor Attached To B-58 And Provide Functioning Service.
electrical Service: Single Power Receptacle (russell-stoll Df2504frab) Connected To A 200-amp 3 Pole 480 Volt Disconnect Switch.
two (2) Telephone Connections And Two (2) Data Connections. Data Connections Have Rj45 Jacks. Cable To Telephone And Data Connections Is Category 5e.
no Water Connection Is Provided.
mri Equipment/system:
mri Equipment Should Be A Mobile 1.5 Tesla Mri Scanner Equipped With A Magnetic Shielding System To Meet Or Exceed The Manufacturer's Requirement For The Medical Equipment's Mri System.
mri Must Have An Actively Shielded Magnet With A Fringe Field Held Entirely Within The Trailer.
mri Protocols At A Minimum Must Include But Not Be Limited To Brain (mri And Mra), Orbit/face/neck, Spine (cervical, Thoracic, & Lumbar), Routine Msk, Abdomen/pelvis, Pelvis-male And Female, Brachial Plexus, Carotid And Renal Mra.
mri Software Packages At A Minimum Must Include But Not Be Limited To 2d/3d Imaging, Adc Mapping, Neuro, Angio, Body, Ortho, Epi/dwi, T2 Dark Fluid 3d Tse, Fast Imaging (i.e. Blade Or Propeller), Care Bolus, 2d/3d Phase Contrast, Post-processing Non-contrast Mra And Ce Mra, Parallel Imaging, Single Shot Epi, Dicom Worklist, Dicom Scu.
appropriate Coils Must Be Included To Accommodate And Accurately Examine All Mri Procedures And Protocols Listed Above Spine, Body, Flex, Shoulder, Head, Neck, Extremity, Foot/ankle, And Knee.
mri Must Have The Ability To Plug In Multiple Coils Which Can Be Used Simultaneously
mri Must Have A Primary Magnetic Field Spatial Gradient Field Strength Mapped At The Mouth Of The Bore, Documenting A Gradient Falloff.
mri Must Have A Minimum 70-centimeter (cm.) Diameter Bore To Accommodate Bariatric Patients.
mri Must Have A Minimum Of 500 Lb Table Load
mri Must Have A Minimum 48-channel System.
mri Must Provide A Comprehensive Imaging And Workflow System That Gives Physicians The Tools To Guide Them Through Various Assessments.
mri Must Interface With Va Pacs, Vista, And Dicom Workflows.
mri Must Be Capable Of Sending Images To Destinations Including But Not Limited To Printer, Pac S, Va Ris System, Etc.
mri Should Have An Enhanced Communication Between Patient And Mri Technologist
mri Must Have A Universal Power Supply (ups) Capable Of Maintaining Full Functionality Of The System For A Minimum Of 10 Minutes During A Power Outage.
mri Must Include A Power Conditioner As Recommend By Original Equipment Manufacturer.
ancillary Equipment/requirement:
must Include A Contrast Power Injector
must Include New Infection Control Approved Patient Positioning Sponges (sponges Will Be Replaced As Needed At No Cost Throughout The Life Of The Contract)
must Include Mri Safe Transfer Table
must Include Full Size Walkthrough Magnetic Metal Detector
must Include Handheld Magnetic Metal Detector
must Include Mri Safe Wheelchair With A Capacity To Lift A Minimum 500 Lbs.
must Include Built In Patient Lift With A Capacity To Lift A Minimum Of 1500 Lbs.
must Include Mri Safe Fire Extinguisher
optional Accessories To Enhance Va Patient Experience And Comfort Such As Digital Video Goggles And Audio Headset. In Bore Infotainment
security/connectivity Requirement:
must Have Oem-supported Operating System.
must Have Latest Dicom Print, Store Commit And Modality Worklist
must Have Wireless Connectivity To Va Network Compatible With 802.11b/g/n And Fips 140-2 Compliant.
must Have Encrypted Hard Drive.
must Have Pacs Compatibility Optum Change Healthcare
must Have Pacs Compatibility Va Vista Imaging
communication With Va Pacs, Mri Workstation Technology & Radiology Service Medical Printers: The Contractor Will Ensure All Software And Licenses Necessary To Have Full Dicom Communication Between The Mri Workstation Technology And Va Pacs And Radiology Service Workstations And Medical Printers. Each Mri Study Will Be Transferred To Va Pacs Immediately Following Acquisition Of The Study So That It Can, If Necessary, Be Reviewed Before The Patient Leaves The Mobile Mri.
contractor Responsibilities:
contractor Responsible For All Transportation, Delivery, Set-up, Connection To Va Provided Electrical Power, And Data And Phone Lines. Note: The Site Has A Nearby Electrical Transformer, Contractor Must Confirm There Will Not Be Any Electrical Interference.
contractor Must Provide Vendor Remote Diagnostics Via Vpn. The Vendor Shall Either Utilize The Va National Site-to-site Vpn Or Work With The Office Of Cyber And Information Security And The Vamc Information Systems Security Officer To Establish A Client-based Vpn.
contractor Must Provide Oem Engineer Upon Delivery Of Unit To Verify Trailer Setup, Networking, And Full Functionality Of The Mri Unit.
contractor Must Provide Physicist Equipment Performance Evaluations Dated Within 12 Months Prior To Delivery, And Calibration Of Equipment As Required By The Manufacturer Of The Mri Unit.
contractor Must Provide Two Weeks Of Applications Training (initial And Delayed) By An Original Equipment Manufacturer Mri Applications Technologists.
applications Technologist Must Be Capable Of Integrating New Technology And Facility Protocols According To Va Radiologist Specifications. Verification Of Connectivity Shall Be Made By Contractors Prior To The Start Of Patient Procedures Immediately Following The Award Of This Solicitation.
applicable Training Will Be Provided To Radiologists And Mri Technologists, Biomedical Engineers, Medical Engineering, And Information Technology Personal
contractor Must Provide Operator Instruction Manuals For The Trailer And Equipment
contractor Must Provide All Recommended Routine And Annual Oem Preventative Maintenance On Mri Trailer And Accessories, Inclusive Of Hard Drive And Patient Data Removal At No Additional Charge To The Government.
contractor Shall Perform The Required Work In Accordance With Joint Commission, Vha And Other Regulatory Standards. Joint Commission Standards May Be Obtained From The Joint Commission, One Renaissance Blvd, Oakbrook Terrace, Il 60181. The Contracting Officers Representative (cor) Shall Require Access To Proof Of Preventative Maintenance And Calibration During The Performance Of The Contract.
no Routine Maintenance Will Be Scheduled Or Performed Such That It Conflicts With The Required Schedules Of The Mri Unit, Except To Address Emergency Failures Of The Unit. Service Response Time To Emergency Failures Shall Be Within Two Hours. Provide 365/24/7 Telephone Service Response Line To Be Answered Immediately Or Within 30 Minutes.
in The Event Of Equipment Failure Or Unavailability Of The Mobile Mri Unit Trailer And/or Or Equipment, The Contractor Must Make A Sound Effort To Get The Unit Fully Operational Within 12 Hours.
as A Result Of Normal Duty Time Lost During The Downtime, The Contractor May Be Required To Work Outside Regular Business Hours And/or Weekends At No Additional Costs To The Government To Reduce Patient Backlog.
va Personal Shall Be Notified Immediately Of Any Equipment Malfunctions That Would Hinder The Completion Of Studies.
in The Event Of A System Failure, Contractor And The Imaging Supervisor Shall Work Cooperatively To Remedy The Situation As Quickly As Possible.
contractor Must Provide A System That Maintains A Minimum Of 95% Up Time Performance Rate, Based On The Normal Mri Duty Days And Hours. Failure To Provide This Shall Result In A Deduction On The Contract Price By 1/30th For Full Mri Duty Day Down.
va Responsibilities:
va Responsible For Maintenance Of Connectivity Ports Appropriate For Linking The Mobile Unit To Power, Computer Network, And Local-access Phone/modem/fax As Needed, After Initial Installation.
va Responsible For All Technologist-staffing To Operate The Mobile Mri
va Responsible For The Safety Of Each Beneficiary While In Their Care, Throughout The Exam.
va Responsible For Preparation Of Each Patient I.e., Safety Screening, Gowning, Scanning For Metals, Etc.
if Sedation Is Needed It Will Be Conscious Sedation Level Only. The Government Will Be Responsible For Providing The Sedation Orders And Dosage, Instructions For Pre And Post Sedation And Recovery And The Sedation Drug.
va Responsible For Providing All Consumables Such As Contrast, Gloves, Syringes, Needles Etc.
va Responsible For Providing Clean Linen And For The Laundering Of The Dirty Linen.
va Responsible For Cleaning The Mobile Unit And Disposal Of Trash.
va Responsible For Crash Cart Located In The Diagnostic Imaging Department. All Emergencies Will Be Handled By The Va Code Team. The Va Will Provide Written Emergency Plans Addressing Emergencies Such As Patient Codes, Personal Injury, Fire, And Disruptive Behavior. Mri Technologists Will Review Mri Safety Guidelines With Emergency Responders From The Va. All Code Patients Will Be Removed From Mri Scan Room And The Mri Technologist Will Ensure Code Responders Or Ferrous Equipment Is Not Allowed In The Mri Scan Room.
special Contract Requirements:
The Contracting Officer (co) Is The Only Person Authorized To Approve Changes Or Modify Requirements. Contractor Shall Communicate With Co On All Matters Pertaining To Contract Administration. Only The Co Is Authorized To Make Commitments Or Issue Changes, Which Will Affect Price, Quantity, Or Qualify Of Performance Of This Contract. Services Specified May Be Changed By Written Modification To This Contract. Modification Will Be Prepared By The Va Co.
a Representative Of The Co Will Be Designated To Represent The Co In Furnishing Technical Guidance And Advice Regarding The Work Performed Under This Contract. The Foregoing Is Not To Be Construed As Authorization To Interpret Or Furnish Advice And Information To The Contractor Relative To Financial Or Legal Aspects Of The Contract, But The Technical Matter Experts Reside In The Serviced Departments And As Such They Are Authorized To Give Technical Assistance And Guidance. The Services To Be Performed By The Contractor Will Be Under The Direction Of The Chief Of Staff, And The Chief, Radiology Services.
the Radiology Service Program Manager Will Be The Primary Point Of Contact At The Va For Communication Between The Va And The Contractor Regarding Technical Aspects Of Imaging Protocols And Medical Aspects Of Patient Studies. The Contractor Will Communicate To The Program Manager Any Possible And Actual Disruptions Of Mri Service. Upon Becoming Aware Of Possible Or Actual Disruption Of Mri Service, The Contractor Will Communicate Such Service-disruption Information To The Program Manager As Soon As Possible (asap) So The Patient And Service Schedule Can Be Appropriately Modified With As Little Inconvenience As Possible To Patients And Services.
contract Performance Monitoring: The Contractor Will Be Monitored Through A Variety Of Mechanisms, Including But Not Limited To:
cancellations Due To Equipment Failure
maintenance Schedules
qa/qc Measures (physicist Reports)
aql
any New Or Revised Quality/performance Criteria Or Standards Will Be Provided To The Contractor Before Their Implementation Date And Renegotiated Into The Contract As Necessary. If Renegotiation Is Not Possible, Contract May Be Terminated And Resolicited. Unsatisfactory Performance May Be Re-performed As Required At No Additional Cost To The Government.
acceptable Quality Levels (aql)
tasks
performance Measures
acceptable Quality Levels (aql)
deductions/resolution
if Below Aql
adhere To Hippa Requirements
within Acceptable Standards
100%
subject To Contract Termination.
provide Maintenance Personal In The Work Area Available For Work At The Appointed Times
daily
>98%
monitored By Cor, Contract Subject To Termination
mri Scan Evaluation And Completion
daily
>95%
complete And Provide.
provide Proper Equipment In Working Order.
within Acceptable Medical Standards
100%
properly Clean Equipment As Directed. Repair Equipment.
contract Termination: A Contract Award Can Be Terminated By The Va If A Contractor Does Not Adequately Meet The Requirements Of This Statement Of Work. A 30-day Notice Detailing One Or Several Inadequacies Will Precede Termination. Termination Will Occur If Inadequacies Are Not Rectified Within 60 Days Of Notification Or Va Determines Corrections Are Not Sufficient For Resolution.
personal Performing Work/services - Required Core Competencies : Personal Performing Work, Executing Services, And Completing Deliverables During The Active Performance Periods Of The Contract Shall Possess The Knowledge, Skills, And Abilities Required To Successfully Complete The Requirement. No Unqualified Individual Shall Be Allowed To Perform Work, Execute Services, And To Complete Deliverables At Any Time Under The Final Contract While Active. Contractor Personal Shall Not Be Considered Va Employees For Any Purpose.
key Personal: During The Active Performance Periods Of The Contract A Key Personal Person Shall Be Designated By The Contractor (to Be Contacted By The Government When Needed) Regarding Performance Of Work, Execution Of Services, And Completion Of Deliverables As Contained Within This Statement Of Work And Covered By The Final Contract. This Key Personal Person Must Have Sufficient Knowledge To Be Able To Respond To Technical Questions By The Government.
deliverables:
required Deliverables
deliverable #1:
performance Evaluation
immediately Following Contract Award Contractor Must Provide Signed Physicist Equipment Performance Evaluations Dated Within 12 Months Prior To Delivery, And Calibration Of Equipment As Required By The Manufacturer Of The Mri Unit.
deliverable #2:
installation
immediately Following Contract Award Contractor Is Responsible For The Transportation, Delivery, Set-up, And Connection Of The Mobile Mri Unit. Such Delivery, Set-up, And Connection Must Be At A Level That Enables Full Start Up, Operation, Use, And Full Functionality Of The Mobile Mri Unit (in Accordance With Original Equipment Manufacturer (oem) Guidelines). A Fully Functioning Mobile Mri Unit Operates/functions As Intended For Its Stated Purpose.
deliverable #2:
training
immediately Following Installation Of The Mobile Mri Unit, The Contractor Must Provide Two Weeks Of Applications Training (initial And Delayed) By An Oem Mri Applications Technologists.
deliverable #4:
owner, Operation, Instruction And/or Equipment Manual
immediately Following Installation Of The Mobile Mri Unit, The Contractor Must Provide Oem Operator Instruction Manuals For The Trailer And Equipment.
deliverable #5:
key Personnel
immediately Following Contract Award The Contractor Must Provide A Key Personal Person Designated By The Contractor (to Be Contacted By The Government When Needed) Regarding Performance Of Work, Execution Of Services, And Completion Of Deliverables As Contained Within This Statement Of Work And Covered By The Final Contract. This Key Personal Person Must Have Sufficient Knowledge To Be Able To Respond To Technical Questions By The Government.
deliverable #6:
progress Reporting, Documentation, And Service Logs
on A Monthly Basis Or When Incidents Occur The Contractor Must Provide Status/progress Reports, Documentation, And/or Service Logs Which Capture And/or Which Otherwise Encompass The Operation, Functionality, And Status Of The Mobile Unit. Such Information Includes But Is Not Limited To Maintenance, Preventive Maintenance, Service, Repairs Conducted/performed On The Mobile Unit. Other Information Includes Software Or Other Enhancements, Upgrades, & Updates That May Be Needed (or Which May Be Incorporated) On The Mobile Unit At A Later Date.
va Information & Information System Security & Privacy Language:
refer To Attachment 1: Va Information & Information System Security & Privacy Language
other Requirements:
identification And Badges: Any Individual Performing Work Under This Contract Shall Wear A Badge Or Other Identification While On Site That Is Clearly Displayed At All Times. Badges Must Have An Identification Picture, Name Of The Individual And The Represented Company. While On Site, Any Person Performing Work Directly Or Indirectly Must Be In A Position To Specify Their Authorized Purpose For Their Presence At The Facility In The Event That Such Information Is Requested By Va Facility Personal.
parking: It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas, To Avoid Ticketing Or Towing (if/when On Site At The Facility). Information On Parking Is Available From The Facility If Requested By The Contractor.
contract Administration: The Contracting Officer Is The Only Person Authorized To Approve Changes Or Modify Any Of The Requirements Under The Final Contract When Executed. The Contractor Shall Communicate With The Contracting Officer On All Matters Pertaining To Contract Administration. Only The Contracting Officer Is Authorized To Make Commitments Or Issue Changes That Will Impact/change Price, Quantity, Or Quality Of Performance Of This Contract. In The Event The Contractor Makes Any Such Change At The Direction Of Any Person Other Than The Contracting Officer, This Change Shall Be Considered To Have Been Made Without Authority And No Adjustment Will Be Made In The Contract Price To Cover Any Increase In Costs Incurred As A Result Thereof. All Changes To The Contract Will Be Issued Via An Amendment And/or Modification To The Contract By The Contracting Officer In Writing To The Contractor.
invoicing And Payment: Contractor Is Authorized Prompt Payment Iaw Applicable Regulation Following The Successful Performance Of Work, Execution Of Services, And Completion Of Required Deliverables. Contractor Invoices Shall Be Submitted Iaw Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. Invoices Submitted For Payment Must Be Detailed To The Extent Necessary To Reflect The Work Done And The Services Performed During The Time Periods When Completed So An Accurate Assessment Can Be Made By The Facility For Certification Of These Invoices For Payment. Advance Payments Are Not Authorized, And Contractor Is Not Authorized Payment For Planned Or Anticipated Work Not Performed And/or For Work That Has Not Been Successfully Completed.
supplemental Insurance Requirements: In Accordance With Far 28.307-2 And Far 52.228-5, The Following Minimum Coverage Shall Apply To This Contract:
(a) Workers' Compensation And Employers Liability: Contractors Are Required To Comply With Applicable Federal And State Workers' Compensation And Occupational Disease Statutes. 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. 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.
(b) General Liability: $500,000 Per Occurrences.
(c) Automobile Liability: $200,000 Per Person; $500,000 Per Occurrence And $20,000 Property Damage.
(d) 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.
option To Extend Services: 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 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 60 Days Of The Expiration Of The Current Performance Period.
option To Extend The Term Of The Contract: The Government May Extend The Term Of This Contract By Written Notice To The Contractor; Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 5 Years.
(end Statement Of Work)
period Of Performance
base Period: Date Of Award To 09/30/2025
option Year 1: 10/01/2025 To 09/30/2026
option Year 2: 10/01/2026 To 09/30/2027
option Year 3: 10/01/2027 To 09/30/2028
option Year 4: 10/01/2028 To 09/30/2029
place Of Performance/place Of Delivery
address:
va Illiana Health Care System
1900 East Main Street
danville, Il
postal Code:
61832-5198
country:
united States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.201-1, Acquisition 360: Voluntary Survey (sept 2023)
far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sep 2023)
refer To Attachment 2: Addendum To Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
far 52.204-7, System For Award Management (nov 2024)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-20, Predecessor Of Offeror (aug 2020)
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023)
far 52.209-7, Information Regarding Responsibility Matters (oct 2018)
far 52.214-21, Descriptive Literature (apr 2002), Alternate I (jan 2017)
far 52.225-18, Place Of Manufacture (aug 2018)
far 52.233-2, Service Of Protest (sept 2006)
vaar 852.209-70, Organizational Conflicts Of Interest (oct 2020)
vaar 852.233-70, Protest Content/alternative Dispute Resolution (oct 2018)
vaar 852.233-71, Alternate Protest Procedure (oct 2018)
vaar 852.239-71, Information System Security Plan And Accreditation (feb 2023)
vaar 852.239-75, Information And Communication Technology Notice (feb 2023)
vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
end Of Addendum To 52.212-1
far 52.212-2, Evaluation-commercial Items (nov 2021)
refer To Attachment 3: Addendum To Far 52.212-2 Evaluation-commercial Items
far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)(deviation Feb 2025)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services. Contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce Requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023)
addendum To Far 52.212-4
far 52.252-2, Clauses Incorporated By Reference (feb 1998)
far 52.203-16, Preventing Personal Conflicts Of Interest (jun 2020)
far 52.204-9, Personal Identity Verification Of Contractor Personal (jan 2011)
far 52.204-13, System For Award Management Maintenance (oct 2018)
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
far 52.217-8, Option To Extend Services (nov 1999)
far 52.217-9, Option To Extend The Term Of The Contract (mar 2000)
far 52.223-10, Waste Reduction Program (may 2024)(deviation Feb 2025)
far 52.224-1, Privacy Act Notification (apr 1984)
far 52.224-2, Privacy Act (apr 1984)
far 52.227-14, Rights In Data-general (may 2014)
far 52.227-17 , Rights In Data-special Works (dec 2007)
far 52.228-5, Insurance-work On A Government Installation (jan 1997)
cl-120, Supplemental Insurance Requirements
far 52.232-18, Availability Of Funds (apr 1984)
far 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (apr 1984)
vaar 852.203-70, Commercial Advertising (may 2018)
vaar 852.204-70, Personal Identity Verification Of Contractor Personal (may 2020)
vaar 852.204-71, Information And Information Systems Security (feb 2023)
vaar 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018)
vaar 852.211-72, Technical Industry Standards (nov 2018)
vaar 852.211-76, Liquidated Damages-reimbursement For Data Breach Costs (feb 2023)
vaar 852.212-71, Gray Market And Counterfeit Items (feb 2023)
vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation)
vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan 2023) (deviation) Refer To Attachment 4: Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.237-74, Nondiscrimination In Service Delivery (oct 2019)
vaar 852.237-75, Key Personal (oct 2019)
vaar 852.239-70, Security Requirements For Information Technology Resources (feb 2023)
vaar 852.239-73, Information System Hosting, Operation, Maintenance, Or Use (feb 2023)
vaar 852.239-74, Security Controls Compliance Testing (feb 2023)
vaar 852.239-76, Information And Communication Technology Accessibility (feb 2023)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
vaar 852.246-71, Rejected Goods (oct 2018)
end Of Addendum To 52.212-4
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025) Refer To Attachment 5: Addendum To Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services
invoicing
the Contractor Will Submit Each Invoice Online, Including All Back-up Data, To Va S Electronic Invoice Presentment And Payment System. The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. Additional Information Can Be Found At Http://www.fsc.va.gov/einvoice.asp.
protests
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 The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. The Copy Of Any Protest Shall Be Received In The Office Designated Above Within One Day Of Filing A Protest With The Gao.
all Quoters Shall Submit The Following: Refer To Attachment 2: Tailored Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
when Preparing Offers/quotes In Response To This Solicitation Offerors Shall Refer To Far 52.212-1 (instructions To Offerors Commercial Items), Far 52.212-2 (evaluation-commercial Items) And Addendum Far Part 52.212-2. These Sections Contain Specific Instructions, Guidance, Format, And Exact Requirements For What Constitutes A Complete And Responsive Offer/quote. As Specified In These Sections An Incomplete And/or Non-responsive Offer/quote Shall Not Be Considered For A Contract Award By The Contracting Officer.
vaar 852.219-73 Is Included In This Solicitation And References The Sba Certification Database At Https://veterans.certify.sba.gov/. However, The Website Portal At The Foregoing Link Is Now Static And Is No Longer Being Updated As Of August 2024. To Be Eligible For Award, A Vendor Must Be Listed As Sdvosb Certified In The Sba Certification Database (under Government Certifications) Found At The Dynamic Small Business Search Website: Https://dsbs.sba.gov/search/dsp_dsbs.cfm.
all Quotes Shall Be Sent To The Contracting Officer At Stacy.massey@va.gov.
evaluation
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Price And Other Factors Resulting In A Contracting Officer S Decision For The Quote That Is Most Favorable To The Government. Refer To Attachment 3: Tailored 52.212-2 Evaluation Commercial Products And Commercial Services.
the Following Are The Decision Factors:
technical Specifications And Compliance With Requirement
delivery Schedule,
contractor Capability And Past Performance, And
price
the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms And Conditions. The Government Reserves The Right To Select A Response That Provides Benefit To The Government That Exceeds The Minimum. The Government Is Not Required To Select A Response That Exceeds The Minimum. Responses May Exceed Requirements. Each Response Must At A Minimum Meet The Solicitation Requirement.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 5:00pm On March 27, 2025. Responses Should Be Sent To The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
stacy Massey
contracting Officer
network Contracting Office 12
stacy.massey@va.gov
Closing Date27 Mar 2025
Tender AmountRefer Documents
Department Of Education Division Of Masbate City Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 1. The Department Of Education, Division Of Masbate Province, Through The Fy 2024 Gaa, Sub-allotment Release Order No. Ro-5-24-2476 Intends To Apply The Sum Of Three Million Five Hundred Nineteen Thousand Four Hundred Forty Pesos. (php3,519,440.00) Being The Abc To Payments Under The Contract For The Purchase And Delivery Of Technical Vocational-livelihood (tvl) Equipment Packages To Public Senior High Schools. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Package Contents Item Description Quantity/unit Per Item Unit Cost Total Package Cost Qty. Unit Note: Each Package Contains The Following Items Listed Below: A (bread And Pastry) 9 Packages Air Compressor With Airbrush Cake Decorating Set Single Cylinder Piston Compressor; Copper Or Aluminum; 24cmx13x17cm; 220 Volts Ac, 60 Hz With Power Cord 1.5 Mtrs; 1/6 Hp Motor;air Pressure Adjustment Range 0-57 Psi; Airflow 20 Liters/min. 2 Set P 11,800.00 P 23,600.00 Manual Hand Beater Circular Handheld Beater;stainless Steel With Plastic Grip; 28cm X7cm; Twin Beater Designed For Mixing 10 Set 1,350.00 13,500.00 Measuring Spoon Set Bowl In Shape; Stainless Steel,0.7mm Thick; 12 Cm X 1cm; 10 Set 850.00 8,500.00 Cake Turntable Circular With Ball Bearing; Aluminum Plate And Cast Iron Base; 30 Cm In Diameter And 1.4 Cm Thick; 10 Cm-15cm In Height 10 Set 2,600.00 26,000.00 Stainless Mixing Bowl (6 Pcs./set) Round; 0.8mm-1.0mm Thick; 0.70 Liters; 1.5 Ltrs.; 3 Ltrs.; 4 Ltrs.; 5 Ltrs.; 8 Ltrs.; Light Weight,flat Base,curved Lip 10 Set 3,200.00 32,000.00 Cake Stand With Tier Food Grade; Circular With 3 Tier; Hard Plastic,polypropelene; 4mm Thick; 18cm, 25cm,30cm; 20-30mm In Diameter 5 Set 2,400.00 12,000.00 Measuring Cup (4 Pcs/set) Round; Stainless Steel; 0.7mm Thick; 1 Cup,1/2 Cup,1/3 Cup,1/4 Cup; 12cmx1cm In Dimension 10 Set 800.00 8,000.00 Measuring Cup (liquid) Clear, Non-porous Tempered Glass Cup; 250ml; With Permanent Graduation Markings, With Handle And Spout 10 Set 600.00 6,000.00 Loaf Pan Big (3 Pcs/set) Rectangular; Anodized Aluminum; 1.5mm-2mm Thick; 25.4cm (l) X12.7cm (w) X 7.62cm (depth); 9550ml,670ml,900ml 10 Set 450.00 4,500.00 Pie Pan (3pcs/set) Round,aluminum; 0.18 Mm Thick; #6 Diameter,#8 Diameter,#10 Diameter; 1.5 In Depth; Oven Safe To 5000f/2600f; With Extende Side For An Easy Grip 10 Set 350.00 3,500.00 Rolling Pins Tubular In Shape; Hardwood; 2.5 In Diameter X 9.5 In In Length; 1 In Diameter X4 In Length Handle Dimension; 17.5 In Overall Length; Food Grade 10 Set 400.00 4,000.00 Digital Weighing Scale (10 Kls.) Top Loading Dial Weighing Scale; Flat Aluminum Pan And Metal Body; 26cm (l)x21cm(w)x26cm (h); 22cmx22cm Platform; 10 Kgs./22 Lb.; Sensitivity/graduated By 10 Grams; Manual Setting On Zero; Spring Lever 2 Set 1,550.00 3,100.00 Sub-total (a) Php 1,302,300.00 B (computer System) 3 Packages Allen Wrench (set Of 10 Pcs) Chrome Vanadium Steel,hrc 38-60; 1.5mm, 2mm, 2.5mm, 3mm, 4mm, 5mm, 5.5mm, 6mm, 10m; With Holder/ring To Keep The Set Intact; Label Of Sizes Engraved In Each Wrench; Plastic Pack By Set 20 Set 1,600.00 32,000.00 Combination Pliers (8”) Square Nose; Chrome Vanadium/forged Steel; 9in (length); Insulation Range:1000 V; Nickel Plated Finish,side Cutter And Insulated Handle; Branded 20 Pc 650.00 13,000.00 Portable Electric Drill Electric Power; Hard Plastic; 220/240v, Ac 60hz; 550-650w; Variable Speed; 2-13 Mm Chuck Capacity; Type A Plug; With Hss Drill Bits:2mm (4pcs),4mm (4pcs), 6mm (4pcs),8mm (4pcs),10mm (4pcs),12mm (4pcs), 12.5mm (4pcs)=28 Pcs; With Hammer Function For Concrete Drilling; With User’s Manual 6 Pc 7,800.00 46,800.00 Digital Multimeter Plastic Casing; Autorange/data Hold/back Light/led Lamp/diode Test/triode Test/continuity/overload Protection/low Battery Indication/ Auto Power Off/short Circuit Protection; 600mv/6v/600v,1000v 6 Pc 8,000.00 48,000.00 Pc Video Camera 5.0 Mega Pixel Web Camera,usb Type; With Microphone For Laptop And Desktop Pc Use; At Least 640x480 Resolution; Support Windows Xp/7/8 Equivalent Mac Os Or Later Versions; Hard Plastic Or Metal Casing 6 Pc 3,600.00 21,600.00 Soldering Iron Kit 60w (minimum); Iron Rod; 220/240vac,60hz,single Phase; 8.3 Inches (approximate); With Plastic Handle; Interchangeable Copper Tip; With Available Spare Parts Nationwide 6 Pc 2,300.00 13,800.00 Wire Stripper Spring-loaded Self Opening; Long Jaw With Slot; Hardened Alloy Steel; 10 -24 Awg; 7 Inches (minimum) In Length; With Automatic Self-adjusting Spring, Crimping Slot, And Hard Plastic Handle; Branded 20 Pc 650.00 13,000.00 Sub-total (b) Php 564,600.00 C (cookery) 5 Packages Electric Blender Blender Machine; Round Jar; Plastic Housing; 25cm-48cm Jar Height; Heat Resistant Glass Jar With Cover; 220/240 Volts, 50hz/60hz With Power Cord 1.5 Meter Long; 300-700 Watts; 3-4 Metal Blades; 1.5-2 Liters Capacity; With 5-10 Push Button Speed Setting With Pulse Control Switch 5 Pc 1,900.00 9,500.00 Electric Stand Fan Metal/plastic; 18 Inches In Diameter; 70 Watts, 220/240 Vac,50/60 Hz; Single Phase; 16 Inches Base; Removable Metal Guard; 3 Speed Settings 4 Pc 2,500.00 10,000.00 Garbage Bin Removable Dome Shape Lid With Spring Return Swivel Bin With Wheel; Round Shape; Plastic; 26cmx47cm; 4 Gallons Capacity; Easy Grip Handle 4 Pc 1,200.00 4,800.00 Roasting Pan Rectangular; Stainless Steel; 40cmx35cm Diameter (in Length); 1.5 Mm Thick; Welded Handles On Both Sides; Removable Stainless Steel Wire Rack (38cmx23cm); Dishwasher Safe, Branded 6 Pc 850.00 5,100.00 Emergency Light 2 Heads Led; Metal,anti-rust Coated; 5 Hours Duration Time; Automatically Light Up During Power Outage; Overcharged And Over Discharged Protected; Built-in Ac Charger, Power Cord Plug To Adapt Type A Outlet; Battery Test Switch-external Safety Fuse; White Led 1w Dome Reflector; 220-240 Vac, 50/60 Hz; 20-24 Hours Charge Time; Rectangular; 27x7x27cm Dimension 4 Pc 1,800.00 7,200.00 Meat Slicer Circular; Die Cast Aluminum Alloy And Body Painted; 40.5cm X 45.7cm X 38cm Dimension; Stainless Steel Rotary Blade Diameter; 220-230 Volts, 60hz With Power Cord 1.5 Meters Long; 0-20mm Thick Slicing/cutting Adjustment; With Push Button Switch,pilot Light,and Adjustable Control Knob; Equipped With Food Carrier, Slide Bracket,locking Plate,blade, Knife Sharpener, Handle Bar And Fixed Ring Guard For Safety; With Service Centers Located In Major Cities In The Philippines; Warranty Period Of 1 Year; Branded 1 Pc 18,000.00 18,000.00 Pressure Cooker Round; Polished Aluminum; 32cmx 25 Cm Diameter/height; 10 Quarts Capacity; Side Handles For Safe Carrying; Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring; Branded 2 Pc 3,900.00 7,800.00 Spatula Offset Flat Spatula; Stainless Steel 316; Hardwood With Rivets; Blade Dimension:7.5 Iinches X1.5 Inches; 1.7 Mm Thick; 12-14 Inches Total Length; Branded 8 Pc 650.00 5,200.00 Stock Pot Large,round;stainlesssteel,0.8mm; 30 Cm Top Diameter; 31 Cm In Height; 20 Quqrts Capacity; Oven Safe To 3500f And Dishwasher Safe; With Aluminum Disc Layer In Bottom For Oven Heat; Comes With Cover And Two Reinforced Handle On Both Sides; Branded 1 Pc 5,500.00 5,500.00 Sub-total (c) Php 365,000.00 D (food And Beverages) 4 Packages 12 Pcs. Cups And Saucers 1 Dozen Cups & 1 Dozen Saucers; Circular,porcelain; 50-65mm In; Diameter; Glossy White, Packed In Carton Box, With Good Quality 2 Set 3,800.00 7,600.00 12 Pcs. Champagne Flute Flute Glass; Round, Clear Crystal; 20-24 Cm Height; 50-70mm Diameter; 250 Ml Capacity 2 Set 3,400.00 6,800.00 12 Pcs. Juice Glass/hi-ball Clear Glass; 140-160mm In Height; 50-70 Mm Top And Bottom Diameter; 8-10 Oz Capacity 2 Set 2,900.00 5,800.00 12 Pcs. Red Wine Glass Royalty; Balloon Shaped Bowl; Crystal Clear Glass; 55-60mm Rim Diameter; 1.5-3mm Thick; 200-220 Mm Length; 250-300ml Capacity; Stem Diameter:6-8 Mm; Stem Length:85-90 Mm; Base Diameter:75-85 Mm; Base Thickness:2-4 Mm 2 Set 2,900.00 5,800.00 12 Pcs. White Wine Glass Royalty; Balloon Shaped Bowl; Crystal Clear Glass; 55-60mm Rim Diameter; 1.5-3mm Thick; 200-220 Mm Length; 250-300ml Capacity; Stem Diameter:6-8 Mm; Stem Length:75-85mm; Base Diameter:70-80 Mm; Base Thickness:2-4 Mm 2 Set 2,900.00 5,800.00 Napkin Holder Steel Type With Highly Polished Appearence, Rectangular; Width: 70-90mm, Lengthg:150-170, Thickness:0.7mm-2mm 10 Pc 220.00 2,200.00 12 Pcs. Dessert Plates Plain Type; Circular, Porcelain,white,7”-8” Plates; 145-165mm In Diameter; 3-6mm Thick; Smooth And Glossy Surfaces 2 Set 2,600.00 5,200.00 12 Pcs. Dinner Plates Plain Type; Circular, Porcelain,white With No Design; Inner Diameter:200mm-215mm, Outer Diameter: 250mm-260mm, Thickness:3mm-6mm; Smooth And Glossy Surface 2 Set 2,850.00 5,700.00 12 Pcs. Fish Plates Plain Type; Circular, Porcelain,white With No Design; 6 Pcs. 8” And 6pcs. 9” Per Set; Inner Diameter:165mm-190mm, Thickness:3mm-6mm; Smooth And Glossy 2 Set 1,650.00 3,300.00 12 Pcs. Salad Plates Plain Type; Circular, Porcelain,white With No Design; 6 Pcs.7” And 6pcs. 8” Plates; Inner Diameter: 150-165mm, Thickness:3-6mm; Smooth And Glossy 2 Set 2,680.00 5,360.00 6 Pcs. Service Tray Plastic, Rectangular; 14”x18”x1”; Any Color 2 Set 680.00 1,360.00 6 Pcs. Bread Plates Plain Type, Round; Porcelain, White With No Design; Inner Diameter:95-120mm, Outer Dimeter: 145-170mm; Smooth And Glossy Surface 2 Set 580.00 1,160.00 6 Pcs. Silver Platter Steel Type, Round; Diameter:300-330mm, Thickness:1-2mm 2 Set 880.00 1,760.00 6 Pcs. Soup Bowl Plain With 2 Handles; Circular,porcelain; Capacity:24oz 2 Set 1,100.00 2,200.00 (90”x90”) Table Skirting Cloth Plain Cloth, Square; American Cotton Twill, Any Color,except Black; 90 Inches X 90 Inches 4 Set 380.00 1,520.00 Plastic Mixing Bowl Plastic; Inner Diameter:10.5cm, Heigth:6cm, Thickness:2mm; Any Color 10 Pc 450.00 4,500.00 Coffee Pot Manual Drip; 2pints; Round Stainless Steel With Cover; Diameter:90-110mm; Heigth:200-230mm; Thickness:.5-1mm 2 Pc 520.00 1,040.00 Creamer Container Porcelain With Spout, Circular;diameter:50-65mm; Heigth: 80-105mm; White/glossy White 2 Pc 650.00 1,300.00 Menu Folder Leather, Rectangular With 2 Partitions And 6 Inserts For A4 Paper;31cm X 24cm; Brown Or Black; 4 Pc 390.00 1,560.00 Dessert Fork Fork-shape,round Tip; Length:110-165mm;stainless Steel, Highly Polished With Plain Design, Rounded Tip Handle; Length:150mm-175mm; Width: 20-30 Mm; No.of Tines:4, Silver 12 Pc 50.00 600.00 Cocktail Fork Stainless Steel, Highly Polished With Plain Design;rounded Tip Handle; Length:110-165mm; Thickness:2mm-4mm; Silver 12 Pc 45.00 540.00 Dinner Fork Fork-shape Stainless Steel, Highly Polished, With 4 Tines; Length:120-175mm; Thickness:2-3mm; Silver 12 Pc 50.00 600.00 Salad Fork Fork-shape Stainless Steel, Highly Polished With 4 Tines; Length:150mm-175mm; Handle:2mm-3mm; Silver 12 Pc 50.00 600.00 Gravy Boats Steel Type, Boat Shape, Stainless Steel; Mirror Polished Finish;17cm X 7.3cm X 8.2cm 4 Pc 150.00 600.00 Ice Buckets Steel Type, Circular, Stainless Steel; Diameter:140-180mm; Height:140-170mm; Thickness:.7-2mm; Capacity:2 Liters; With Stainless Steel Tong,150-170mm Long 4 Pc 320.00 1,280.00 Butter Knife Stainless Steel;length:140mm-150mm; Thickness:3-5mm; Rounded Tip 4 Pc 95.00 380.00 Steak Knife Flat With Serrated Edge; Stainless Steel Blade With Wooden Handle; Length:170-202mm;thickness:10-14mm 4 Pc 105.00 420.00 Cake Server Stainless Steel Blade, Highly Polished; Length:220-270mm; Width:60-80mm; Shovel Shape,silver 4 Pc 250.00 1,000.00 Side Towel Chef’s Towel;rectangular Oxford Polyester Soft Cloth; Length: 640-680mm; Width:420-460mm; Plain White 10 Pc 95.00 950.00 Soup Tureen Round,steel:capacity:7-11 Quart; Size:60 X 35 X 32cm 4 Pc 550.00 2,200.00 12 Pcs. Dessert Spoon Oval, Stainless Steel With Plain Design; Length:175-190mm; Thickness:2mm-3mm; Silver 12 Pc 50.00 600.00 12 Pcs. Soup Spoon Round,stainless Steel With Plain Design;rounded Tip Handle; Length:165-200mm; Handle:110-170mm; Thickness:1.5-3mm: Silver 12 Pc 60.00 720.00 Table Cloth (square) Plain Cloth,square,oxford Polyester Cloth; Plain White; L-54”x W-54” 4 Set 350.00 1,400.00 Table Cloth (rectangular) Plain Cloth,rectangular Linen; Size:120x160cm; Any Color, Except Black,washable 4 Set 550.00 2,200.00 Sub-total (d) Php 84, 050.00 E (hairdressing) 1 Package 10 Sets Of 10 Pcs. Applicator Brush Non-toxic Plastic; Handle Width:70mm, Width Of Tip:80mm,; With Hair Coloring Dyeing Board 10 Pc 1,600.00 16,000.00 40 Pcs. Heating Cap Waterproof Cloth Material; Cordless Type; Stretch Up To 29 Inches, Unisex; Revesible And Reusable; Non-toxic 40 Pc 550.00 22,000.00 40 Pcs.cape Polyester Cloth; Size:125cm-140cm; Hairstyling Type; Non-toxic 40 Pc 230.00 9,200.00 40 Pcs. Clamp Plastic; Length:9.5cm, Thickness:10mm; Hairstyling Clamp Type 40 Pc 60.00 2,400.00 40 Pcs. Haircutting Comb Hard Plastic; Handle Length:180mm, Width:30mm; With Two Sides For Different Cuts 40 Pc 250.00 10,000.00 40 Pcs. Teasing Comb Plastic With 2 Rows Of Teeth; Large Teeth With At Least 25mm Long; Small Teeth With At Least 19mm Long; Non-toxic 40 Pc 90.00 3,600.00 20 Pcs. Hair Crimper 25 Watts; Size:38cm X15.5cm X9cm; 200 Degrees Centigrade; With Variable Heat Settings; 110-230volts Ac With Power Cord 20 Pc 980.00 19,600.00 20 Pcs. Curling Iron Ceramic; Capacity:65watts; Voltage:210-2140volts Ac With Power Cord; Barrel Size:1 Inch; Adjustable Heat Setting With Maximu, Tempaerature Of 200 Degrees Centigrade; Swivel Cord Up To 360 Degree, Cylindrical Shape, Plastic Handle For Safety Purpose; Branded 20 Pc 1,900.00 38,000.00 20 Pcs. Hair Dryer 1000w, 220 Vac; 18.5cm X 16cm X6.5 Cm; With Plastic Handle Design; Branded 20 Pc 1,800.00 36,000.00 40 Boxes Disposable Gloves Plastic; At Least 25 X23cm; 100 Pcs Per Box 40 Pc 160.00 6,400.00 40 Boxes Rubber Gloves Medium; Thickness: 4mil; Acid Resistant 40 Pc 350.00 14,000.00 40 Pcs. Smock Gown Polyester; 10 Pcs Small, 10 Pcs. Medium, 10 Pcs. Large Size 40 Pc 280.00 11,200.00 80 Pcs. Hairclips Metal; At Least 67mm X 19mm; Non-corrosive 80 Pc 50.00 4,000.00 300 Pcs. Invisible Hairnet Nylon; 55mm; Stretchable And Unisex Type; Black 300 Pc 20.00 6,000.00 300 Pcs. Hairpin Metal; With Ball Tips; Black 300 Pc 5.00 1,500.00 300 Pcs. Headband 6 Inches; Woven Crochet Top; Strechy, Soft, Comfortable And Breathable 300 Pc 15.00 4,500.00 10 Pcs. Infrared Flat Iron Ionic Ceramic Tourmaline-infused Plates And Abs Plastic Body; 70watts; 220-240vots Ac. 24cm Long, 30 Seconds Heating Time; With Digital Temperature Control; Auto Shut Off After 60 Mins.; With Swivel Cord, Branded 10 Pc 1,350.00 13,500.00 10 Pcs. Hand Mirror Diameter:15cm.; Thickness:6.5mm; Handle:20cm; Clear Mirror With No Distortion; Frame And Handle Are Made Of Plastic 10 Pc 105.00 1,050.00 4 Pcs. Modular Mirror Plain Mirror; Glass; Aluminum Frame; 75cm X 65cm 4 Pc 950.00 3,800.00 20 Pcs. Straight Razor High Carbon Steel; Foldable,replaceable Blade; Dimension:14cm X 2 Cm When Folded; Package Include 10 Pcs. Blade 20 Pc 1,095.00 21,900.00 50 Pcs. Prong Clip (single) Steel,plated; 55cm Single-prong 50 Pc 22.00 1,100.00 50 Pcs. Prong Clip (double) Steel; Nickel Or Chrome Base Plated; 45mm; Hairstyling Clip Type 50 Pc 30.00 1,500.00 10 Pcs. Round Table Plain Cloth,square,oxford Polyester Cloth; Plain White; L-54”x W-54” 10 Pc 4,800.00 48,000.00 10 Pcs. Prosthetic Body Brush Plain Cloth,rectangular Linen; Size:120x160cm; Any Color, Except Black,washable 10 Pc 430.00 4,300.00 10 Pcs Shampoo Bowl Foldable, Round, High Density Polyethelene Top, Powder Coated Steel Frame; Size:154cm X 74cm X 4.5 Cm; Thickness:1mm; Good For 8-10 Seaters 10 Pc 3,600.00 36,000.00 10 Pcs. High Chair Bar Stool Material:metal,painted With Anti-rust; Width:15”;height:33”; Barstool Crown Back Type,with Rubber Ring Of Barstool For Anti Skidding 10 Pc 3,800.00 38,000.00 10 Pcs. Hydraulic Chair Metal Base;size:59cm(l)x 54cm(w) X 51-78cm (h); Hydraulic Pump Can Be Up And Down By Pedaling; Load Ca[acity: 180kg; With User’s Manual 2 Pc 8,100.00 16,200.00 10 Pcs. Stool With Back Rest Metal.electroplated; Load Capacity:150 Kgs.;swivel Stool With Backrest; With Hydraulic Lift To Adjust Height Freely; With Thick Sponge Cushion;; With Atleast Four Caster Wheels 10 Pc 3,800.00 38,000.00 Sub-total (e) Php 477,750.00 F (housekeeping) 1 Package Alarm Clock Plastic (pe/abs); Illuminated Lcd Display; Time 912/24), Calendar (mm/dd), Temperature, Alarm Status, Snooze; Time Can Be Read 30 Ft Day Time; Runs On Aaa Battery Which Come Together With The Item; With User’s Manual 4 Pc 450.00 1,800.00 Apron Polyester-cotton Bib Apron; Dimension:60-70 Cm Sleeveless Adjustable Neck Loop; With 2-3 Pockets; Uni-color, Dark 40 Pc 120.00 4,800.00 Laundry Basket 3-bag Laundry Sorter, With Wheels; Polyester, Rectangular Shape; Detachable From Frame With Metal Handle And Hanging Hook; Dimension:22x15x8 Inches; With Four Casters 4 Pc 450.00 1,800.00 Queen Bed Bed Set, Queen Size (60x75 Inches) Rectangular; Knock-down Type Frame, All Steel, Powder-coated Including Head Board; Bare Weight:20 Kg.; Comes With Fabric Covered Foam 6 Inches Thick; 29-33 Kg/cu.m.; No Wobble And Noise 2 Pc 20,500.00 41,000.00 Single Bed Single Size (w:36”x L:75”) Rectangular; Knock-down Type Frame, All Steel, Powder-coated Including Head Board; Bare Weight: 13 Kg.; Comes With Fabric Covered Foam 6 Inches Thick; 29-33 Kg./cu.m.; 2 Pc 16,500.00 33,000.00 Ironing Board Standard Foldable Type Board; 25mm Tubing, .8mm Thick; Board Size:32 Inches; Body Size: 120cm X 30 Cm X 5cm; Any Color 40 Pc 1,800.00 72,000.00 Safety Boots Plastic/elastic Pvc; 7”=5 Pcs, 8”=5pcs,9”=5pcs,10”=5pcs, 11”=5pcs,12”=5pcs; Plain Toe, Unisex Boots With Rugged Tractor Lu Outsole 40 Pair 800.00 32,000.00 Water Buckets Hard Plastic, Round Body; Capacity:10-12 Liters; Handle:steel 10 Pc 320.00 3,200.00 Toilet Caddy Carrying Caddy For Cleaning Supplies; With 3 Compartments; Depth: 11cm; Dimension:26x36 Cm 4 Pc 1,500.00 6,000.00 Carpet Sweeper Cordless Electric Motorized Single Brush Roll (removable); Hard Plastic, Any Color; Equipped With Rechargeable Battery And Removable Dirt Box; Sweep Width:8”, Capacity:.35 Liters, Heigth:44”; Comes Wth Battery Charger 220/240 Vac,50/60hz With Plug To Adapt Type A Outlet 4 Pc 2,595.00 10,380.00 Coffee Maker Electric; Metal,plastic,glass; Capacity:6cups; Detachable Tank With Water Level Indicator; Removable And Washable Filter; Lighted On/off Switch; 220-240v; With User’s Guide; 1 Year Warranty 4 Pc 2,500.00 10,000.00 Dust Pan Uprigth Standing,plastic; Length:65 Cm; Round Back: 24x26x9 Cm 10 Pc 250.00 2,500.00 Anti-static Duster Polypropelene Micro Fiber; Duster Length:30cm; Overall Length: 50cm 10 Pc 200.00 2,000.00 Electric Fan Stand Fan; Metal, Plastic; Diameter:18”; Power Rating:70 Watts, 220-240 Vac, Single Phase; Base: Stable, 16 “ Diameter 20 Pc 1,500.00 30,000.00 Fire Extinguisher For Type A ,b,c Fire; Portable; Capacity:5-6 Kgs.; Dry Chemicals; Rechargeable Cylinder Metal; Brass Valve With Pressure Gauge; With Rubberized Hose And Aluminum Nozzle; With Squeeze Lever To Discharge Safety Pin; Painted With Metal Primer And Red Enamel Paint; With User’s Manual; 1 Year Warranty 10 Pc 6,600.00 66,000.00 Flashlight Led; 1,000 Lumens, White Color; Rechargeable Battery, At Least 3,500mah; Can Be Used With 3 Aaa Batteries; Body: Aluminum Alloy; Dimension:5x1 Inch; Includes 220/240 Vac, 50/60hz Power Adopter/charger 10 Pc 1,900.00 19,000.00 Flat Iron Electric; Materials: Metal,plastic Heat Resistant Plastic Handle; Dimension: 25cm X 12cm X 12cm:, 10 Pc 1,700.00 17,000.00 Safety Goggles Clear Polycarbonate-one Pice Lens With 1800 Panoramic View, Non-fog; High Impact Resistant, Ansi “z87” Compliant, Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples; Adjustable Straps 20 Pc 490.00 9,800.00 Hairdryer Electric With Concentrator Nozzle; 2-heat Setting And 1 Speed; 220/240 Vac; Length:20cm; With Hanging Ring 10 Pc 2,800.00 28,000.00 Electric Kettle Round Stainless Body, Plastic Handle, Lid And Base; With Pouring Spout, Hinged Lid, Detachable From And Can Rotate On Its Corded Base; Automatic Shut Off, With Power Indicator Light; 220/240 Vac; Dti Certified 4 Pc 1,100.00 4,400.00 Mop Refillable Head; Handle:aluminum With Hard/stiff Plastic Head Holder, Clip Type With Tightening Knob; Overall Dimension:130x17cm; With Cotton Thread/yarn, Sewn Tailband, White 10 Pc 950.00 9,500.00 Floor Polisher Stainless Steel, Aluminum Alloy; Handle: Stainless Steel, Adjustable Height 1 Meter Long, With Dual Switch Lever; Capacity: 13” Diameter; Speed:160rpm; Heavy Duty Power Cord (12 Meters) With Type A Plug; With Pair Of Rubber Wheels; Comes With Pad Holder, 2pcs Polishing Brush And 3 Pcs Floor Polishing Pads; Includes User’s Manual 2 Pc 25,000.00 50,000.00 Shelve Shelving,open, Knockdown Type,adjustable Shelves; Metal Powder Coated Frame; No.of Shelves:5; Overall Dimension: 85x30x180cm; Dsturdy Connection, No Wobble 10 Pc 3,800.00 38,000.00 Water Spray Gun Barber/salon Spray Gun; Hdpe Transparent Plastic; Capacity: 300ml.; Trigger Type Sprayer; Dimension:7cm X 16.3 Cm 2 Pc 1,500.00 3,000.00 Step Ladder Aluminum U Channel; Capacity: 250 Lbs.; Type: Flatform; No. Of Steps:6 Reach: 6-8 Feet; Spread: 4 Feet; With Slip Resistant Foot Pad 2 Pc 2,755.00 5,510.00 Vacuum Cleaner Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels; Hard Plastic, Rust Proof Body Equivalent; 220/240vac; Auto Shut Off; Tank Capacity:20 Liters; Detachable Vacuum Hose Assembly, Extension Tubes/wands, Carpet Brush Nozzle, Wet And Dry Brush Nozzle,crevice Nozzle, Hepe Filter, Sponge Filter/washable Cloth Bag; Comes With 4 Meters Power Cord, Molded Male Plug To Adapt Type A Outlet 2 Pc 7,900.00 15,800.00 White Board Floor Standing, Rolling; White Formica Laminated, Plane Will Not Deform; Size: Rectangular 1800mmx1000-1200mm With Aluminum Clip Edging 17mm With Plastic Corner Caps; Comes With Metal Tray For Marker And Eraser; The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Sqyare Tube, Sturdy, No Wobble, With 4 Loackable Hard Plastic Caster Wheels; Height From Floor: 210-214cm 2 Pc 3,300.00 6,600.00 Sub-total (f) Php 523,090.00 Grand Total (a-f) Php 3,519,440.00 2. The Department Of Education, Division Of Masbate Province, Through The Bids And Awards Committee (bac), Now Invites Bids For The Goods And Services Contemplated In This Project And As Detailed In The Schedule Of Requirements And The Table Of Technical Specifications Indicated In The Bidding Documents. Expected Completion Of Delivery Of The Goods Is Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed (ntp) At Deped Masbate Province Districts/central Schools Drop-off Points. Prospective Bidders Should Have Completed, Within Five (5) Years Immediately Preceding The Deadline For The Submission Of Bids, Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid And The Value Of Which, Adjusted, If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Index, Must Be At Least Fifty (50%) Of The Abc Of The Lot Bid For; Or, At Least Two (2) Similar Contracts And The Total Of The Aggregated Contract Amount Should Be Equivalent To At Least Fifty (50%) Of The Abc Of The Lot Bid For; And The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Required Percentage Of The Abc Of The Project To Be Bid. The Contracts May Come From Different Agencies/companies. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education, Division Of Masbate Province And Inspect The Bidding Documents At The Address Given In Item No. 11 From 8:00 A.m. To 5:00 P.m. May 12, 2025 (monday) – May 29, 2025 (thursday), Excluding Saturdays, Sundays, Non-working Holidays And 8:00 A.m – 12:00 P.m. May 30, 2025 (friday) At The Bac Secretariat/procurement Office, Deped Division Of Masbate Province. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 8:00 A.m. To 5:00 P.m. May 12, 2025 (monday) – May 29, 2025 (thursday), Excluding Saturdays, Sundays, Non-working Holidays And 8:00 A.m – 12:00 P.m. May 30, 2025 (friday) At The Bac Secretariat/procurement Office, Deped Division Of Masbate Province 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 (php 5,000.00). It Can Also Be Acquired For Free By Downloading Through Philgeps Website And Agency Website. Bid Documents Should Be Paid Before Bid Submission 6. The Department Of Education, Division Of Masbate Province Will Hold A Pre-bid Conference On May 19, 2025, 9:00 A.m. At Executive Lounge, Deped Division Of Masbate, Rodeo Road, Masbate City. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual/physical Submission On Or Before May 30, 2025, 12:00 P.m. (pagasa Time) 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 May 30, 2025, 1:00 P.m. At Executive Lounge, Deped Division Of Masbate, Rodeo Road, Masbate City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education, Division Of Masbate Province 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. 11. For Further Information, Please Contact: Maria Theresa A. Basas, Cpa Bac Secretariat/procurement Office Department Of Education, Division Of Masbate Division Office, Procurement Section Mobile No. 0929-4905672 Email Address: Procurement@depedmasbate.ph 12. You May Visit The Following Websites: Philgeps.gov.ph And/or Depedmasbate.ph Maria Sheila V. Lagoda Bac Chairperson
Closing Date30 May 2025
Tender AmountPHP 3.5 Million (USD 63.1 K)
DEPARTMENT OF EDUCATION DIVISION OF BACOLOD CITY Tender
Machinery and Tools
Philippines
Details: Description A. Domestic Refrigeration And Air-conditioning (domrac) Servicing Nc Ii Flaring/swaging Tool Set Flaring And Swaging Tools Set For Airconditioning And Refrigeration Flaring Size 1/8", 3/16", 1/4", 5/16", 3/8", 1/2", 5/8", 3/4" Swaging Size 3/16, 1/4, 5/16, 3/8, 1/2, 5/8, 3/4 Socket Wrench Size 3/16, 1/4, 5/16, 3/8 10 Pcs Php 3,500.00 Tube Cutter High Quality: Cast High-strength Aluminum Alloy, Not Easy To Rust, Durable, High-speed Steel Blade, Overall Heat Treatment, High Hardness, Good Toughness, Easy Cutting, Neat Incision. Bearing Cut Design: Designed With Two Sets Of 6 Bearing Metal Rollers, Rotating Handle; Cutting Smooth And Labor-saving, Neat Incision, And The Tube Will Not Be Damaged. Telescopic Design: The Blade Can Be Easily Controlled By Rotating The Handle To Advance And Retreat, So It Can Fit Various Sizes Of Metal Pipes. Easy To Operate: Come With A Knob At The Bottom Of Cooper Tube Cutter, Comfortable To Hold, Can Quickly Adjust The Tool To Ensure The Accuracy Of Cutting And Labor-saving. 5 Pcs Php 660.00 Portable Pressure Washer Power: 3800w Voltage: 220v Frequency: 60hz Flow Rate: 25l/min. Inclusions: 5m Outlet Hose 1 2m Inlet Hose 1 Short Gun 1 Transparent Nozzle 1 Universal Joint 1 Plastic Quick Connector 1 Foam Pot 1 5 Pcs Php 3,500.00 Vacuum Pump Pump Type: Rotary Vane, Diaphragm, Scroll, Screw, Turbomolecular, Diffusion, Etc. Inlet/outlet Port Size Type Air-cooled Or Water-cooled. Power Supply Voltage And Frequency (e.g., 230v/50hz, 110v/60hz). Corrosion Resistant 1 Pc Php 2,500.00 Capacitor 25uf Capacitance: 25 µf Voltage Rating: This Indicates The Maximum Voltage The Capacitor Can Handle. Common Ratings Include: 370 vac For Motor Run Capacitors 100 vdc, 250 vdc, 400 vdc, Or 450 vdc For Film Capacitors Tolerance: The Permissible Deviation From The Specified Capacitance Value, Often ±5%, ±10%, Or ±20%. Temperature Rating: The Operational Temperature Range, Such As -40°c To +85°c Or -55°c To +105°c.dielectric Material: Common Materials Include Metallized Polypropylene (pp) For Film Capacitors And Aluminum Electrolytic For Electrolytic Capacitors. 2 Pcs Php 300.00 Capacitor 45uf Capacitance: 45 µf Voltage Rating: Typically 370 vac Or 440 vac Tolerance: ±5% Operating Temperature Range: -40°c To +70°c Construction: Oil-filled, Polypropylene Film Shape: Round Or Oval Terminals: Quick-connect 2 Pcs Php 500.00 Copper Tube 3/16 Outside Diameter (od): 0.187 Inches Inside Diameter (id): 0.128 Inches Wall Thickness: 0.030 Inches Weight Per Linear Foot: 0.0575 Pounds Internal Volume Per Linear Foot: 0.00009 Cubic Feet 1 Roll Php 1,000.00 Copper Tube 3/8 2 Rolls Php 1,500.00 Mapp Gas Mapp Gas For Torch Car Aircon Airconditioning Supply 5 Pcs Php 400.00 Silver Rod Silver Rod Use For Soldering Copper Tube Ref And Aircon 50cm Long Each Rod 50 Pcs/box 1 Box Php 700.00 Digital Clamp Ammeter Ac/dc Current Measurable Max. 2000a & Dmm Function True Rms 6000 Count Digital Display With Backlight Dual Display Shows Voltage/current And Its Frequency Ef (electric Field) Sensing Vfd (variable Frequency Drive) Frequency Measurement Low Input Impedance Voltage Measurement Capable Of Attenuating The Effects Of Ghost Voltage Data Hold / Range Hold / Peak Hold (5ms) Relative Value Auto Power Save (34min After The Last Operation) (cancelable) 5 Pcs Php 1,300.00 Gauge Manifold (r22/410) Type: Dual Material: Brass Variation 1 Application: R410a Hose Fittings: 5/16 Variation 2 Application: R22/r134a Hose Fittings: 1/4 1 Pc Php 580.00 Multi-purpose Ladder (14 Feet) Max Load:150kg Step Distance:28cm Extension Length:470cm A Step Ladder Height:226cm Scaffolding Height:121cm Nw/gw.:12.0kg/12.5 Folding Size:126*37*28cm Package:1pcs/two Carton Caps Packing Size:124*37*28cm Packaging Dimension: ( L X W X H ) Cm 124.0 X 37.0 X 28.0 Weight 12.8 Kgs 2 Pcs Php 2,700.00 Impact Drill Additional Data Rated Input Power 750 W No-load Speed, 1st Gear 0 – 3,250 Rpm Weight 1.8 Kg Impact Rate At No-load Speed 0 – 48,500 Bpm Rated Torque 2.1 Nm Chuck Capacity, Min./max. 1.5 – 13 Mm Drilling Range Drilling Diameter In Wood 25 Mm Drilling Diameter In Concrete 16 Mm Drilling Diameter In Steel 12 Mm 2 Pcs Php 1,633.00 Digital Multi-tester Material: Plastic Casing Main Functions: Auto Range/data Hold Back Light/led Lamp/diode Test/ Triode Test/continuity/ Over Load Protection/ Low Battery Indication/ Auto Power Off? Short-circuit Protection Display: True Rms, 6000 Counts, 3 5/6 Digits Overload Display: Display Ol Dc Voltage: 600mv/6v/60v/750v (0.5%+3), 1000v (0.5%+3) Ac Voltage: 600mv/6v/60v/750v (0.8%+5) Dc Current: 600a/6000a/60ma/600ma/10a (1.2%+3) Ac Current: 600a/6000a/60ma/600ma/10a (1.5%+3) Resistance: 600/6k/60k/600k/(1.0%+3), 6m/60m (1.5%+3) Capacitance: 10nf/100nf/1000nf?10uf/100uf/1000uf (4.0%+5), 10mf/100mf(5.)%+) 2 Pcs Php 700.00 Industrial Screwdriver Set Shank Material: Chrome Vanadium Steel, Hrc 38 To 60; Handle Material: Molded Plastic Overall Length: 8 Inches (minimum) Insulation Protection (including Shank): 1000vac/ 1500vdc, Vde Certified (or Its Equivalent) Non Slip Handle Design Carton Or Plastic Packaging 3 Pcs Php 900.00 Extension Cord (10m-heavy Duty) Universal Heavy Duty Outlets 10 Meters Cord Length With Overheating Protection Button Power Leakage/surge Protector Safety Breaker Rapid Flame Retardant 11 Pcs Php 1,000.00 Soldering Iron Type: Iron Rod Voltage: 220/240vac, 60hz, Single Phase; Power 60w (minimum); Body Length: 8.3 Inches (21 Cm) Approximate Cord Length: 1.5 Meters (minimum) Handle : Plastic; (non-slip Handle) With User's Manual In English That Contains User's Guide, Operating Procedure And Maintenance. Interchangeable Copper Tip; Should Have Available Spare Parts Nationwide For A Minimum Period Of 5 Years; Carton Or Plastic Packaging 2 Units Php 200.00 Soldering Led Professional Soldering Tool Great For Lead-free Soldering Semiconductors Iron Plated Tip And Stainless Steel Construction Offer Longer Life High Quality Ceramic Heater Lightweight With A Pencil Handle Adjustable Temperature Soldering Irons: 200-450 °c Ideal For Hobbies, Kits, Radios, And Electronics Work Voltage: 220 V Power: 60 W Length Of Cable: 1.4 M / 55.12 Inches Length Of Handle: 21.5 Cm / 8.46 Inches 4 Rolls Php 100.00 Allen Wrench Set 1. Material: Chrome Vanadium Steel, Hrc 38 To 60 2. Set Of 10 Pieces: 1.5 Mm, 2 Mm, 2.5 Mm, 3 Mm, 4 Mm, 5 Mm, 5.5 Mm, 6 Mm, 8 Mm, 10 Mm 3. With Holder/ring To Keep The Set Intact 4. Label Of Sizes Engraved In Each Allen Wrech 5. Smooth Surfaces And No Sharp Edges 6. Plastic Pack By Set 3 Pcs Php 405.00 Manual Vernier Caliper Range: 0-150mm Reading: 0.05mm Material: Carbon Steel Can Measure Inner Diameter, Outer Diameter, And Depth.the Small Vernier Face Angle Of 14º Provides Easy Reading A Lock Screw Holds The Sliding Jaw In Position Hardened Stainless Steel Construction, Satin-chromed Scales. Carbide Tipped Jaw Ideal For Measuring Grinding Wheel, Cast Iron & Rough Machine Parts 5 Pcs Php 963.00 Digital Vernier Caliper Model: Wvc2b20 Range: 0-200mm Reading: 0.01mm 3v Battery Measuring System: Linear Capacitive Measuring System Display: Lcd Metric/inch Conversion At Any Position Packed In Plastic Case 5 Pcs Php 1,600.00 Steel Rule T-type Woodworkers Edge Rule Protractor 70 Degree Round Head Rotary 1mm Measurement Accuracy Scriber Gauge Layout Tools Angle Measuring Marking For Woodworking Carpenter Feature: Unparalleled Precision: Our Latest Precision Scale Can Provide Unparalleled Precision For Your Panel Layout Work. Just Press The Head To The Desired Angle, And Then Press The Straight Line. The Head Can Be Adjusted From 0 To 70 And Fixed Every 5 (+22-1 / 2 And 67-1 / 2), In Order To Provide You With An Accurate Reference Angle And Length Respectively. Woodworking Edge Rule: The Secret Of Ttkj T-shaped Ruler Is A Series Of Precision-machined Index Holes And Spring-loaded, Close Tolerance Indexing Pins That Mesh With Them. The Pin Snaps Into Place, Giving You Confidence That It Is Positioned Accurately. Both Edges Of The Blade Are Laser Engraved With An Inch Scale Of 1/32 Inch. Increment. The Total Cumulative Error Of The Scale Over The Blade Length Is .004". 5 Pcs Php 744.00 B. Shielded Metal Arc Welding Nc Ii Inverter Welding Machine (for Troubleshooting) Constant Current Output/inverter Energy Saving/air Cooling/dc Output/adjustable Current/adjustable Backgas Time Scope Of Application:small Hardware Manufacturing / Stainless Steel Doors And Windows Manufacturing / Household Kitchenware, Furniture Processing Rated Input Voltage:220v Rated Input Capacity:6.2kva Frequency:50-60hz No-load Voltage:65v Load Duration Rate:30%; Welding Wire:1.6-2.0mm; Insulation Class:class F Protection Level:ip21s Output Current: Tig:20-600a Mma:20-600a Accessories: 1*4m Argon Arc Welding Gun 1*electrode Holder 1*earth Wire Clamp Mask; Brush; Gloves 2 Units Php 5,250.00 Vise Grip (7 Inches Long) • Bi-material Handle For Anti-slip & Comfort • Serrated Jaws Made Of Chrome Molybdenum Material • Heat Treated Adjustable Screw • Ideal For Precision Work • Straight Jaws Provides Maximum Contract On Flat, Square & Hex Work-ideal For Welding & Other Metal Work 2 Pcs Php 545.00 Angle Grinder (4 Inches Long) 1. Brushless Motor: High-power Motor Has High Working Efficiency And Strong Practicability 2. Intelligent Gear Shift: The Speed Control Button Supports The Speed Adjustment Of The Angle Grinder In Operation To Adapt To Different Work Requirements. 3. Easy To Operate: One-click Switch Design, Easy To Operate With One Hand. 4. Powerful Heat Dissipation Design: Main Exhaust Port Double-sided Heat Dissipation, Fast Heat Dissipation, Improve Work Efficiency And Extend Working Life 5. Led Lamp Design: It Is More Convenient To Add Lighting When Working 6. Auxiliary Handle: The Auxiliary Handle Used By The Left Or Right Hand 7. Detachable Dust Cover Design: With Detachable Dust Cover, Can Reduce Flies Entering The Machine During Work. 8. High Quality Materials: High-quality Composite Vanadium Alloy Steel Forging, Aluminum Head Durable. 9. Uses: Metal, Stone, Wood, Plastic Cutting, Polishing Specifications: Angle Grinder Type: Dual-use Brushless Angle Grinder/11.5in Chainsaw Model :1 Or 2 Batteries Color: Black/red Grinding/slicing Diameter :100mm No-load Speed: 8000-10000 Rpm Spindle Diameter :10 Mm Chuck Size :16 Mm Capacitance :288vf Input Voltage :110 V - 220 V Frequency: 50 To 60 Hz Battery Capacity :38000 Mah / 56800 Mah No-load Speed :20000 R/min Scope Of Application: Metal, Stone, Wood, Plastic Cutting, Polishing Package Included: 1 Xangle Grinder 1 X Wheel Guard 1 X Battery Charger 1 Or 2 X Battery 1 X Wrench 1 X Handle 1 X Carry Hard Box Or 1x11.5 Inch Saw Accessories 2 Units Php 1,850.00 Angle Grinder (5 Inches Long) Angle Grinder Type: Dual-use Brushless Angle Grinder/11.5in Chainsaw Model :1 Or 2 Batteries Color: Black/red Grinding/slicing Diameter :100mm No-load Speed: 8000-10000 Rpm Spindle Diameter :10 Mm Chuck Size :16 Mm Capacitance :288vf Input Voltage :110 V - 220 V Frequency: 50 To 60 Hz Battery Capacity :38000 Mah / 56800 Mah No-load Speed :20000 R/min Scope Of Application: Metal, Stone, Wood, Plastic Cutting, Polishing Package Included: 1 Xangle Grinder 1 X Wheel Guard 1 X Battery Charger 1 Or 2 X Battery 1 X Wrench 1 X Handle 1 X Carry Hard Box Or 1x11.5 Inch Saw Accessories 2 Units Php 2,300.00 Cut Off Wheel Disc Size: 355mmx2.8mm Variation: 2608619378 Standard For Metal (black) Or 2608619766 Standard For Metal (green)* - New Model For Cutting Of Mild And Stainless Steels 2 Units Php 290.00 Steel Magnetic Holder (3 Inches) Pull Force: 25lbs Size: 3" Angles: 45° , 90° , 135° Material: Magnet And Steel 1 Pc Php 225.00 Socket Wrench, Heavy Duty, Complete Set 24pcs(long Tube):6 Points Socket Wrench Set With 8 10 11 12 13 14 15 16 17 18 19 20 21 22 24 27 30 32mm Ratchet Sliding Powerhandle Extention And Flexible (2 Sparkplug Socket 16-21mm) 2 Pcs Php 2,900.00 Drill Bit (masonry) Full Set Material : Cobalt Steel Includes Bits For Drilling Into Metal, Wood And Masonry Materials As Well As Insert And Power Bits For Fastening Applications Includes (5) Phillips, (5) Pozidriv®, (5) Torx® And (5) Slotted Insert Bits Includes (3) Phillips, (3) Pozidriv®, (4) Torx®, (2) Slotted, And (4) Hex Power Bits Includes (19) Titanium Nitride Coated High Speed Steel (hss-tin) Metal And Wood Drill Bits With Size Range Of (1 - 8mm) Includes (4) Brad Point Wood Drill Bits With Size Range Of (4 - 8mm) Includes (5) Masonry Hammer Drill Bits With Size Range Of (4 - 8mm) Straight Shank Drill Bits Fit Most Corded And Cordless 3/8" And 1/2" Drills Includes (1) Center Punch For Easier Hole Starting In Metal Includes (1) 1/4" Hex Countersink Which Produces Clean Finishes In Hard And Soft Wood Includes (8) 1/4" Hex Nutdrivers With Size Range Of (5 - 11mm) Includes (1) 1/4" Hex Magnetic Bit Holder Includes Convenient Storage Case 3 Pcs Php 980.00 Drill Bit (steel) Full Set Includes Bits For Drilling Into Metal, Wood And Masonry Materials As Well As Insert And Power Bits For Fastening Applications Includes (5) Phillips, (5) Pozidriv®, (5) Torx® And (5) Slotted Insert Bits Includes (3) Phillips, (3) Pozidriv®, (4) Torx®, (2) Slotted, And (4) Hex Power Bits Includes (19) Titanium Nitride Coated High Speed Steel (hss-tin) Metal And Wood Drill Bits With Size Range Of (1 - 8mm) Includes (4) Brad Point Wood Drill Bits With Size Range Of (4 - 8mm) Includes (5) Masonry Hammer Drill Bits With Size Range Of (4 - 8mm) Straight Shank Drill Bits Fit Most Corded And Cordless 3/8" And 1/2" Drills Includes (1) Center Punch For Easier Hole Starting In Metal Includes (1) 1/4" Hex Countersink Which Produces Clean Finishes In Hard And Soft Wood Includes (8) 1/4" Hex Nutdrivers With Size Range Of (5 - 11mm) Includes (1) 1/4" Hex Magnetic Bit Holder Includes Convenient Storage Case 3 Pcs Php 1,060.00 Safety Shoes •ce Approved En20345-s1p •steel Toe Cap •steel Midsole •anti-static & Anti-vibration & Oil Resistant & Slip Resistant •split Leather Upper •dual Density Pu Sole •packing: Color Box •tolsen Industrial Safety Shoes Size Us 75 With Steel Midsole And Toe Cap 45352 Black 29 Pairs Php 1,500.00 Welding Gloves Extreme Heat Resistant Protection:full Cow Split Leather Surface(which Made From Carefully Selected High-quality Cow Leather With Thickness Depth Above 1.2mm),heat Insulation,fireproof And Soft Sweat Absorbent Cotton Inside,denim Cuffs,that Make These Gloves To Withstand Temperatures At Least 662°f(350°c)and Enough To Handle Most Of The High-temperature Work. Thick And Soft:made From Specific Parts Of The Cow,which Is Not Only Thick But Also Soft And Flexible With Extreme Heat/fire Resistance And Puncture Resistance,cut Resistance And Moderate Oil Resistance. Durable Ppta Stitching:the Gloves Uses Ppta Thread,that Means It More Resistant To High Temperatures Than Other Heat Resistant Gloves And Not Easy To Break,very Suitable For High-temperature Work.reinforced Palm To Cushion Hands When Working With Heavy Weight Or Sharp Objects.excellent Performance In Heavy Duty Welding,gripping Hot Stuff Such As Stove, Cookware, Burning Coal Or Firewood. Wide Range Application: Excellent Quality Make It Useful For Welding,grill,barbecue,wood Stove,oven,fireplace,cutting,gardening,camping,campfire,animal Handling,welders. Size:40cm/16 Inch;35cm/14 Inch Colour:black Material:labor Insurance Cloth 20 Pairs Php 288.00 Welding Helmet Auto Darkening Welding Helmet Material: Abs Color: Black Type: Regular, True Color Product Size: See Details Page Applicable To: Welding, , Etc. 10 Pcs Php 430.00 Combination Pliers, 8" Type: Combination Pliers Body Shape: Square Nose Material: Chrome Vanadium/forged Steel Length: 9 Inches (minimum) Insulation Range: 1000 Volts (etched On The Handle) Design: Square Nose With Serrated Jaw Comes With Nickel Plated Finish, Side Cutter And Insulated Handle Must Be Branded (brand Must Be Etched Either In The Head Or On The Handle) 4 Units Php 435.00 Welding Tongs Model: 500a 800a Material; Pure Copper 10 Units Php 300.00 Industrial Stand Fan • 24″ Tripod Type Industrial Fan • 200 Watts Power • 3 Fan Speed Control With Oscillation • 215m³ Per Minute Air Volume • With Built-in Thermal Fuse • Adjustable Height Up To 176cm 2 Units Php 7,755.00 Industrial Desk Fan Industrial Electric Fan Rated Voltage:220v Rated Frequency:50hz Rotational Speed:1400r/min Fan Blade Diameter: 500/650/700mm Rated Power: 320w Net Cover Diameter: 550/680/780mm Overall Height: 1.35/1.4/1.45m Dense Safety Netting, 3 Wind Speeds Available Energy Saving And Low Noise Operation. Thicker And More Stable Base Strong Wind Power Up To 10 Meters, Strong And Heavy Enough 3d Spiral Technology, Wind Speed Is Greatly Increased Double-stage Wind Cover For Faster And Cooler Winds Large Fan Blade Angle, High Wind Power, Intensive Cutting Airflow, Strong Wind, Durable Brushless Motor Imported From Germany, Bringing Constant Power And More Than 80% More Silence Multi-angle Adjustment, Wide Range Of Air Supply 2 Units Php 3,780.00 Pull-push Rule (8 Meters) Material: Stainless Steel, Plastic Features: Widely Used, High Precise, Compact, Portable Size Detail: A, L: 7cm/2.76", W: 4cm/1.57", H: 6.3cm/2.48" (approx.) A, Extension Length: 500cm/196.85" (approx.) B, L: 7cm/2.76", W: 4cm/1.57", H: 6.3cm/2.48" (approx.) B, Extension Length: 750cm/295.28" (approx.) 15 Units Php 525.00 Welding Rod E6010 Welding Electrode Is A Cellulose-coated, High-penetration Electrode Deep Penetration, Even On Dirty Or Rusty Metals Fast-freezing Slag For Vertical And Overhead Welding Produces A Forceful Arc, Allowing For Good Fusion And Root Penetration Ideal For Open-root Welds, Pipe Welding, And Structural Applications Requires A Skilled Welder Due To Its Aggressive Arc Current Type: Dc+ (direct Current Electrode Positive) Amperage Range: 3/32" (2.4mm): 40-85a 1/8" (3.2mm): 75-125a5/32" (4.0mm): 110-165a Polarity: Dc+ Only Arc Characteristics: Forceful, Deep Penetration, Aggressive 2 Boxes Php 1,550.00 Grinding Disc (4 Inches) Diameter: 4 Inches (100 Mm) Thickness: Typically 6 Mm (varies By Type) Bore (arbor) Size: 16 Mm Grit Material: Aluminum Oxide Or Silicon Carbide (depends On Type) Maximum Rpm: Around 13,300 Rpm Application: Grinding Of Metal, Stainless Steel, Or Stone (depending On The Variant) Type: Depressed Center (type 27) Or Flat Disc 10 Pcs/box 1 Box Php 150.00 Grinding Disc (5 Inches) Diameter: 5 Inches (125mm) Thickness: Varies (commonly 1mm To 6mm, Depending On Use) Bore Size (arbor Hole): 22.23mm (7/8 Inch) Standard For Angle Grinders Material: Aluminum Oxide, Silicon Carbide, Zirconia Alumina, Or Ceramic (depending On Application) Max Rpm: Typically 12,000 - 13,300 Rpm (check Disc Labeling For Specific Rating), 10 Pcs/box 1 Box Php 200.00 Steel Brush Twist Knot Brushes; Carbon Steel; Medium (0.30mm - 0.35mm) 20 Pcs Php 60.00 Chipping Hammer Material: Drop-forged Steel Weight: 0.5–1.5 Kg (1–3 Lbs) Handle Material: Wood, Fiberglass, Or Rubber-coated Steel Head Design: Cone & Chisel, Flat Chisel, Or Pointed Length: 10–14 Inches 3 Pcs Php 310.00 Face Shield Materials Shield Material: Polycarbonate, Pet (polyethylene Terephthalate), Or Petg (polyethylene Terephthalate Glycol) Headband: Foam, Plastic, Or Adjustable Elastic Fastening Mechanism: Elastic Band, Adjustable Strap, Or Ratchet Suspension Dimensions: Shield Thickness: 0.2mm To 0.5mm (for Disposable Shields) Or Up To 1mm (for Reusable Shields) Width: 30 Cm To 35 Cm Height: 22 Cm To 25 Cm Coverage & Design Covers The Entire Face, Extending Past The Chin And Wrapping Around The Sides Transparent And Anti-fog Coating For Clear Vision Lightweight And Comfortable For Extended Use Can Accommodate Eyeglasses And Face Masks Underneath 20 Pcs Php 310.00 Cutting Disc (4 Inches) Diameter: 4 Inches (100 Mm) Thickness: 1.0 Mm – 3.0 Mm (common Thickness: 1.2 Mm Or 1.6 Mm For Metal) Bore Size (arbor Hole): 16 Mm (or 5/8 Inch) Material Composition: For Metal Cutting: Aluminum Oxide Or Zirconia For Stainless Steel Cutting: Inox (iron-free) Bonded Abrasives For Stone/concrete Cutting: Silicon Carbide Or Diamond-coated Maximum Rpm (speed): 13,000 – 15,000 Rpm (varies By Manufacturer) Type: Flat (t41): Standard For Straight Cutting Depressed Center (t42): Allows Deeper Cutting With Clearance Bond Type: Resin-bonded (common For Durability) 10 Pcs/box 1 Box Php 164.00 Cutting Disc (5 Inches) Diameter: 5 Inches Thickness: 1.0 Mm – 3.0 Mm (common Thickness: 1.2 Mm Or 1.6 Mm For Metal) Bore Size (arbor Hole): 16 Mm (or 5/8 Inch) Material Composition: For Metal Cutting: Aluminum Oxide Or Zirconia For Stainless Steel Cutting: Inox (iron-free) Bonded Abrasives; For Stone/concrete Cutting: Silicon Carbide Or Diamond-coated; Maximum Rpm (speed): 13,000 – 15,000 Rpm (varies By Manufacturer) Type: Flat (t41): Standard For Straight Cutting; Depressed Center (t42): Allows Deeper Cutting With Clearance Bond Type: Resin-bonded (common For Durability) 10 Pcs/box 1 Box Php 200.00 C. Housekeeping Nc Ii Coffee Maker, Electric Material: Metal, Plastic, Glass Capacity: 6 Cups (minimum) Detachable Tank, With Water Level Indicator Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. 2 Units Php 3,000.00 Fire Extinguisher, With Contents I-for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.lncludes User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality 2 Units Php 3,000.00 Clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing Ioa Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. 1 Unit Php 3,000.00 Garbage Receptacles 1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality 3 Pcs Php 1,000.00 Electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220/1240vac, 50/60hz, 1000-1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing Ioa Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item. 2 Units Php 3,000.00 Mop Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges 4 Pcs Php 1,000.00 Mop Squeezer Mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters "caution" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges 2 Pcs Php 5,000.00 Coffee Pot, 2 Pints Type: Manual Drip Body Shape: Round Material: Stainless Steel With Cover Capacity: 2 Pints Outside Diameter: 90-110mm Over-all Height: 200-230 Mmn Thickness: 0.5-1mm With Handle And Spout, Packed In Carton Box The Item Must Have Good Quality 3 Units Php 1,650.00 Cups And Saucers 5-6 Oz Material: Porcelain Capacity: 5oz./ 140ml Heatproof Up To 300 Deg. C Color: White The Item Must Be Good Quality Packed In Carton Box 20 Pcs Php 500.00 Dinner Fork Body Shape: Fork Shape Material/ Appearance: Stainless Steel, Highly Polished With 4 Tines Over-all Length: 120-175 Mm Thickness Of Handle: 2-3 Mm Color: Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 30 Pcs Php 100.00 Fish Fork Body Shape: Fork Shape With Round Tip Material/ Appearance : Stainless Steel, Highly Polished With Plain Design Over-all Length: 180-215 Mm Fork Width: 1.5 Mm- 3 Mm Fork Thickness: 1mm -2mm Number Of Tines:4 Length Handle: 120-130mm Handle Thickness: 2mm-3mm Color: Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 30 Pcs Php 250.00 Glass, Juice/hi-ball Material: Clear Glass Type: Hi-ball Height: 140-160mm Bottom Diameter: 50-70mm Top Diameter: 50-70mm Thickness: 2-4 (minimum) Capacity 8 Oz- 10 Oz Dishwasher Safe The Item Must Be Branded And Good Quality Packed In Carton Box 40 Pcs Php 180.00 Menu Folder Type: Leather Menu Folder Body Shape: Rectangular Material: Leather With 2 Partitions And 6 Inserts Size: 31.5 Cm X 24.5 Cm Color: Brown/ Black Applicable Paper Size: A4 3 Pcs Php 1,518.50 Plate, Dessert, 7" To 8" Type: Plain Body Shape: Circular Material: Porcelain Supply Must Be A Set, Consisting Of 1 Of Each: 7 Inches And 8 Inches Plates Color: White Inner Diameter: 145-165mm Thickness: 3-6mm Smooth And Glossy Surfaces Packed In A Box The Item Must Be Of Good Quality 20 Pcs Php 300.00 Plate, Dinner, 10" Type: Plain Body Shape: Circular Material: Porcelain With No Design Color: White Inner Diameter: 200mm-215mm Outer Diameter: 250-260mm Thickness: 3mm-6mm Smooth And Glossy Surfaces Packed In A Box The Item Must Have Good Quality 20 Pcs Php 550.00 Plate, Fish 8" To 9" Type: Plain Body Shape: Circular Material: Porcelain With No Design Supply Shall Be A Set Consisting Of: Color: White Inner Diameter: 165mm-190mm (minimum) Thickness: 3mm-6mm Smooth And Glossy Surfaces Packed In A Box The Item Must Have Good Quality 20 Pcs Php 400.00 Fork, Salad Body Shape: Fork Shape Material/ Appearance: Stainless Steel, Highly Polished, With 4 Tines Length: 150mm-175mm Handle Thickness: 2mm-3mm Color: Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 30 Pcs Php 150.00 Dessert Spoon Body Shape: Oval Material/ Appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length: 175-190mm Thickness: 2mm- 3mm Shorter Handle: 120-13-mm Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 28 Pcs Php 100.00 Table Napkins, Cloth, 16" X 16" Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Or Its Equivalent Size: L 16 Inches X W 16 Inches (minimum) Color: White Feature: Washable Packed In A Plastic Pouch The Item Must Have Good Quality 10 Pcs Php 75.00 Table Skirting Cloth 90x90"9 Type: Plain Cloth Body Shape: Square Material: American Cotton Twill Cloth Dimension: 90 Inches X 90 Inches (minimum) Color: Any Color Except Black Feature: Washable Packed In A Plastic Pouch The Item Must Have Good Quality 3 Pcs Php 1,000.00 Dessert Spoon Body Shape: Oval Material/ Appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length: 175-190mm Thickness: 2mm- 3mm Shorter Handle: 120-13-mm Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 20 Pcs Php 100.00 Service Spoon Body Shape: Oval Material: Stainless Steel, Highly Polished With Plain Design Over-all Length: 220mm-250mm Width: 30-38mm Handle Thickness" 1-5mm-4mm Handle Length- 165mm-185mm Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 15 Pcs Php 150.00 Teaspoon Body Shape: Oval Tip Material/ Appearance: Stainless Steel, Higly Polished, With Plain Design Over-all Length:120mm - 140mm Handle Thickness: 2mm-4mm Short Handle Length: 100mm (minimum) Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 30 Pcs Php 60.00 D. Local Guiding Services Nc Ii, Travel Services Nc Ii, Front Office Services Nc Ii, Tourism Promotion Services Nc Ii Laptop, Windows 11 Intel Core I5-1335u; 10 Cores (max 4.6mhz) 15.6 "fhd" (1920x1080) Ips Thin Bezel Anti-glare, 60hz; 16gb Ddr4 3200mhz (max 32gb); Intel Iris Xe Graphics 39.3whr 3 Cell; Office, Home, And Student 2021 2 Units Php 35,000.00 Speaker Zlx-12d; Class D 500w Amplifier; 4 Ohms; 98db Frequency Response: 45hz-20khz Amplifier: Class D Dsp; Dsp Management Control; Usb Bluetooth 1" Titanium Dome; Rugged Design; Clear Vocal Weight: 12 Kilos; 2-way Speaker System 2 Units Php 14,152.75 Mixer 8-channel Compact Passive Mixer; Brand New; 4 Mic/line, 2 Sterio Input; Play/record; Headphone In; 48v Phantom Power; Echo, Repeat, Delay Effect Bluetooth/usb/pm3 Music Function Power Supply: 15 Volts+ 48 Volts 1 Unit Php 6,000.00 Speaker Stand, Heavy Duty Professional Speaker Stand Easy To Set Up Sturdy And Durable Speaker Stand With Non Slip Rubber Tripod Base Heavy Duty Steel For Full Support Vertical Tube With 4 Holes To Adjust Height With Safety Locking Pin Adjustment Detachable Top Plate Adjustable Height And Tripod Legs Height Can Reach Up To Approx. 7 Feet Top Mounting Plate Size: 110 X 175cm Tripod Base Closed Height: 70 Cm Vertical Tube Thickness: 0.35 & 0.38cm (4 Holes To Adjust) Safety Locking Pin Attached (silver Tool) 2 Units Php 2,000.00 Balanced Cable 3.5mm To 2-6.5mm Audio Converter Cable Model: Bar Color: Gray Interface: Trs 3.5mm Male/ts 6.5mm Male Interface Technics: Gold-plated Conductor: Tinned-copper Shell: Aluminum Alloy Shielding: Aluminum Foil Jacket: Pvc+cotton Braid Awg: 26awg Od: 5.0mm Length: 0.5-5m Warranty: 1 Year Package: Pe Bag 40 Meters Php 75.00 Xlr Connector 20meters Xlr Male To Xlr Female Dmx Cable Wire Balanced Mic Cable—heavy-duty Xlr Connectors, 20 Ft./6 M (rmc-b20) Lengths. 2 Pairs Php 3,000.00 Grand Total Php 484,611.00 Instruction: Indicate “comply” Or “not Comply” In The Space Provided Below. Items Description Statement Of Compliance (state “comply” Or “not Comply”) Other Requirements: Branded, Brand New With Appropriate Packaging To Be Delivered At: Deped Division Of Bacolod City (supply And Property Office)
Closing Date2 Jun 2025
Tender AmountPHP 484.6 K (USD 8.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: Page 11 Of 11
description
this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02, Effective 12/22/2023.
this Solicitation Is Open To Service Disable Veteran Owned Business Set-aside
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 238220 With A Small Business Size Standard Of $19 Million.
the Fsc/psc Is H912.
the Sepulveda And Los Angeles Ambulatory Care Center Require Testing And Inspection Of The Fire Alarm And Fire Protection Systems By A Licensed And Certified Fire Alarm Vendor To Satisfy Local, Va, Tjc Requirements, And La City Reg 4.
the Award Will Be Made To The Quote Most Advantageous To The Government And Best Meets The Requirement Described In The Statement Of Work.
the Following Are The Evaluation Factors: Price, Past Performance, Experience. Please Provide Contract Number And Contact Poc For Past Performance And Experience Verification To Confirm Similar Scope Of Work Has Been Performed. Also, Please Provide Certifications, Licensing Credentials As Per The Request In The Statement Of Work (sow).
Far Clause 52.219-75 Certificate Of Compliance For Services And Construction Is
Required To Be Submitted At Time Of Quote Submission.
All Interested Companies Shall Provide Quotations For The Following:
statement Of Work (sow)
objective: Va Greater Los Angeles Is Seeking To Establish A Contract For Fire Alarm And Fire Protection Inspection And Testing For The Sepulveda And Los Angeles Ambulatory Care Clinics To Comply With Va, Local And Tjc Codes And Standards.
background: The Sepulveda And Los Angeles Ambulatory Care Center Require Testing And Inspection Of The Fire Alarm And Fire Protection Systems By A Licensed And Certified Fire Alarm Vendor To Satisfy Local, Va, Tjc Requirements, And La City Reg 4.
scope: All Services Will Include The Testing, Inspection, Reporting, And Service Of All Fire Alarm Devices And Facps. This Service Shall Provide All Testing Documentation Required To Meet Joint Commission Requirements And Va Environment Of Care Standards Ec 02.03.05, 1,2,3,4 On Current Nfpa Codes. The Inspection, Testing, And Maintenance Program Of This Contract Shall Satisfy The Requirements Of The Nfpa, Shall Conform To The Equipment Manufacturer S Recommendations, And Shall Verify Reliable Operation Of The Fire Alarm And Fire Protection System.
place Of Performance/place Of Delivery:
sepulveda Ambulatory Care Center
16111 Plummer St, North Hills
ca 91343
los Angeles Ambulatory Care Center
351 East Temple St.
los Angeles, Ca 90012
general Requirements
potential Vendors Must Possess And Provide Proof At Time Of Bid Submission A Valid Copy Of A State Of California Contractor License For The C10 (electrical) And C16 (fire Protection), A Los Angeles City Reg 4 Certification, And An Active Reg4 Account With The City Of Los Angeles Fire Department.â The Vendor Must Also Have Experience With Siemens Fire Alarm Systems.
buildings: Contractor Shall Provide Services At Two Sites Under This Contract.
los Angeles Ambulatory Care Center: One (1) Building At 351 E Temple St. To Have Testing And Inspection To Include The Annual Fire Pump Testing, Annual Fire Alarm Inspection, Quarterly Sprinkler Inspections, And An Annual La City Reg4 Inspection, Testing, And Reporting For The Following:
fire Sprinkler System
standpipe
fire Pump
emergency Power Generator
elevator
sepulveda Ambulatory Care Center: Twenty (20) Buildings At 16111 Plummer St. To Have Testing And Inspection Performed Are Building(s) 01, 07, 10, 20, 22, 23, 24, 25, 40, 44, 45, 46, 47, 62, 63, 99, 103, 200, 201, And 202. Annual Fire Pump Testing And Inspection Shall Be Performed In Building 10 And Building 200; All Buildings Listed Above In This Paragraph Shall Include Annual Fire Alarm Inspection, And Quarterly Sprinkler Inspections. Joint Commission Testing And Reporting Shall Be Performed In Bldgs. 10, 99, & 200.
testing Check List: The Contractor Shall Prepare Documentation For Inventory And Survey Of All Fire Alarm System Components To Be Inspected, Tested, And Maintained In The System. Contractor Shall Use The Form Supplied By The Va And Shall Submit The Completed Forms To The Va Compliance Officer And The Facility Manager.
notification Requirement:
prior To Any Work Commencing On Fire Alarm Systems That Are Part Of This Contract, The Contractor Shall Contact The Va Engineering Facility Manager To Arrange A Site Visit To The Property. Site Visits Will Not Be Allowed Without Prior Notification To The Facility Manager Or Engineering Supervisor. Before Proceeding With Any Testing, All Persons And Facilities Receiving Alarm, Supervisory, Or Trouble Signals And All Building Occupants Shall Be Notified Of The Testing To Prevent Unnecessary Response. The Engineering Department, And Fire Monitoring Company Shall Be Notified By The Contractor When The System Is Taken Out Of Operation And When It Is Returned To Operation.
initial Survey: Contractor Shall Perform An Initial Survey And Visual Inspection At The Beginning Of The Contract Period To Ensure Proper Operation Of All System Components. The Contractor Shall Visually Inspect Fire Alarm System Components For Proper Operation, Position And Condition As Appropriate And As Recommended By Nfpa. The Components Shall Include But Not Be Limited To The Following:
control Equipment: Fire Alarm Systems Monitored For Alarm, Supervisory, And Trouble Signals Fuses, Interfaced Equipment, Lamps And Leds, Primary Power Supply.
batteries (ups), Control Unit Trouble Signals, Fiber Optic Connections.
emergency Voice/alarm Communications Equipment.
sprinkler System Alarm Devices.
initiating Devices Air Sampling, Duct Detectors, Electromechanical Release Devices (magnetic Hold Open Devices), Fire Extinguishing Systems, Fire Alarm Boxes, Heat Detectors, Radiant Energy Fire Detectors, Smoke Detectors, Supervisory Signal Devices Water Flow Devices. Alarm Notification Appliances Supervised.
supervising Station Fire Alarm System Transmitters And Receivers.
after The Initial Inspection Of All Fire Alarm System Components, The Contractor Shall, In Writing, Bring To The Attention Of The Va Facility Any Problems Revealed From The Inspection. Necessary Corrective Action Shall Be Identified In A Written Report And A Proposal With Cost Which Shall Be Completed Within 14 Days And Submitted To The Facility Manager Or Engineering Supervisor.
specific Tasks
all Testing By The Contractor Shall Meet The Following Requirements:
nfpa 25
nfpa 72
la City Reg4
joint Commission
1. Annual Fire Alarm Inspection, Testing, And Reporting For Both Locations And All Buildings Listed Above Within 30 Days Of Contract Award.
2. Annual Sprinkler Inspection, Testing, And Reporting. Inspection Shall Be Performed With 45 Days Of Contract Award.
3. Subsequent Quarterly Sprinkler Inspections, Testing, And Reporting Shall Be Performed Thereafter Within The First Month Of Each Quarter.
annual Fire Pump Inspection, Testing, And Reporting Within 60 Days Of Contract Award.
provide 24/7 365 Days Of Fire Alarm Monitoring By A Ul Listed Central Station, With Billing To Be Quarterly For All Fifteen (15) Accounts.
provide Programing For All Existing Cellular Fire Alarm Dialers Within 15 Days Of Contract Award For The Following Five (5) Building(s): 7,10, 23, 99, & 202.
install And Program Cellular Fire System Dialers For The Following Ten (10) Building(s) At The Start Of The Contract Within 30 Days: Bldgs: 1, 20, 22, 24, 25, 62, 63, 200, 201 & Laacc.
contractor To Provide Emergency Response Time Within 2 Hours Of Notification. Means Of Notification To Be Determined By Agreement Of Both Parties.
performance Monitoring. The Contracting Officer Representative (cor) Will Monitor Contractor Performance And Certify The Work Was Done In Accordance With The Sow.
security Requirements. No Access To The Department Of Veterans Affairs Computer System Is Required. The C&a Requirements Do Not Apply; A Security Accreditation Package Is Not Required.
period Of Performance. The Period Of Performance Will Be From 07/08/2025 To 07/07/2026.
contractor Must Be Compliant With The Quarterly And Annual Inspections For The Fire System Sprinklers And Verify Previous Inspection Reports.
normal Working Hours At The Sites Are 7:00am To 4:30 Pm, Excluding National Holidays.
national Holidays:
new Year S Day January 01
martin Luther King S Birthday Third Monday In January
president S Day Third Monday In February
memorial Day Last Monday In May
juneteenth June 19th
independence Day July 04
labor Day First Monday In September
columbus Day Second Monday In October
veterans Day November 11
thanksgiving Day Fourth Thursday In November
christmas Day December 25
if The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America.
overtime & Holiday Pay: Any Overtime And/or Holiday Pay That May Be Entitled To The Contractor S Employees Shall Be The Sole Responsibility Of The Contractor And Shall Not Be Billed To Nor Reimbursed By The Government.
contractor Will Bill And Be Paid For Actual Services Provided By Contractor Personnel.
contractor Will Not Be Paid For Availability Or On-call Services Unless Otherwise Provided Herein.
7. Contractor Personnel Background Requirements.
a. The Office Of Security And Law Enforcement Provides Department-wide Policy On The
assignment Of Appropriate Position Sensitivity Designations Associated With Department Of Veterans Affairs (va) Positions Involving National Security And Public Trust Responsibilities, And On The Level Of Background Investigations Required For Applicants For, And Incumbents Of, Those Positions. In Addition To Va Employees, The Policy And Investigative Requirements Are Applicable To Contractor Personnel Who Require Access To Va Computer Systems Designated As Sensitive.
b. Personnel Who Require Access To Va Computer Systems Shall Be Subject To All Necessary Background Investigations And Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement To Ensure Compliance With Such Policy. If Such Investigation Has Not Been Completed Prior To Contract Commencement, The Contractor Shall Be Responsible For The Actions Of Those Individuals Performing Under The Contract.
c. Should The Contract Require Contractor Personnel To Maintain U.s. Citizenship, The Contractor Shall Be Responsible For Compliance. Regardless Of U.s. Citizenship Requirements, Contractor Personnel Are Required To Read, Write, Speak, And Understand The English Language, Unless Otherwise Specified In This Contract Or Agreed To By The Government.
d. The Contractor Shall Be Required To Furnish All Applicable Employee Information Required To Conduct The Investigation, Such As, But Not Limited To, The Name, Address, And Social Security Number Of Contractor Personnel. The Va Will Provide All The Necessary Instructions And Guidance For Submission Of The Documents Required To Conduct The Background Investigation. Background Investigations Shall Not Be Required For Contractor Personnel Who Will Not Be Required To Access Va Computer Systems Nor Gain Access To Sensitive Materials.
8. Contractor Personnel
a. The Contractor Shall Provide A Contract Program Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person Shall Be Designated In Writing To The Contracting Officer. The Contractor S Program Manager Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract.
program Manager:
company Name:
address:
contact Name:
phone No:
email:
9. Contractor Employees
a. The Contractor Shall Not Employ Persons For Work On This Contract If Such Employee Is Identified To The Contractor As A Potential Threat To The Health, Safety, Security, General Well-being Or Operational Mission Of The Installation And Its Population.
contract Personnel Shall Be Subject To The Same Quality Assurance Standards Or Exceed Current Recognized National Standards As Established By The Joint Commission (jc).
b. Badge. Contractor Shall Obtain A Contractor I.d Badge From The Va Police. All Contractor Personnel Are Required To Wear I.d Badge During The Entire Time On Va Facility. The I.d Badge Must Have An Identification Picture And Shall State The Name Of The Individual And The Company Represented.
parking: It Is The Responsibility Of The Contract Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Is Available From Va Police & Security Service Office. The Contractor Assumes Full Responsibility For Any Parking Violations.
10. Smoking Is Strictly Prohibited On The Grounds Of Any Vha Facility. Per Vha Directive 1085 Dated March 5, 2019, It Is Vha Policy That All Vha Health Care Facilities, Including Hospitals, Community Clinics, Administrative Offices And Vet Centers, Will Be Smoke-free For Patients, Visitors, Contractors, Volunteers, And Vendors Effective October 1, 2019. There Will No Longer Be Designated Smoking Areas. Adp Security: Protection Of Computer Equipment, Confidentiality Of Patient Information, And The Integrity Of Computer Software/data At All Healthcare Facilities Are Essential. Software Installed On Each Pc Is Copyrighted And Copy Of Software For Use Elsewhere Is Prohibited. In The Event Of A Possible Security Violation, The Healthcare Center S Adp Security Committee Shall Investigate And Recommend Corrective Action To The Appropriate Agency.
11. Insurance Coverage
a. The Contractor Agrees To Procure And Maintain, While The Contract Is In Effect, Workers Compensation And Employee S Public Liability Insurance In Accordance With Federal And State Of California Laws. The Contractor Shall Be Responsible For All Damage To Property, Which May Be Done By Him, Or Any Employee Engaged In The Performance Of This Contract.
b. The Government Shall Be Held Harmless Against Any Or All Loss, Cost, Damage, Claim Expense Or Liability Whatsoever, Because Of Accident Or Injury To Persons Or Property Of Others Occurring In The Performance Of This Contract.
c. Before Commencing Work Under This Contract, The Contracting Officer Shall Require The Contractor To Furnish Certification From His/her Insurance Company Indicating That The Coverage Specified By Far 52.228-5 And Per Far Subpart 28.307-2 Has Been Obtained And That It May Not Be Changed Or Canceled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer.
d. The Contractor Shall Furnish To The Contracting Officer Within Fifteen (15) Days Of Award An Official Certification From The Insurance Company Indicating That The Coverage Has Been Obtained And That It May Not Be Changed Or Cancelled Without Guaranteed Thirty (30) Day Notice To The Contracting Officer. New Certifications Shall Be Furnished At Least Thirty (30) Days Prior To The Expiration Date Of The Current Insurance Policy. The Phrase Will Endeavor Is Not Acceptable Terms To The Government And Such Coverage Carrying That Phrase Will Be Rejected And Services May Not Be Rendered Until Proper Certificate Is Issued.
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At
http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services
2. Far 52.212-3, Offerors Representations And Certifications Commercial Products And
commercial Services
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022)
addendum To Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services Applies To And Is Included With This Acquisition.
Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (sep 2023)
Far 52.212-2, Clauses Incorporated By Reference (feb 1998)
Far 52.203-17, Contractor Employee Whistleblower Rights (nov 2023)
Far 52.204-13, System For Award Management Maintenance (oct 2018)
Far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
Vaar 852.203-70, Commercial Advertising (may 2018)
Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (deviation) (jan 2023)
Vaar 852.215-71, Evaluation Factor Commitments (oct 2019)
Far 52.217-8, Option To Extend Services (nov 1999)
far 52.222-41 Service Contract Labor Standards (aug 2018)
Vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
Vaar 852.242-71, Administrative Contracting Officer (oct 2020)
the Following Subparagraphs Of Far 52.212-5(dev) (dec 2023) Are Applicable: (b)(4), (5), (9), (12), (18), (26), (29), (31), (33), (34), (35), (36), (37), (39), (40), (48), (49), (55), (62), (51), (58), (c)(5).
all Invoices From The Contractor Shall Be Submitted Electronically In Accordance With Vaar Clause 852.232-72 Electronic Submission Of Payment Requests. This Is Accomplished Through The Tungsten Network Located At: Http://www.fsc.va.gov/einvoice.asp This Is Mandatory And The Sole Method For Submitting Invoices.
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At
http://acquisition.gov/comp/far/index.html.
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
all Quoters Shall Submit The Following: All Information Required By Far 52.212-1(b) Submission Of Offers.
all Quotes Shall Be Sent To The Network Contracting Office (nco) Marco.ramos1@va.gov.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Following Are The Decision Factors: Price, Past Performance, Experience.
the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And
conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received No Later Than 05/21/2025, 16:00 Pst To
marco.ramos1@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0850 In Order To Be Considered Respondent.
deadline For Questions Is 16:00 Pm Pdt, Friday, May 09, 2025. No Questions Will Be Accepted After That Point. The Solicitation Will Be Amended With The Answers After Program Poc Provides The Answers.
this Solicitation Is Being Made Under Far 13.106-2(b)(3) Using Simplified Acquisition Procedures. Quotes Should Be Based On The Information Provided As No Discussions Will Be Allowed After This Date.
the Following Contract Provisions Apply To This Acquisition:
Far 52.212-1, Instructions To Offerors-commercial Products And
commercial Services (sep 2023)
addendum To 52.212-1, Instructions To Offerors-commercial Products And
commercial Services Applies To And Is Included With This Acquisition.
Far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
o Http://www.acquisition.gov/far/index.html (far) And
o Http://www.va.gov/oal/library/vaar/index.asp (vaar)
Far 52.204-7, System For Award Management (oct 2018)
Far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
Far 52.204-24, Representation Regarding Certain
telecommunications And Video Surveillance Services Or Equipment (nov 2021)
Far 52.217-3, Evaluation Exclusive Of Options (apr 1984)
Vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By
reference (jan 2008)
(end Of Addendum To Far 52.212-1)
Far 52.212-5, Contract Terms And Conditions Required To Implement
statutes Or Executive Orders Commercial Products And Commercial Services
(dec 2023)
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
(b)(5), (7), (9), (12), (18)(i), (23), (26)(i), (29), (30), (31), (33), (34)(i), (36)(i), (39), (48), (55),
(62), (c)(1), (2), (5), (7), (8).
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And
commercial Services (nov 2023)
addendum To Far 52.212-4, Contract Terms And Conditions Commercial
products And Commercial Services Applies To And Is Included With This Acquisition.
far 52.252-2, Clauses Incorporated By Reference (feb 1998)
far 52.203-17, Contractor Employee Whistleblower Rights (nov 2023)
far 52.204-9, Personal Identity Verification Of Contractor Personnel (jan 2011)
far 52.204-13, System For Award Management Maintenance (oct 2018)
far 52.204-18, Commercial And Government Entity Code Maintenance (aug
2020)
vaar 852.203-70, Commercial Advertising (may 2018)
vaar 852.204-70, Personal Identity Verification Of Contractor Personnel (may
2020)
far 52.217-8, Option To Extend Services (nov 1999)
vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of
compliance For Services And Construction (jan2023) (deviation)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or
executive Orders Commercial Products And Commercial Services (may 2024)
the Following Subparagraphs Of Far 52.212-5 Are Applicable: Subparagraph (b)(5), (9),
(11), (12), (25), (26), (31), (33), (34), (36), (39), (46), (51), (55), (59), (c)(1), (7), And (8).
all Quotes Shall Be Submitted In Accordance With Far 52.212-1, Instructions To
offerors- Commercial Products And Commercial Services . (sep 2023).
all Quotes Shall Be Sent To The Network Contracting Office (nco) 22 Contract
specialist, Marco Ramos At Marco.ramos1@va.gov.
the Award Will Be Made To The Quote Most Advantageous To The Government And Best
meets The Requirement Described In The Statement Of Work.
submissions Shall Include Your Quote, Using The Below Schedule, As Well As A
capabilities Statement With Qualifications Proving All Certifications And Education
required For The Work Being Conducted In The Sow. Submissions Not Meeting All
requirements Of The Sow Will Be Considered Ineligible For Award . A Filled-out
far 52.219-75 Must Also Be Included In The Submission Or It Will Be Considered
Ineligible For Award .
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At
far 52.212- 1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In
writing Via E-mail To The Point Of Contact Listed Below:
point Of Contact:
marco Ramos, Contract Specialist, Marco.ramos1@va.gov.
price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
fire System Testing And Inspection Sepulveda
pop Begin: 07-08-2025
pop End: 07-07-2026
4.00
qtr
__________________
__________________
0002
fire System Testing And Inspection Laacc
4.00
qtr
__________________
__________________
0003
fire System Annual Monitoring
pop Begin: 07-08-2025
pop End: 07-07-2026
4.00
qtr
__________________
__________________
0004
fire System Cellular Dialer Installation
4.00
qty
__________________
__________________
this Contract/po Incorporates Department Of Labor (dol) Wage Determination (wd) 2015-5613 (rev28), Dated 12/23/2024.
the Wage Determination Can Be Found At Https://sam.gov.
Closing Date21 May 2025
Tender AmountRefer Documents
Department Of Education Division Of Sultan Kudarat Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Invitation To Bid Project No.: (25-01-01) Procurement Of Tvl Tools - Cookery (6 Schools) 1. The Department Of Education (deped) Division Of Sultan Kudarat, Through The Cy 2024 Government Appropriations Act (gaa), Intends To Apply The Sum Of Four Million Two Hundred Seventeen Thousand Eight Hundred Ninety-five Pesos (p4,217,895.00), Being The Approved Budget For The Contract (abc), To Eligible Payments Under The Contract For Procurement Of Tvl Tools - Cookery (6 Schools) Under Republic Act 11975 –fy 2024 Gaa. Bids Received That Exceed The Abc Shall Be Rejected At Bid Opening. Lot 1 Stock/ Property No. Unit Item Name Design Specification Quantity Unit Cost Total Cost 1 Pc Apple Corer Type: Apple Corer Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe (must Be Branded) 24 1,264.00 30,336.00 2 Pc Bain Marie, Table Type: Bain Marie Table (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Must Be Branded Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v (must Be Branded) 12 44,303.00 531,636.00 3 Pc Blender, Electric Type: Blender Machine Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades (must Be Branded) 6 5,600.00 33,600.00 4 Pc Board, Chopping/ Cutting, Plastic Type: Cutting Board Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Must Be Branded Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe / Must Be Branded 96 1,408.00 135,168.00 5 Pc Boiler, Double Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) Must Be Branded 6 5,120.00 30,720.00 6 Pc Braising Pan, Medium Type: Braising Pan Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 48 10,800.00 518,400.00 7 Pc Can Opener Type: Can Opener Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs (must Be Branded) 6 1,278.00 7,668.00 8 Pc Cart, Utility Type: Utility Cart Body Shape: Rectangular Material: Plastic, Polypropylene(pp) Dimension: (l X W X H) 84 Cm X 43 Cm X 95 Cm (minimum) Capacity: 330 Lbs (150 Kg) Loads (minimum) Three (3) Shelving With At Least 25 Cm Distance Between Shelves Tub Shelf Measure (l X W X D) 84 Cm X 43 Cm X 7 Cm (minimum) With Four (4) Swivel Caster, 10 Cm Diameter, Two Which Have Locking Brakes Preferably With A Packing Case Easy Grip Handles On Each End Of Cart (must Be Branded) 6 5,280.00 31,680.00 9 Pc Casserole, Medium Type: Casserole Pot Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case )must Be Branded) 24 4,000.00 96,000.00 10 Pc Casserole, Small Type: Casserole Pot Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 72 2,400.00 172,800.00 11 Pc Colander, Medium Type: Colander, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm (must Be Branded) 12 400.00 4,800.00 12 Pc Colander, Small Type: Colander (small) Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe (must Be Branded) 48 240.00 11,520.00 13 Set Cup, Measuring (for Solid) Type: Measuring Cup Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe 48 192.00 9,216.00 14 Pc Dispenser, Paper Towel Type Paper Towel Dispenser Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box 24 1,248.00 29,952.00 15 Pc Fan, Electric Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, (must Be Branded) 6 4,480.00 26,880.00 16 Pc Fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 6 1,760.50 10,563.00 17 Pc Fish Poacher, Medium Type: Fish Poacher Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 6 6,400.00 38,400.00 18 Pc Fork, Carving Type: Carving Fork Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case (must Be Branded) 18 2,080.00 37,440.00 19 Pc Fork, Kitchen Type: Kitchen Fork Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End 48 64.00 3,072.00 20 Pc Frying Pan, Large Type: Frying Pan (large) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 20 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f (must Be Branded) 12 4,000.00 48,000.00 21 Pc Frying Pan, Medium Type: Frying Pan (medium) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferablywith A Packing Case (must Be Branded) 48 1,920.00 92,160.00 22 Pc Frying Pan, Small Type: Frying Pan (small) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f. The Item Must Have Good Quality 24 1,280.00 30,720.00 23 Pc Funnel, S/s, Medium Type:stainless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe. The Item Must Have Good Quality 24 192.00 4,608.00 24 Pc Funnel, S/s, Small Type: Stanless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe. The Item Must Have Good Quality 24 128.00 3,072.00 25 Pc Garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: Diameter-26 Cm X Height-47 Cm (minimum) Capacity: 4 Gallons (minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With A Packing Case Color: Any Color 24 160.00 3,840.00 26 Pc Glass Rack Type: Glass Rack Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case. The Item Must Have Good Quality 72 400.00 28,800.00 27 Pc Knife, Boning Type: Flexible Boning Knife Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe. The Item Must Have Good Quality 12 912.00 10,944.00 28 Pc Knife, Chef Type: Chef's Knife Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum). The Item Must Have Good Quality 60 400.00 24,000.00 29 Pc Knife, Cleaver Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets.the Item Must Have Good Quality 24 640.00 15,360.00 30 Pc Knife, Oyster Type: Oyster Knife Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum). The Item Must Have Good Quality 24 288.00 6,912.00 31 Pc Light, Emergency Emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector. The Item Must Have Good Quality 6 1,440.00 8,640.00 32 Pc Meat Slicer, Small Type: Meat Slicer Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v ( Must Be Branded) 6 2,080.00 12,480.00 33 Pc Pan, Roasting Type: Roasting Pan Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack.. The Item Must Have Good Quality 24 840.00 20,160.00 34 Pc Peeler, Y-type Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum). The Item Must Have Good Quality 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case 48 240.00 11,520.00 35 Set Pepper And Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case 48 560.00 26,880.00 36 Pc Piping Bag Type : Piping Bag Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) 48 110.00 5,280.00 37 Pc Plate Rack Type: Plate Rack Body Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum)..the Item Must Have Good Quality 72 1,280.00 92,160.00 38 Pc Preparation Table With Sink Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) (must Be Branded) 30 19,200.00 576,000.00 39 Pc Pressure Cooker Type: Pressure Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring. The Item Must Have Good Quality 6 960.00 5,760.00 40 Pc Scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) 48 65.00 3,120.00 41 Pc Scooper, Ice Cream Type: Ice Cream Scooper Body Shape: Round Material: Stainless Steel Scoop: Diameter- 5 Cm X Deep-2.5 Cm (minimum) Handle Length: 10 To 12 Cm 12 400.00 4,800.00 42 Pc Siever, Small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case 48 112.00 5,376.00 43 Pc Skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case 48 112.00 5,376.00 44 Pc Skimmer, Spider Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe 48 320.00 15,360.00 45 Pc Soup Cup Rack Type: Soup Cup Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments 72 560.00 40,320.00 46 Pc Soup Ladle, 3 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded 12 192.00 2,304.00 47 Pc Soup Ladle, 6 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 48 240.00 11,520.00 48 Pc Soup Ladle, 8 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case 18 270.00 4,860.00 49 Pc Soup Ladle,12 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 48 400.00 19,200.00 50 Pc Spatula Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 192.00 9,216.00 51 Pc Spoon, Kitchen Type: Kitchen Spoon Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded. 48 64.00 3,072.00 52 Pc Spoon, Kitchen (slotted) Type: Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type With Slot At Least 6 Rectangular Slots Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe 48 432.00 20,736.00 53 Set Spoon, Measuring Type: Measuring Spoon Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 48 128.00 6,144.00 54 Pc Spoon, Parisienne Type: Parisiennes Spoon Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop 48 368.00 17,664.00 55 Pc Spoon, Serving Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 144 98.00 14,112.00 56 Pc Spoon, Wooden Type: Wooden Spoon Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges 48 121.00 5,808.00 57 Pc Stock Pot, Large Type: Stock Pot, Large Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) Capacity: 20 Quarts (22.7 Liters) Oven Safe To 350⁰f And Dishwasher Safe. With Aluminum Disc Layer In Bottom For Even Heat (5 Mm Aluminum. The Item Must Have Good Quality 12 1,808.00 21,696.00 58 Pc Strainer Chinois, Medium Type: Strainer Chinois, Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 18 4,800.00 86,400.00 59 Pc Strainer Chinois, Small Strainer Chinois, Small Body Shape: Conical Material: Stainless Steel Strainer Diameter: 14 Cm (minimum) Strainer Depth: 13 Cm (minimum) Handle Length: 15 Cm (minimum) With 1 Mm (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 18 4,000.00 72,000.00 60 Pc Strainer Medium, Fine Type: Strainer, Medium Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Strainer’s Two Layers Of Tightly Woven Mesh Catches Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 320.00 15,360.00 61 Pc Strainer Small, Fine Type: Strainer, Small Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 280.00 13,440.00 62 Pc Table, Working Type: Working Table, Stainless Steel Body Shape: Rectangular Material: 304 Stainless Steel, 1.29 Mm Thick (gauge 16) Minimum Length: 1220 Mm (minimum) Width: 700 Mm (minimum) Height: 850 Mm (minimum) Tubular Stainless Steel Legs, 38mm (minimum) With 4 Adjustable Bullet Feet Fully Welded Construction Thickness:gauge 16 (1.29 Mm Thick) Minimum Stainless Steel Table Top With Stainless Steel Undershelf Distance Between Table Top And Undershelf Is 650 Mm (minimum) Preferably With A Packing Case Or Crate No Sharp Edges And Rough Surfaces Must Be Branded. 12 24,000.00 288,000.00 63 Pc Tenderizer, Medium Type: Tenderizer Body Shape: Ergonomic Material: Cast Aluminum Overall Length: 26 Cm (minimum) Dual-sided Hammer, Square Head: 6 Cm X 6 Cm (minimum) Ridged Surface With Rows Of Dull, Pyramid-shaped Spikes Weight: 250 Grams To 500 Grams Preferably With A Packing Case Dishwasher Safe Must Be Branded 48 288.00 13,824.00 64 Pc Thermometer, Pocket /pin Type: Pocket/pen Thermometer Body Shape: Tubular Pen Style Digital Thermometer Product Size: 100 Mm X 40 Mm X 14 Mm (minimum) Display Size: 40 Mm X 20 Mm (minimum) Prove Length: 200 Mm (minimum) Measuring Range: -50 °c To 300 °c (-58 ⁰f To 372 ⁰f) Resolution: 0.1 °c / 0.2 °f 18 240.00 4,320.00 65 Pc Tong, 12 Inches Type: Tong , 12 Inches Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 48 210.00 10,080.00 66 Pc Tong, 8 Inches Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe 60 128.00 7,680.00 67 Pc Tray, Baking, Small Type: Baking Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) Body Thickness: 0.7- 1.0 Mm Preferably With Packing Case Dishwasher Safe Must Be Branded. 48 176.00 8,448.00 68 Pc Tray, Utility Type: Utility Tray Body Shape: Rectangular Material: Stainless Steel Dimension: Length- 48 Cm X Width-32 Cm X Height-2.5 Cm (minimum) Reinforced Edges Finish: Polished Preferably With A Packing Case Washable And Oven Safe 72 128.00 9,216.00 69 Pc Tube, Pastry Type: Pastry Tubes Body Shape: Tube In Different Shape Of Nozzles Material: Stainless Steel Set Contain: 24 Different Shapes Of Nozzles (minimum) Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Stars, Leaves And Other Designs. Must Be Branded 48 5,520.00 264,960.00 70 Pc Turner 3" X 6" Type: Slotted Turner, 3" X 6" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded 48 2,880.00 138,240.00 71 Pc Weighing Scale, 1 Kg, Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) 24 1,600.00 38,400.00 72 Pc Weighing Scale, 5 Kilograms, Mechanical Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded 18 2,400.00 43,200.00 73 Pc Wire Skimmer, Small Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded. 54 318.00 17,172.00 74 Pc Wire Whisk, Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 12 368.00 4,416.00 75 Pc Wire Whisk, Medium Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 60 304.00 18,240.00 76 Pc Wire Whisk, Small Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 54 304.00 16,416.00 77 Pc Wok, Medium Type: Wok, Medium Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 12 5,601.00 67,212.00 78 Pc Wok, Small Type: Wok, Small Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 24 2,080.00 49,920.00 79 Pc Zester Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded. 48 690.00 33,120.00 Certified Allotment Available: Total 4,217,895.00 2. Deped-division Of Sultan Kudarat, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above-mentioned Procurement Project. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid. 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 Non- Discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships/partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interests Or Outstanding Capital Stocks Belonging To Citizens Of The Philippines. 5. A Complete Set Of Bidding Documents May Be Acquired Or Purchased At Deped-division Of Sultan Kudarat Bac Secretariat, Located At National Hi-way Brgy, Kenram, Isulan, Sultan Kudarat Upon Accomplishing A Bidder’s Information Sheet And Payment In Cash Of A Non-refundable Fee By Interested Bidders In The Amount Of Five Thousand Pesos (php5,000.00) Per Lot To The Division Cashier. Only Bidders Who Purchased The Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). It May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.net, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped- Division Of Sultan Kudarat Will Be Having The Following Procurement-related Activities. Activity Date & Time Venue Issuance Of Bidding Documents January 15–february 04, 2025 Division Office, National High-way,brgy Kenram, Isulan, Sul. Kudarat Pre-bid Conference January 23, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat Submission And Opening Of Bids February 04, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat 7. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.net, For Them To Be Included In The Document Request List Of The Project. 8. Bids Must Be Delivered To The Address And On The Date And Time Stated Herein. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of The Bid Security. 9. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Opening Of Bids At The Address Stated Herein. Late Bids Shall Not Be Accepted. 10. Deped Division Of Sultan Kudarat Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s), Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Melvin P. Fortuna Chairperson, Bac Secretariat Department Of Education
Closing Date4 Feb 2025
Tender AmountPHP 4.2 Million (USD 72.1 K)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Modification #1
the Purpose Of This Modification Is Add The Complete Solicitation With The Clauses. Reference Attached File "1a 1305m325q0041 Prism With Clauses."
******
construction Project – Parking Lot Sealcoat Treatment And Striping In Accordance With The Statement Of Work.
total Small Business Set-aside Per Far Part 13 Under The Simplified Acquisition Threshold (sat). Firm Fixed-price Contract Will Be Awarded Per The Trade-off Criteria In Car 1352.213-70. See The Attached Full Sf 18 Construction Clauses And Provisions With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. New Contract, No Incumbent.
bonding/loc Will Be Required Unless Your Quote Is Under $35k.
period Of Performance
work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement.
place Of Performance:
pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204
las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139
the General Decision (gd) Id20240091, Posted On 02/16/2024 And Nv20240058, Posted On 09/20/2024 Will Be Incorporated And May Be Viewed At Www.sam.gov
see The Attached Sf 18 Construction Template With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award.
the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.
construction Purchase Order Clauses
(fixed-price)
updated Through Fac 2025-02 (jan 2025)
far 36.204 Disclosure Of The Magnitude Of Construction Projects
the Magnitude Is Between $25,000 And $100,000.
utilization Of Fedconnect® For Contract Administration
the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.
(end)
car 1352.215-72 Inquiries (apr 2010)
offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Marilyn.herrera@noaa.gov. Questions Should Be Received No Later Than 4:00 P.m. On 01/17/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.
(end Of Clause)
far 52.236-27 Site Visit (construction) (feb 1995)
(a) The Clauses At 52.236-2, Differing Site Conditions, And 52.236-3, Site Investigations And Conditions Affecting The Work, Will Be Included In Any Contract Awarded As A Result Of This Solicitation. Accordingly, Offerors Or Quoters Are Urged And Expected To Inspect The Site Where The Work Will Be Performed.
(b) Site Visits May Be Arranged During Normal Duty Hours By Contacting:
name: Mike Kent
email: Mike.kent@noaa.gov
phone: 805-889-0645
(end Of Provision)
a Site Visit Is Highly Recommended But Not Required. Vendors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.
car 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (apr 2010)
the Government Intends To Award A Trade-off, Firm Fixed Price Purchase Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And Non-price Factors With Payment Terms Of Net 30.
the Evaluation Will Consider The Non-price Technical Solution (technical Approach, Capability, Experience And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factors, Price Becomes More Important.
the Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds.
the Government May Award To Other Than The Lowest-priced Vendor Or The Vendor With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability.
the Following Factors Are Listed In Order Of Importance And Will Be Used To Evaluate Quotations:
technical Approach And Capability.
the Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)
experience.
the Offeror's Background, Experience, And Qualifications (relevant Past Projects Performing Similar Services, Certifications Related To Current Requirement, Etc.) Will Be Assessed To Determine The Likelihood That The Offeror Can Successfully Perform The Contract Requirements. Offeror Must Have Knowledge And Experience With Parking Lot Sealcoat Treatment And Striping.
past Performance.
quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work.
the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.
the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.
offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance.
price.
the Quoted Prices Will Be Evaluated But Not Scored. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution.
period Of Performance: Work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement.
warranty In Writing For Parts And Labor.
(end Of Provision)
car 1352.213-71 Instructions For Submitting Quotations Under The Simplified Acquisition Threshold—non-commercial (apr 2010)
(a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code And Small Business Size Standard For This Acquisition Is 238990 And $19.0m.
(b) Submission Of Quotations. Submit Quotations To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. At A Minimum, Quotations Must Show–
(1) The Solicitation Number;
(2) The Name, Address, And Telephone Number Of The Offeror;
(3) Acknowledgment Of Solicitation Amendments;
(4) A Technical Description Showing That The Offeror Can Supply The Requirements In The Specifications Or Statement Of Work In Sufficient Detail To Allow The Government To Evaluate The Quotation In Accordance With The Evaluation Factors Stated In The Solicitation.
(5) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Reference Information (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information).
(6) Price And Any Supporting Details For The Price, As Requested In The Solicitation.
(c) Offerors Are Responsible For Submitting Quotations And Any Modifications Thereto, So As To Reach The Government Office Designated In The Solicitation By The Time Specified. The Offeror's Initial Quotation Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Accept Other Than The Lowest Quotation; And Waive Informalities And Minor Irregularities In Quotations Received.
(end Of Provision)
statement Of Work
parking Lot Sealcoat Treatment And Striping
background:
the National Weather Service (nws), Weather Forecast Office (wfo’s) In Pocatello, Id And Las Vegas, Nv Have Parking Lots That Have Not Been Resealed In 10-15 Years And Are In Severe Need Of Treatment. The Existing Surface Has Deteriorated With Large Cracks.
general Intention:
to Obtain The Services Of Crack Repair, Seal Coat And Re-striping Parking Stalls To Include One Handicap Stall With Handicap Symbol.
general Requirements:
the Contractor Shall Provide All Supervision, Labor, Tools, Materials And Equipment Necessary To Perform Work As Stated. All Work And Materials Supplied Shall Be In Accordance With These Instructions, Manufacturer’s Specification, All Applicable Federal, State, Local, Osha, Epa, Nec, Nfpa, Building And Facilities Codes And Criteria.
the Contractor Shall:
3.1. Provide, As Necessary, Sufficient Traffic Barricades While The Work Is In Progress To Restrict Access To The Work Area Until The Sealer Application And Re-striping Work Is Completed. Remove The Barricades Only After Notifying The Contracting Officer’s Representative (cor) That The Work Is Complete And Vehicle Access Is Authorized.
3.2. Contractor Shall Verify All Measurements Stated Below For Wfo Specifications.
Total Asphalt Area For Each Site Is Listed Below.
pocatello, Id - 14,350 Ft2
las Vegas, Nv - 14,500 Ft2
3.3. The Material Used Is Within Its Manufacturer Stated Shelf Life; Proof Of Shelf Life Shall Be Provided To The Cor.
3.4. Prior To Surface Cleaning, Clean Out All Cracks Using Compressed Air, And Seal All Cracks Between 1/8” To 2” In The Pavement Using An Approved Crack Sealant. The Crack Sealant Shall Be Compatible With The Surface Sealer Being Applied To The Asphalt Paved Areas Of This Project.
3.5. Repair Cracks That Are Larger Than 2” In Width By Saw Cutting. Remove 6” Of Old Material On Each Side Of The Crack (1 Foot In Total). Pack Removed Area With New Asphalt.
3.6. Before Applying The Sealer, All Foreign Material Shall Be Removed From The Surfaces To Be Treated Including Stall Striping Tape, Loose Material, Dirt, Clay, Oil And Grease Spots. Oil And Grease Spots Shall Be Cleaned And Spot Primed. After The Cleaning Operation And Prior To Application Of The Sealer, The Contractor Will Inspect The Area To Be Treated To Determine Its Ability To Receive The Sealer.
3.7. The Asphalt Sealer Shall Be Of A Type That Has Been Used Commercially In The Specified Areas For At Least The Past Three Years. The Sealer Shall Also Have A Proven Record Of Satisfactory Performance Based On The Ability Of The Material To Reduce The Rate Of Loss Of Fines And To Retard Crack Propagation Of The Pavement.
3.8. All Pavement Markings Which Existed Prior To The Application Of The Surface Sealer Shall Be Reestablished By The Contractor After The Manufacturer-recommended Curing Period. All Guidelines And Templates Shall Be Furnished By The Contractor. Finished Edges Of All Markings Shall Be Sharply Outlined. Paint Colors Shall Be Those As Specified By The American Association Of State Highway And Transportation Officials (aashto) For The Intended Use.
attachments
pocatello Wfo Drawing
las Vegas Wfo Drawing
submittal Requirements:
the Contractor Shall Provide Electronic Copy Of Each Required Submittal In Accordance With The Below Schedule:
deliverable
objective
due
deliver To
specification Sheets Describing In Detail The Marking Paint To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
specification Sheets Describing In Detail The Crack Sealing Material To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
specification Sheets Describing In Detail The Surface Sealing Material To Be Used For All Sites
determine Material To Be Used
within 10 Days Of Awarded Contract
cor
work Schedule, With Start And Completion Dates
coordinate Scheduling With Nws
within 3 Days Of Awarded Contract, Or Before Work Begins
cor
designation Of On-site, Job-site Supervisor And Contact Information
provide A Primary Point Of Contact (poc) To Nws
contract Award
cor
1-year Warranty Documentation
warranty Parts And Labor
upon Acceptance Of Work
contracting Officer (co)
sds (safety Data Sheet)
list Any Hazardous Material That Will Be Used In Performance Of This Contract. Ref. Far 52.223-3 And Fed-std-313e
within 3 Days Of Awarded Contract, Or Before Work Begins, Whichever Occurs First
co/cor
location:
project Is To Be Completed On The Below Premises.
pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204
las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139
period Of Performance:
work Must Begin Within Ten (10) Business Days Of Award Of The Purchase Order; “work” Includes Ordering Materials Not Already In Stock And Necessary To Perform The Work. On Site Work Shall Be Completed Within Two Hundred And Forty (240) Calendar Days Of Receipt Of All Necessary Materials.
definitions:
where “as Shown”, “as Indicated”, “as Detailed”, Or Words Of Similar Import Are Used, It Shall Be Understood That Reference To The Drawings Accompanying This Specification Is Made Unless Stated Otherwise.
where “as Directed”, “as Required”, “as Permitted”, “approved”, “acceptance”, Or Words Of Similar Import Are Used, It Shall Be Understood That The Direction, Requirements, Permission, Approval, Or Acceptance Of The Co Is Intended Unless Stated Otherwise.
as Used Herein, “provided” Shall Be Understood To Mean “provided Complete In Place”, That Is “furnished And Installed”.
regular Working Hours:
regular Working Hours Are From 0700 To 1600 Monday Through Friday Except Federal Holidays And Other Days Specifically Designated By The Designated Representative. “regular Working Hours” Means Hours A Contractor Can Expect To Be Allowed To Perform Work On Site, Or Be Able To Contact The Office. Anything Outside Regular Working Hours Must Be Done By Permission Of The Cor.
observance Of Legal Holidays And Site Closure Information
the Contractor Shall Observe Any Federal Holidays If The Holiday Falls Within The Period Of Performance Of This Contract.
when Any Holiday Falls On A Saturday, The Preceding Friday Is Observed; When Any Holiday Falls On A Sunday, The Following Monday Is Observed. All Personnel Assigned To This Contract Shall Limit Their Observation Of Holidays To Those Set Forth Above.
in Each Instance, The Contractor Agrees To Continue To Provide Sufficient Personnel To Perform Requirements Of Any Critical Tasks Already In Operation Or Scheduled, And Shall Be Guided By The Instructions Issued By The Cor. In The Event Of A Site Dismissal Or Closure Due To Weather, Emergency Or Other Circumstances, The Contractor Is Instructed To Contact The Cor.
2025 Holiday Schedule
date
holiday
wednesday, January 01
new Year’s Day
monday, January 20
birthday Of Martin Luther King, Jr.
monday, January 20*
inauguration Day
monday, February 17**
washington’s Birthday
monday, May 26
memorial Day
thursday, June 19
juneteenth National Independence Day
friday, July 04
independence Day
monday, September 01
labor Day
monday, October 13
columbus Day
tuesday, November 11
veterans Day
thursday, November 27
thanksgiving Day
thursday, December 25
christmas Day
*this Holiday Is Designated As "inauguration Day" In Section 6103(c) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Federal Employees In The Washington, Dc, Area Are Entitled To A Holiday On The Day A President Is Inaugurated On January 20th For Each Fourth Year After 1965.
**this Holiday Is Designated As "washington's Birthday" In Section 6103(a) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Though Other Institutions Such As State And Local Governments And Private Businesses May Use Other Names, It Is Our Policy To Always Refer To Holidays By The Names Designated In The Law.
conduct Of Work
the Contractor Must Ensure Employees Are Physically Able To Accomplish The Work Specified Herein. All Such Employees Working On Government Premises Are Subject To All Applicable Federal Rules And Regulations With Regard To Entering And Leaving The Premises And Building(s). Any Contractor Employee Who Is Considered Incompetent, Careless, Insubordinate, Unsuitable, Or Otherwise Objectionable Or Whose Continued Employment Is Contrary To The Public Interest By The Government’s Designated Representative Will Be Promptly Removed From The Contract Work Upon Notification To The Contractor By The Contracting Officer That Such Conditions(s) Described Above Exist. Onlylegal Us Citizens And Immigrants Are Allowed To Work On Federal Government Construction Projects.
safety Requirements:
all Work Shall Be Conducted In A Safe Manner And Shall Comply With Station Regulations And Department Of Labor Standards. The Government Will Not Provide Safety Equipment To The Contractor. The Contractor’s Work Site May Be Inspected During Performance Of The Contract For Osha And Station Safety Violations. It Will Be The Contractor’s Responsibility To Rectify Any Violations Immediately.
the Contractor Shall Report Any Accidents That Occur During The Performance Of The Contract To The Co Or A Designated Representative, Within 24-hours Of An Occurrence.
provide And Maintain Fire Extinguishers In Construction Areas. Flammable And Combustible Liquids: Store, Dispense And Use Liquids In Accordance With 29 Cfr 1926, Nfpa 241 And Nfpa 30.
security Requirements:
all Personnel Performing Work Under This Contract Shall Be Legal Citizens Or Legal Immigrants Of The United States.
identification Of Contractor Vehicles:
each Contractor Provided Vehicle Shall Show The Contractor’s Name That Is Clearly Visible And Let The Administrative Assistant At The Front Desk Know What Vehicle Belongs To You As The Contractor. Display A Valid State License Plate And Safety Inspection Sticker, If Applicable. Contractor Vehicles Operated On Government Property Shall Be Maintained In Good Repair.
station Regulations:
the Contractor And His Employees Shall Become Acquainted With And Obey All Government Regulations As Posted, Or As Requested By The Cor.
government-furnished Equipment, Utilities, And Facilities:
a Designated Representative Will, Upon Request, Designate Specific Areas Adjacent To The Building And Within The Existing Parking Lot, Specific Areas For The Delivery And Lay-down Of Materials And Equipment To Be Used By The Contractor Specific To This Work. Utilities, Such As Electricity Specific To This Work Will Be Supplied By The Government.
cleanup:
the Premises Shall Be Kept Free At All Times From Accumulation Of Waste And/or Rubbish Resulting From The Work. Upon Completion Of The Work, All Debris, Tools And Surplus Materials Shall Be Removed And The Entire Area Shall Be Left In A Neat And Clean Condition. All Debris, Trash, Waste And Surplus Material Shall Be Properly Disposed Of Off-site.
points Of Contact:
to Be Provided At Time Of Award.
invoicing:
upon Completion And Acceptance Of The Work, The Invoice Shall Be Submitted Via The Invoice Processing Platform (ipp). The Nws Designated Representative To Certify For Payment Is To Be Provided At Time Of Award.
construction Order Certifications And Other Statements Of Offerors
(fixed-price)
***note: Offeror Must Complete And Return This Section With Quote.***
order/contract Number: 1305m325q0041
name Of Offeror: ____________________________________
asbestos-containing Materials Certification
the Offeror Hereby Certifies That No Asbestos-containing Materials, Products Or Supplies Will Be Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Proposed Contract. The Offeror Also Certifies, That If Awarded The Contract, They Will Be Responsible For The Cost Of Removal Of All Asbestos-containing Materials, Products Or Supplies Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Contract, And The Cost For Remediation Of Any Hazard Created.
offeror Name: ________________________________________
certifying Official (vendor Signs)
signature:
printed Name:
title:
date:
authorized Negotiator(s)
the Offeror Or Respondent Represents That The Following Persons Are Authorized To Negotiate On Its Behalf With The Government In Connection With This Request For Offer:
name
title
telephone Number
Closing Date21 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Dipolog City Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Purchase Request Department Of Education Dipolog City Division Department: Deped, Dipolog City Pr No: Date : 02/07/25 Section: Cid - Ims Sar. No: Date: Stock No: Unit: Item Description Quantity Estimated Total Cost Unit Cost 1 Pc "apple Corer Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe " 4 1,200.00 4,800.00 2 Pc "bain Marie Table Type: Bain Marie Table (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v Power: 1500 Watts (minimum) Heater: U Shaped Heat Pipes, High Efficient Capacity 4 Pans: L X W X D: (530 Mm X 325 Mm X 150 Mm (minimum) And Lids Temperature Range: 20-110 Degrees Centigrade Precise Temperature Control Switch And Pilot Bulb Drain Valve With Attached Gate Valve 1/2 Inch No Rough Surfaces And Rough Edges Accessories: 4 Pcs Pans With Lid Preferably With Packing Case Comes With An English Manual That Contain: Operation Guide, Safety Guide,maintenance / Troubleshooting Procedure. The Offered Brand Of The Item Must Be An International Brand With At Least 5years Presence At The Local Market And Global Presence In The Usa, Europe Or Japan Market. Warranty Period Of 1 Year (parts) And 3 Years (service) With Service Centers Located In Major Cities In The Philippines" 1 8,400.00 8,400.00 3 Pc "blender, Electric Type: Blender Machine Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades Capacity: 1.5 Liters To 2 Liters With 5 To 10 Push Button Speed Setting With Pulse Control Switch Preferably With Packing Case With English Manual That Contain: Operation Guide, Maintenance Andtroubleshooting Procedure With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or Japan Market. Warranty Period Of 1 Year (parts And Service)" 3 2,812.50 8,437.50 4 Pc "board, Chopping / Cutting, Plastic (heavy Duty) Type: Cutting Board Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe " 16 1,250.00 20,000.00 5 Pc " Boiler, Double Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) Must Be A Set Which Includes One (1) Saucepan, One (1) Boiler, And One (1) Lid With Stainless Steel Handle And Smooth Surfaces With No Sharp Edges" 2 1,264.00 2,528.00 6 Pc "braising Pan, Medium Type: Braising Pan Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case Oven-safe Up To 500 ⁰ F; Broiler, Freezer, And Dishwasher-safe Warranty Period Of 1 Year (parts And Service)" 8 2,500.00 20,000.00 7 Pc "can Opener Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs Includes Hanging Loops On The End Of Each Handle Double Round Handles That Are Comfortable And Easy To Grip With Rotating Wheel And Counter Rotating Serrated Wheel Preferably With Packing Case Cutting Mechanism Leaves A Smooth Edge On The Can For Your Safety" 2 1,011.25 2,022.50 8 Pc "casserole, Medium Type: Casserole Pot Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case Dishwasher Safe" 4 2,250.00 9,000.00 9 Pc "casserole, Small Type: Casserole Pot Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case Dishwasher Safe" 12 1,416.00 16,992.00 10 Pc "colander, Medium (stainless Teel) Type: Colander, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With A Packing Case Food Grade And Dishwasher Safe" 2 963.75 1,927.50 11 Pc "colander, Small (stainless Teel) Type: Colander (small) Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe" 4 717.50 2,870.00 12 Set "cup, Measuring (set For Solids) Type: Measuring Cup Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe" 8 832.00 6,656.00 13 Pc "dispenser, Paper Towel (wall Mounted) Type Paper Towel Dispenser Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box Comes With 4 Pcs Screw, 4 Pcs Tox For Mounting And 1 Pc Key To Preventrandom Opening Preferably With A Packing Case The Plastic Material Used Must Be Non-toxic" 4 1,800.00 7,200.00 14 Pc "fan, Electric Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service" 2 5,502.00 11,004.00 15 Pc "fire Extinguisher (with Content) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality" 3 3,902.00 11,706.00 16 Pc "fish Poacher, Medium Type: Fish Poacher Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Includes Stainless Steel Lid With Handle And Removable Insert Dimensions Of The Insert (l X W X D): 42 Cm X 13 Cm X 1.5 Cm (minimum) With Handle Preferably With A Packing Case Easy Care, Dishwasher Safe" 2 3,386.25 6,772.50 17 Pc "fork, Carving Type: Carving Fork Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case Dishwasher Safe" 3 800.00 2,400.00 18 Doz "fork, Kitchen Type: Kitchen Fork Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End Preferably Witha Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe" 8 1,262.00 10,096.00 19 Pc "frying Pan, Large Type: Frying Pan (large) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 20 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f" 2 3,780.00 7,560.00 20 Pc "frying Pan, Medium Type: Frying Pan (medium) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferablywith A Packing Case Oven Safe Up To 250⁰f" 8 3,500.00 28,000.00 21 Pc "frying Pan, Small Type: Frying Pan (small) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f" 12 2,266.00 27,192.00 22 Pc "funnel, Medium (stainless Steel) Type:stainless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe" 4 188.75 755.00 23 Pc "funnel, Small (stainless Steel) Type: Stanless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe" 4 152.25 609.00 24 Pc "garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: Diameter-26 Cm X Height-47 Cm (minimum) Capacity: 4 Gallons (minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With A Packing Case Color: Any Color Smooth And No Rough Surfaces " 4 1,864.00 7,456.00 25 Pc "glass Rack Type: Glass Rack Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case The Plastic Material Used Must Be Non-toxic" 12 3,616.00 43,392.00 26 Doz "ice Cream Scooper Type: Ice Cream Scooper Body Shape: Round Material: Stainless Steel Scoop: Diameter- 5 Cm X Deep-2.5 Cm (minimum) Handle Length: 10 To 12 Cm With Trigger Spring Handle And Scoop Scraper Mechanism Easy Grip And Durable Preferably With A Packing Case The Materials Used Must Be Food Grade And Non-toxic. Dishwasher Safe And Rust Free Must Be Branded." 2 1,250.00 2,500.00 27 Pc "knife, Boning Type: Flexible Boning Knife Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe " 8 1,000.00 8,000.00 28 Pc "knife, Chef Type: Chef's Knife Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum) Cutting Edge: Straight, Pointed End Handle: Triple Riveted Plastic (polypropylene) Preferably With Packing Case The Plastic Material Used Must Be Non-toxic Dishwasher Safe Must Be Branded." 10 1,000.00 10,000.00 29 Pc "knife, Cleaver Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets Blade Thickness: 3 Mm (minimum) Blade Width: 12 Cm (minimum) Preferably With Packing Case The Plastic Material Used Must Be Non-toxic Dishwasher Safe Must Be Branded" 2 1,400.00 2,800.00 30 Pc "knife, Oyster Type: Oyster Knife Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded" 4 1,200.00 4,800.00 31 Pc "light, Emergency Emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 "" Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item." 3 1,401.00 4,203.00 32 Pc "meat Slicer, Small Type: Meat Slicer Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v Power Rated: 150 Watts (minimum) Adjustment Slicing /cutting Thickness: 0 - 20 Mm Thick Complete With Push Button Switch, Pilot Light And Adjustable Control Knob For Slice Thickness Equipped With Food Carrier, Slide Bracket, Locking Plate, Blade, Knife Sharpener, Handle Bar And Fixed Ring Guard For Safety Preferably With A Packing Case Comes With An English Manual That Contain: Operation Guide, Safety Guide,maintenance / Troubleshooting Procedure And List Of Parts. With Service Centers Located In Major Cities In The Philippines. Warranty Period Of 1 Year (parts And Service) Must Be Branded" 2 2,000.00 4,000.00 33 Pc "tube, Pastry Type: Pastry Tubes Body Shape: Tube In Different Shape Of Nozzles Material: Stainless Steel Set Contain: 24 Different Shapes Of Nozzles (minimum) Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Stars, Leaves And Other Designs Include Storage Box Food Grade And Non-toxic Must Be Branded" 8 625.00 5,000.00 34 Pc "peeler, Y-type Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum) 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case Food Grade And Non-toxic Material. Must Be Branded" 8 454.00 3,632.00 35 Pc "pepper & Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case Food Grade And Nontoxic Must Be Branded" 8 852.00 6,816.00 36 Pc "piping Bag Type : Piping Bag Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) Preferablywith Packing Case Food Grade Must Be Branded." 8 82.00 656.00 37 Pc "plate Rack Type: Plate Rack Body Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum) Heavy Duty Wire Shelving, 2.6 Mm Diameter (minimum) Tubular Post Diameter: 20 Mm Thick (minimum) Drawer Type Drainer Tray: (l X W X H) 430 Mm X 250 Mm X 20 Mm (minimum) Preferably With A Packing Case With 2 Tier Dish Drying Rack With Non-slip Rubber Footing Must Be Branded" 12 2,816.00 33,792.00 38 Pc "preparation Table With Sink Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) With Backsplash 100 Mm (minimum) Measured 600 Mm Between Table Top To Under Shelf Welded Tubular Stainless Steel Legs: Diameter 35 Mm X 1mm Thick (minimum) Preferably With A Packing Case Comes With Screw-type Adjustable Bullet Feet Smooth Surfaces And No Sharp Edges Warranty Period Of 1 Year (parts And Service) Must Be Branded." 5 3,200.00 16,000.00 39 Pc "pressure Cooker Type: Pressure Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring Dishwasher Safe Comes With An English Manual That Contain: Operation Guide, Safety Guide,maintenance / Troubleshooting Procedure. With Service Centers Located In Major Cities In The Philippines. Warranty Period Of 1 Year (parts And Service) Must Be Branded." 1 4,000.00 4,000.00 40 Pc "pan, Roasting Type: Roasting Pan Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack Rack Dimension: Length: 38 Cm X Width 23 Cm (minimum) Rack Wire Diameter: 0.5 Cm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded" 4 2,500.00 10,000.00 41 Pc "scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) Blade Size: Length- 9 Cm X Width-1.5 Cm (minimum) Preferably With A Packing Case The Plastic Material Used Must Be Non-toxic Must Be Branded." 8 1,000.00 8,000.00 42 Pc "siever, Small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case Dishwashing Safe Must Be Branded" 8 540.00 4,320.00 43 Pc "skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded." 8 800.00 6,400.00 44 Pc "skimmer, Spider Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe Heat Resistant Handle, Non-slip Handle Has Hole For Hanging Must Be Branded" 8 625.00 5,000.00 45 Pc "soup Cup Rack Type: Soup Cup Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments Rounded Handles On All Four Sides, 1.5 Cm Overtap And Smooth Sides Preferably With A Packing Case The Material Used Must Be Non-toxic Must Be Branded" 12 1,833.00 21,996.00 46 Pc "soup Ladel, 12 Oz. Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded" 2 600.00 1,200.00 47 Pc "soup Ladle, 3 Oz. Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded" 8 312.00 2,496.00 48 Pc "soup Ladle, 6 Oz. Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded" 8 475.00 3,800.00 49 Pc "soup Ladle, 8 Oz. Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded" 3 540.00 1,620.00 50 Pc "spatula Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded." 8 249.00 1,992.00 51 Pc "spoon, Kitchen Type: Kitchen Spoon Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded." 8 575.00 4,600.00 52 Pc "spoon, Kitchen (slotted) Type: Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type With Slot At Least 6 Rectangular Slots Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded." 8 575.00 4,600.00 53 Set "spoon, Measuring Type: Measuring Spoon Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 1 Pc - 1/4 Tsp. (1.25 Ml) Handle Dimension: Length-12 Cm X 1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe Must Be Branded." 8 440.00 3,520.00 54 Pc "spoon, Parisienne Type: Parisiennes Spoon Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop Preferably With A Packing Case Food Grade And Dishwasher Safe Must Be Branded." 8 850.00 6,800.00 55 Pc "spoon, Serving Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded." 24 533.00 12,792.00 56 Pc "spoon, Wooden Type: Wooden Spoon Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges Handle With Provision For Hanging Storage Purposes Must Be Branded" 8 750.00 6,000.00 57 Pc "stock Pot, Large Type: Stock Pot, Large Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) Capacity: 20 Quarts (22.7 Liters) Oven Safe To 350⁰f And Dishwasher Safe. With Aluminum Disc Layer In Bottom For Even Heat (5 Mm Aluminum Core) Comes With A Cover And Two Reinforced Stainless Steel Handle On Both Sides Preferably With A Packing Case Dishwasher Safe Must Be Branded." 2 1,750.00 3,500.00 58 Pc "strainer Chinois, Small Type: Strainer Chinois, Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded" 3 766.50 2,299.50 59 Pc "strainer Chinois, Medium Type: Strainer Chinois, Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded" 2 900.00 1,800.00 60 Pc "strainer Medium, Fine Type: Strainer, Medium Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Strainer’s Two Layers Of Tightly Woven Mesh Catches Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded." 8 237.50 1,900.00 61 Pc "strainer Small, Fine Type: Strainer, Small Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded." 8 192.50 1,540.00 62 Doz "tenderizer, Medium Type: Tenderizer Body Shape: Ergonomic Material: Cast Aluminum Overall Length: 26 Cm (minimum) Dual-sided Hammer, Square Head: 6 Cm X 6 Cm (minimum) Ridged Surface With Rows Of Dull, Pyramid-shaped Spikes Weight: 250 Grams To 500 Grams Preferably With A Packing Case Dishwasher Safe Must Be Branded" 8 7,000.00 56,000.00 63 Pc "thermometer, Pocket/pin Type: Pocket/pen Thermometer Body Shape: Tubular Pen Style Digital Thermometer Product Size: 100 Mm X 40 Mm X 14 Mm (minimum) Display Size: 40 Mm X 20 Mm (minimum) Prove Length: 200 Mm (minimum) Measuring Range: -50 °c To 300 °c (-58 ⁰f To 372 ⁰f) Resolution: 0.1 °c / 0.2 °f Accuracy: (+/-) 1°c With °c/°f Selectable Readout Auto Power Off Power Supply :1.5volts, Lr44 Button Battery (included) Comes With Tubular Plastic Casing Preferably With Cartoon Packing Warranty Period Of 1 Year (parts And Service) Must Be Branded." 4 1,500.00 6,000.00 64 Pc "tongs, 12 In. Type: Tong , 12 Inches Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded" 8 825.00 6,600.00 65 Pc "tongs, 8 In. Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded" 10 602.00 6,020.00 66 Pc "tray, Baking, Small Type: Baking Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) Body Thickness: 0.7- 1.0 Mm Preferably With Packing Case Dishwasher Safe Must Be Branded." 8 1,800.00 14,400.00 67 Pc "tray, Utility Type: Utility Tray Body Shape: Rectangular Material: Stainless Steel Dimension: Length- 48 Cm X Width-32 Cm X Height-2.5 Cm (minimum) Reinforced Edges Finish: Polished Preferably With A Packing Case Washable And Oven Safe Must Be Branded." 12 1,066.00 12,792.00 68 Pc "turner, 3""x6"" Type: Slotted Turner, 3"" X 6"" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded" 8 2,000.00 16,000.00 69 Pc "cart, Utility Type: Utility Cart Body Shape: Rectangular Material: Plastic, Polypropylene(pp) Dimension: (l X W X H) 84 Cm X 43 Cm X 95 Cm (minimum) Capacity: 330 Lbs (150 Kg) Loads (minimum) Three (3) Shelving With At Least 25 Cm Distance Between Shelves Tub Shelf Measure (l X W X D) 84 Cm X 43 Cm X 7 Cm (minimum) With Four (4) Swivel Caster, 10 Cm Diameter, Two Which Have Locking Brakes Preferably With A Packing Case Easy Grip Handles On Each End Of Cart No Sharp Edges And Rough Surfaces" 1 4,557.75 4,557.75 70 Pc "weighing Scale, 1kg, Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) Battery Operated, (batteries Included) Auto Power ""off"" After 3 Minutes Without A Change Of Load Preferably With A Packing Case With Service Centers Located In Major Cities In The Philippines. Warranty Period Of 1 Year (parts And Service) Must Be Branded." 4 2,050.00 8,200.00 71 Pc "weighing Scale, 5kg, Mechanical Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded" 3 1,114.50 3,343.50 72 Pc "wire Skimmer, Small Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded." 8 825.00 6,600.00 73 Pc "wire Whisk, Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded." 2 985.00 1,970.00 74 Pc "wire Whisk, Medium Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded." 8 502.00 4,016.00 75 Pc "wire Whisk, Small Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded." 8 400.00 3,200.00 76 Set "wok, Medium Type: Wok, Medium (set Of 2 Pieces) Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded" 1 3,391.25 3,391.25 77 Set "wok, Small Type: Wok, Small (set Of 2 Pieces) Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded" 4 2,085.25 8,341.00 78 Pc "table, Working Type: Working Table, Stainless Steel Body Shape: Rectangular Material: 304 Stainless Steel, 1.29 Mm Thick (gauge 16) Minimum Length: 1220 Mm (minimum) Width: 700 Mm (minimum) Height: 850 Mm (minimum) Tubular Stainless Steel Legs, 38mm (minimum) With 4 Adjustable Bullet Feet Fully Welded Construction Thickness:gauge 16 (1.29 Mm Thick) Minimum Stainless Steel Table Top With Stainless Steel Undershelf Distance Between Table Top And Undershelf Is 650 Mm (minimum) Preferably With A Packing Case Or Crate No Sharp Edges And Rough Surfaces Must Be Branded." 2 20,500.00 41,000.00 79 Pc "zester Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded." 8 1,300.00 10,400.00 Note: Door To Door Delivery To The Recipient School Is Inclusive In This Procurement Total Seven Hundred Two Thousand Nine Hundred Eighty-two Pesos Only 702,982.00 Purpose: Procurement Of Tvl Packages Of Equipment For Fcs (he) - Cookery Nc Ii Of Cogon National High School Requested By: Approved By: Signature: Printed Name: Dexter A. Elumba Ma. Liza R. Tabilon Edd., Ceso V Designation: Eps - Epp/ Sptve/ Tle/ Tvl Schools Division Superintendent Date: February 7, 2025 Date:
Closing Date24 Mar 2025
Tender AmountPHP 702.9 K (USD 12.2 K)
Department Of Education Division Of Dipolog City Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Description Purchase Request Department Of Education Dipolog City Division Department: Deped, Dipolog City Pr No: Date : 02/07/25 Section: Cid - Ims Sar. No: Date: Stock No: Unit: Item Description Quantity Estimated Total Cost Unit Cost 1 Pc "apple Corer Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe " 4 1,200.00 4,800.00 2 Pc "bain Marie Table Type: Bain Marie Table (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v Power: 1500 Watts (minimum) Heater: U Shaped Heat Pipes, High Efficient Capacity 4 Pans: L X W X D: (530 Mm X 325 Mm X 150 Mm (minimum) And Lids Temperature Range: 20-110 Degrees Centigrade Precise Temperature Control Switch And Pilot Bulb Drain Valve With Attached Gate Valve 1/2 Inch No Rough Surfaces And Rough Edges Accessories: 4 Pcs Pans With Lid Preferably With Packing Case Comes With An English Manual That Contain: Operation Guide, Safety Guide,maintenance / Troubleshooting Procedure. The Offered Brand Of The Item Must Be An International Brand With At Least 5years Presence At The Local Market And Global Presence In The Usa, Europe Or Japan Market. Warranty Period Of 1 Year (parts) And 3 Years (service) With Service Centers Located In Major Cities In The Philippines" 1 8,400.00 8,400.00 3 Pc "blender, Electric Type: Blender Machine Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades Capacity: 1.5 Liters To 2 Liters With 5 To 10 Push Button Speed Setting With Pulse Control Switch Preferably With Packing Case With English Manual That Contain: Operation Guide, Maintenance Andtroubleshooting Procedure With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or Japan Market. Warranty Period Of 1 Year (parts And Service)" 3 2,812.50 8,437.50 4 Pc "board, Chopping / Cutting, Plastic (heavy Duty) Type: Cutting Board Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe " 16 1,250.00 20,000.00 5 Pc " Boiler, Double Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) Must Be A Set Which Includes One (1) Saucepan, One (1) Boiler, And One (1) Lid With Stainless Steel Handle And Smooth Surfaces With No Sharp Edges" 2 1,264.00 2,528.00 6 Pc "braising Pan, Medium Type: Braising Pan Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case Oven-safe Up To 500 ⁰ F; Broiler, Freezer, And Dishwasher-safe Warranty Period Of 1 Year (parts And Service)" 8 2,500.00 20,000.00 7 Pc "can Opener Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs Includes Hanging Loops On The End Of Each Handle Double Round Handles That Are Comfortable And Easy To Grip With Rotating Wheel And Counter Rotating Serrated Wheel Preferably With Packing Case Cutting Mechanism Leaves A Smooth Edge On The Can For Your Safety" 2 1,011.25 2,022.50 8 Pc "casserole, Medium Type: Casserole Pot Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case Dishwasher Safe" 4 2,250.00 9,000.00 9 Pc "casserole, Small Type: Casserole Pot Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case Dishwasher Safe" 12 1,416.00 16,992.00 10 Pc "colander, Medium (stainless Teel) Type: Colander, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With A Packing Case Food Grade And Dishwasher Safe" 2 963.75 1,927.50 11 Pc "colander, Small (stainless Teel) Type: Colander (small) Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe" 4 717.50 2,870.00 12 Set "cup, Measuring (set For Solids) Type: Measuring Cup Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe" 8 832.00 6,656.00 13 Pc "dispenser, Paper Towel (wall Mounted) Type Paper Towel Dispenser Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box Comes With 4 Pcs Screw, 4 Pcs Tox For Mounting And 1 Pc Key To Preventrandom Opening Preferably With A Packing Case The Plastic Material Used Must Be Non-toxic" 4 1,800.00 7,200.00 14 Pc "fan, Electric Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service" 2 5,502.00 11,004.00 15 Pc "fire Extinguisher (with Content) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality" 3 3,902.00 11,706.00 16 Pc "fish Poacher, Medium Type: Fish Poacher Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Includes Stainless Steel Lid With Handle And Removable Insert Dimensions Of The Insert (l X W X D): 42 Cm X 13 Cm X 1.5 Cm (minimum) With Handle Preferably With A Packing Case Easy Care, Dishwasher Safe" 2 3,386.25 6,772.50 17 Pc "fork, Carving Type: Carving Fork Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case Dishwasher Safe" 3 800.00 2,400.00 18 Doz "fork, Kitchen Type: Kitchen Fork Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End Preferably Witha Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe" 8 1,262.00 10,096.00 19 Pc "frying Pan, Large Type: Frying Pan (large) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 20 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f" 2 3,780.00 7,560.00 20 Pc "frying Pan, Medium Type: Frying Pan (medium) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferablywith A Packing Case Oven Safe Up To 250⁰f" 8 3,500.00 28,000.00 21 Pc "frying Pan, Small Type: Frying Pan (small) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f" 12 2,266.00 27,192.00 22 Pc "funnel, Medium (stainless Steel) Type:stainless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe" 4 188.75 755.00 23 Pc "funnel, Small (stainless Steel) Type: Stanless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe" 4 152.25 609.00 24 Pc "garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: Diameter-26 Cm X Height-47 Cm (minimum) Capacity: 4 Gallons (minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With A Packing Case Color: Any Color Smooth And No Rough Surfaces " 4 1,864.00 7,456.00 25 Pc "glass Rack Type: Glass Rack Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case The Plastic Material Used Must Be Non-toxic" 12 3,616.00 43,392.00 26 Doz "ice Cream Scooper Type: Ice Cream Scooper Body Shape: Round Material: Stainless Steel Scoop: Diameter- 5 Cm X Deep-2.5 Cm (minimum) Handle Length: 10 To 12 Cm With Trigger Spring Handle And Scoop Scraper Mechanism Easy Grip And Durable Preferably With A Packing Case The Materials Used Must Be Food Grade And Non-toxic. Dishwasher Safe And Rust Free Must Be Branded." 2 1,250.00 2,500.00 27 Pc "knife, Boning Type: Flexible Boning Knife Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe " 8 1,000.00 8,000.00 28 Pc "knife, Chef Type: Chef's Knife Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum) Cutting Edge: Straight, Pointed End Handle: Triple Riveted Plastic (polypropylene) Preferably With Packing Case The Plastic Material Used Must Be Non-toxic Dishwasher Safe Must Be Branded." 10 1,000.00 10,000.00 29 Pc "knife, Cleaver Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets Blade Thickness: 3 Mm (minimum) Blade Width: 12 Cm (minimum) Preferably With Packing Case The Plastic Material Used Must Be Non-toxic Dishwasher Safe Must Be Branded" 2 1,400.00 2,800.00 30 Pc "knife, Oyster Type: Oyster Knife Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded" 4 1,200.00 4,800.00 31 Pc "light, Emergency Emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 "" Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item." 3 1,401.00 4,203.00 32 Pc "meat Slicer, Small Type: Meat Slicer Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v Power Rated: 150 Watts (minimum) Adjustment Slicing /cutting Thickness: 0 - 20 Mm Thick Complete With Push Button Switch, Pilot Light And Adjustable Control Knob For Slice Thickness Equipped With Food Carrier, Slide Bracket, Locking Plate, Blade, Knife Sharpener, Handle Bar And Fixed Ring Guard For Safety Preferably With A Packing Case Comes With An English Manual That Contain: Operation Guide, Safety Guide,maintenance / Troubleshooting Procedure And List Of Parts. With Service Centers Located In Major Cities In The Philippines. Warranty Period Of 1 Year (parts And Service) Must Be Branded" 2 2,000.00 4,000.00 33 Pc "tube, Pastry Type: Pastry Tubes Body Shape: Tube In Different Shape Of Nozzles Material: Stainless Steel Set Contain: 24 Different Shapes Of Nozzles (minimum) Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Stars, Leaves And Other Designs Include Storage Box Food Grade And Non-toxic Must Be Branded" 8 625.00 5,000.00 34 Pc "peeler, Y-type Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum) 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case Food Grade And Non-toxic Material. Must Be Branded" 8 454.00 3,632.00 35 Pc "pepper & Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case Food Grade And Nontoxic Must Be Branded" 8 852.00 6,816.00 36 Pc "piping Bag Type : Piping Bag Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) Preferablywith Packing Case Food Grade Must Be Branded." 8 82.00 656.00 37 Pc "plate Rack Type: Plate Rack Body Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum) Heavy Duty Wire Shelving, 2.6 Mm Diameter (minimum) Tubular Post Diameter: 20 Mm Thick (minimum) Drawer Type Drainer Tray: (l X W X H) 430 Mm X 250 Mm X 20 Mm (minimum) Preferably With A Packing Case With 2 Tier Dish Drying Rack With Non-slip Rubber Footing Must Be Branded" 12 2,816.00 33,792.00 38 Pc "preparation Table With Sink Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) With Backsplash 100 Mm (minimum) Measured 600 Mm Between Table Top To Under Shelf Welded Tubular Stainless Steel Legs: Diameter 35 Mm X 1mm Thick (minimum) Preferably With A Packing Case Comes With Screw-type Adjustable Bullet Feet Smooth Surfaces And No Sharp Edges Warranty Period Of 1 Year (parts And Service) Must Be Branded." 5 3,200.00 16,000.00 39 Pc "pressure Cooker Type: Pressure Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring Dishwasher Safe Comes With An English Manual That Contain: Operation Guide, Safety Guide,maintenance / Troubleshooting Procedure. With Service Centers Located In Major Cities In The Philippines. Warranty Period Of 1 Year (parts And Service) Must Be Branded." 1 4,000.00 4,000.00 40 Pc "pan, Roasting Type: Roasting Pan Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack Rack Dimension: Length: 38 Cm X Width 23 Cm (minimum) Rack Wire Diameter: 0.5 Cm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded" 4 2,500.00 10,000.00 41 Pc "scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) Blade Size: Length- 9 Cm X Width-1.5 Cm (minimum) Preferably With A Packing Case The Plastic Material Used Must Be Non-toxic Must Be Branded." 8 1,000.00 8,000.00 42 Pc "siever, Small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case Dishwashing Safe Must Be Branded" 8 540.00 4,320.00 43 Pc "skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded." 8 800.00 6,400.00 44 Pc "skimmer, Spider Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe Heat Resistant Handle, Non-slip Handle Has Hole For Hanging Must Be Branded" 8 625.00 5,000.00 45 Pc "soup Cup Rack Type: Soup Cup Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments Rounded Handles On All Four Sides, 1.5 Cm Overtap And Smooth Sides Preferably With A Packing Case The Material Used Must Be Non-toxic Must Be Branded" 12 1,833.00 21,996.00 46 Pc "soup Ladel, 12 Oz. Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded" 2 600.00 1,200.00 47 Pc "soup Ladle, 3 Oz. Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded" 8 312.00 2,496.00 48 Pc "soup Ladle, 6 Oz. Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded" 8 475.00 3,800.00 49 Pc "soup Ladle, 8 Oz. Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded" 3 540.00 1,620.00 50 Pc "spatula Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded." 8 249.00 1,992.00 51 Pc "spoon, Kitchen Type: Kitchen Spoon Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded." 8 575.00 4,600.00 52 Pc "spoon, Kitchen (slotted) Type: Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type With Slot At Least 6 Rectangular Slots Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded." 8 575.00 4,600.00 53 Set "spoon, Measuring Type: Measuring Spoon Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 1 Pc - 1/4 Tsp. (1.25 Ml) Handle Dimension: Length-12 Cm X 1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe Must Be Branded." 8 440.00 3,520.00 54 Pc "spoon, Parisienne Type: Parisiennes Spoon Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop Preferably With A Packing Case Food Grade And Dishwasher Safe Must Be Branded." 8 850.00 6,800.00 55 Pc "spoon, Serving Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded." 24 533.00 12,792.00 56 Pc "spoon, Wooden Type: Wooden Spoon Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges Handle With Provision For Hanging Storage Purposes Must Be Branded" 8 750.00 6,000.00 57 Pc "stock Pot, Large Type: Stock Pot, Large Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) Capacity: 20 Quarts (22.7 Liters) Oven Safe To 350⁰f And Dishwasher Safe. With Aluminum Disc Layer In Bottom For Even Heat (5 Mm Aluminum Core) Comes With A Cover And Two Reinforced Stainless Steel Handle On Both Sides Preferably With A Packing Case Dishwasher Safe Must Be Branded." 2 1,750.00 3,500.00 58 Pc "strainer Chinois, Small Type: Strainer Chinois, Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded" 3 766.50 2,299.50 59 Pc "strainer Chinois, Medium Type: Strainer Chinois, Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded" 2 900.00 1,800.00 60 Pc "strainer Medium, Fine Type: Strainer, Medium Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Strainer’s Two Layers Of Tightly Woven Mesh Catches Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded." 8 237.50 1,900.00 61 Pc "strainer Small, Fine Type: Strainer, Small Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded." 8 192.50 1,540.00 62 Doz "tenderizer, Medium Type: Tenderizer Body Shape: Ergonomic Material: Cast Aluminum Overall Length: 26 Cm (minimum) Dual-sided Hammer, Square Head: 6 Cm X 6 Cm (minimum) Ridged Surface With Rows Of Dull, Pyramid-shaped Spikes Weight: 250 Grams To 500 Grams Preferably With A Packing Case Dishwasher Safe Must Be Branded" 8 7,000.00 56,000.00 63 Pc "thermometer, Pocket/pin Type: Pocket/pen Thermometer Body Shape: Tubular Pen Style Digital Thermometer Product Size: 100 Mm X 40 Mm X 14 Mm (minimum) Display Size: 40 Mm X 20 Mm (minimum) Prove Length: 200 Mm (minimum) Measuring Range: -50 °c To 300 °c (-58 ⁰f To 372 ⁰f) Resolution: 0.1 °c / 0.2 °f Accuracy: (+/-) 1°c With °c/°f Selectable Readout Auto Power Off Power Supply :1.5volts, Lr44 Button Battery (included) Comes With Tubular Plastic Casing Preferably With Cartoon Packing Warranty Period Of 1 Year (parts And Service) Must Be Branded." 4 1,500.00 6,000.00 64 Pc "tongs, 12 In. Type: Tong , 12 Inches Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded" 8 825.00 6,600.00 65 Pc "tongs, 8 In. Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded" 10 602.00 6,020.00 66 Pc "tray, Baking, Small Type: Baking Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) Body Thickness: 0.7- 1.0 Mm Preferably With Packing Case Dishwasher Safe Must Be Branded." 8 1,800.00 14,400.00 67 Pc "tray, Utility Type: Utility Tray Body Shape: Rectangular Material: Stainless Steel Dimension: Length- 48 Cm X Width-32 Cm X Height-2.5 Cm (minimum) Reinforced Edges Finish: Polished Preferably With A Packing Case Washable And Oven Safe Must Be Branded." 12 1,066.00 12,792.00 68 Pc "turner, 3""x6"" Type: Slotted Turner, 3"" X 6"" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded" 8 2,000.00 16,000.00 69 Pc "cart, Utility Type: Utility Cart Body Shape: Rectangular Material: Plastic, Polypropylene(pp) Dimension: (l X W X H) 84 Cm X 43 Cm X 95 Cm (minimum) Capacity: 330 Lbs (150 Kg) Loads (minimum) Three (3) Shelving With At Least 25 Cm Distance Between Shelves Tub Shelf Measure (l X W X D) 84 Cm X 43 Cm X 7 Cm (minimum) With Four (4) Swivel Caster, 10 Cm Diameter, Two Which Have Locking Brakes Preferably With A Packing Case Easy Grip Handles On Each End Of Cart No Sharp Edges And Rough Surfaces" 1 4,557.75 4,557.75 70 Pc "weighing Scale, 1kg, Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) Battery Operated, (batteries Included) Auto Power ""off"" After 3 Minutes Without A Change Of Load Preferably With A Packing Case With Service Centers Located In Major Cities In The Philippines. Warranty Period Of 1 Year (parts And Service) Must Be Branded." 4 2,050.00 8,200.00 71 Pc "weighing Scale, 5kg, Mechanical Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded" 3 1,114.50 3,343.50 72 Pc "wire Skimmer, Small Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded." 8 825.00 6,600.00 73 Pc "wire Whisk, Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded." 2 985.00 1,970.00 74 Pc "wire Whisk, Medium Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded." 8 502.00 4,016.00 75 Pc "wire Whisk, Small Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded." 8 400.00 3,200.00 76 Set "wok, Medium Type: Wok, Medium (set Of 2 Pieces) Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded" 1 3,391.25 3,391.25 77 Set "wok, Small Type: Wok, Small (set Of 2 Pieces) Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded" 4 2,085.25 8,341.00 78 Pc "table, Working Type: Working Table, Stainless Steel Body Shape: Rectangular Material: 304 Stainless Steel, 1.29 Mm Thick (gauge 16) Minimum Length: 1220 Mm (minimum) Width: 700 Mm (minimum) Height: 850 Mm (minimum) Tubular Stainless Steel Legs, 38mm (minimum) With 4 Adjustable Bullet Feet Fully Welded Construction Thickness:gauge 16 (1.29 Mm Thick) Minimum Stainless Steel Table Top With Stainless Steel Undershelf Distance Between Table Top And Undershelf Is 650 Mm (minimum) Preferably With A Packing Case Or Crate No Sharp Edges And Rough Surfaces Must Be Branded." 2 20,500.00 41,000.00 79 Pc "zester Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded." 8 1,300.00 10,400.00 Note: Door To Door Delivery To The Recipient School Is Inclusive In This Procurement Total Seven Hundred Two Thousand Nine Hundred Eighty-two Pesos Only 702,982.00 Purpose: Procurement Of Tvl Packages Of Equipment For Fcs (he) - Cookery Nc Ii Of Cogon National High School Requested By: Approved By: Signature: Printed Name: Dexter A. Elumba Ma. Liza R. Tabilon Edd., Ceso V Designation: Eps - Epp/ Sptve/ Tle/ Tvl Schools Division Superintendent
Closing Date21 Apr 2025
Tender AmountPHP 2.5 Million (USD 44.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Quotes And No Contract Will Be Awarded From This Announcement. The Government Will Not Provide Any Reimbursement For Responses Submitted In Response To This Source Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation.
the Purpose Of This Announcement Is To Perform Market Research To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 624221 (temporary Shelters) With A Size Standard $13.5 Million. The Department Of Veterans Affairs (va), Network Contracting Office 1 (nco 1) Is Seeking To Identify Any Vendor Capable Of Providing Emergency Housing In Worcester County For Homeless Veterans From The Northampton Vamcâ per The Requirements Below. Refer To Theâ performance Work Statement Below For The Requested Requirement Description. The Standard Shall Be Of Quality; Meeting Or Exceeding Those Outlined In The Performance Work Statement.
this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Capability And Availability To Provide The Requirement Described Below. Vendors Are Being Invited To Submit Information Relative To Their Potential To Fulfill This Requirement, In The Form Of A Capability Response That Addresses The Specific Requirement Identified In This Sources Sought. Information Received From This Sources Sought Shall Be Utilized To Facilitate The Contracting Officer S Review Of The Market Base, For Acquisition Planning, Size Determination, And Procurement Strategy.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Supply Emergency Housing In Worcester County For Homeless Veterans From The Northampton Vamc Are Invited To Submit A Response To This Sources Sought Notice By 05-07-2024. All Responses Under This Sources Sought Notice Must Be Emailed To Carissa.sarazin@va.gov. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
interested Parties Should Complete The Attached Sources Sought Worksheet. Parties May Submit Additional Information Related To Their Capabilities, Provided It Contains All The Requirements Contained In The Sources Sought Worksheet. Responses To This Sources Sought Shall Not Exceed 8 Pages. In Addition, All Submissions Should Be Provided Electronically In A Microsoft Word Or Adobe Pdf Format.
sam: Interested Parties Shall Be Registered In The System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam Will Be Ineligible To Receive A Government Contract, Should A Solicitation Be Issued Resulting From This Sources Sought.
vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract, Should A Solicitation Be Issued Resulting From This Sources Sought.
attachment 1
sources Sought Worksheet
qualification Information:
company / Institute Name: _______________________________________________________
address: ______________________________________________________________________
phone Number: ________________________________________________________________
point Of Contact: _______________________________________________________________
e-mail Address: ________________________________________________________________
unique Entity Identifier (uei) #:â ___________________________________________________
cage Code: __________________________________________________________________
other Available Contract Vehicles (gsa/fss/nasa Sewp/etc): ________________________
_____________________________________________________________________________
_____________________________________________________________________________
socio-economic Status:
vip Verified Sdvosb: (y / N)
vip Verified Vosb: (y / N)
8(a): (y / N)
hubzone: (y / N)
economically Disadvantaged Women-owned Small Business: (y / N)
women-owned Small Business: (y / N)
small Business: (y / N)
note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered And Center For Veterans Enterprise (cve) Verified In Vetbiz Registry Www.vetbiz.gov.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Sdvosb, Vosb, Small Businesses Or Procured Through Full And Open Competition.
capability Statement:
provide A Brief Capability And Interest In Providing The Supply Of Emergency Housing In Worcester County For Homeless Veterans From The Northampton Vamc As Listed In Attachment 2 Performance Work Statement With Enough Information To Determine If Your Company Can Meet The Requirement. The Capabilities Statement For This Sources Sought Is Not A Request For Quotation, Request For Proposal Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach, But Rather The Government Is Requesting A Short Statement Regarding The Company S Ability To Provide The Services Outlined In The Pws. Any Commercial Brochures Or Currently Existing Marketing Material May Also Be Submitted With The Capabilities Statement. This Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation.
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
attachment 2
va Central Western Massachusetts Health Care System
mental Health Service Line
health Care For Homeless Veterans (hchv)
contracted Residential Services (crs)
performance Work Statement- Central & Western Massachusetts - 10 Emergency Beds
*priority For Central Massachusetts Locations Providing Services In Worcester County*
background
the Health Care For Homeless Veterans (hchv) Program Is An Essential And Critical Part Of The Veterans Health Administration (vha). It Provides A Gateway To The Va And Community-based Supportive Services For The Homeless. The Program Utilizes Contracted Residential Services (crs) In Community Locations To Engage Veterans Experiencing Homelessness.
central Massachusetts Community Service Providers Indicate A Need For Additional Shelter Beds In General, Let Alone Those For Veterans. It S Anticipated That The Need Will Continue For The Indefinite Future. Cwm Va Hcs Goal Is To Address This Need By Partnering With A Contractor Serving Homeless Veterans In Worcester County.
A.1. Basic Admission Criteria
a.1.1. Veteran Is Homeless.
a.1.2. Veteran Is Eligible For Va Health Care.
program Description
hchv Crs Programs Exists To Provide A Means Of Helping Homeless Veterans Get Off The Streets And Find More Suitable Habitation. Crs Programs Work To Help Veterans Get Into Community-based, Residential Environments With Sufficient Supportive Services To Meet Their Basic Needs. The Goal Is To Ultimately Facilitate The Improvement Of Their Overall Health Status And Housing Situation. Programs Operates In Accordance With Hchv Program Federal Regulations 38 Cfr 63 And Are Partners With The Va In The Mission Of Ending Homelessness Among Veterans.
B.1. Foundational Rules And Expectations For Participation
b.1.1. Rules Focus On Staff And Resident Safety:
no Buying Or Selling Of Alcohol Or Drugs In The Facility
no Dealing Or Use Of Illicit Drugs In The Facility
no Sexual Activity Between Residents
no Violence Or Threats Of Violence
honor Nightly Curfew
b.1.2. When Possible, Infractions Are To Be Used To Engage Residents, Not Simply As Grounds For
Service Termination. Profanity Does Not In And Of Itself Constitute Abuse And Shall Not
Exclusively Be Considered Grounds For Discharge. Any Actual Or Threatened Violence
May Be Grounds For Discharge.
b.1.3. Veterans Are Expected To Engage In Programming And Maintain Communication With Case
Managers While Participating In The Crs Program.
b.2. Admission Practices
b.2.1. Veterans Who Are Eligible May Be, But Are Not Limited To:
transitioning From Chronic Street Homelessness.
discharging From Institutions (hospitals, Jails, Etc.) (see Probationary/provisional Plan P. 16)
recently Homeless Due To Fleeing Domestic Violence, Being In A Place Not Meant For Human Habitation, Such As An Abandoned Building, A Vehicle, Or A Residence That Is No Longer Meeting Inspection And Code Or Facing Condemnation According To A Governmental Entity.
eviction Or Foreclosure Of The Residence. Every Attempt Will Be Made By The Contractor, Veteran, And/or Referrer To Secure Documentation Of Such As Part Of Referral Process.
the Va Liaison Will Be Available For Collaboration With Contractor Staff To Ensure
appropriateness And Eligibility For Veteran To Be In Crs. It Is Understood That Payment For Veterans
admitted Without An Initial Determination Of Eligibility May Not Be Authorized If The Veteran Is Found
To Be Ineligible.
B.2.1.i. Staff Will Ensure That A Case Manager Has Met With A Veteran Within 72 Hours Of
admission.
B.2.1.ii. Staff Will Ensure That A Veteran Is Routed To Va Liaison For An Intake Within 72
hours Of Admission, So That Hchv Intake By Va Liaison Can Take Place Within 7 Days Of Admission To Crs Program.
b.2.2. Contractor Works To Reduce Barriers To Admission:
accept Referrals Monday Through Friday During Business Hours At A Minimum.
respond To Sources Of Referrals With Acceptance Or Decline Of Veteran Referred To Crs The Same Day Of Receipt Of Referral Form Before Coordination. Acceptance Or Decline Of Veterans Within The Same Day Of Receipt Of The Referral Form And, If Not A Possibility, Within 48 Hours Of Receipt Of Referral Form. This Is To Be In Conformance With The Vha Memo For Action: Ensuring Timely Admissions To Grant And Per Diem (gpd) Program And Healthcare For Homeless Veterans (hchv) Contracted Residential Services (crs).
b.2.3. There Will Not Be A Certain Timeframe Prior To Admission That A Veteran Must Be Free Of Drugs Or
Alcohol So Long As A Veteran Is Medically Stable To Be In Crs. Detoxification Services Are Not
Expected Of The Crs Program. In Cases Of High Recidivism Or Unsuitability For The Crs
Program Environment On Account Of Continuous Substance Use/abuse, The Contractor Reserves
The Right To Decline Admission With Recommendations To The Veteran And/or Referrer For What
Interventions Would Be Needed In Order To Establish An Episode Of Stay At The Crs Program.
Also See Probationary/provisional Plan On Page 16.
B.2.4. For Those Veterans Referred Or Who Are On The Street, In Places Not Meant For
Habitation, Or Staying In Vehicles, The Admissions And Intake Committee Will Coordinate For The
Veteran To Receive A Prioritized Determination Regarding Their Referral To Crs.
B.2.5. The Crs Program Admissions And Intake Staff Reserve The Right To Decline Admission To A
Veteran Who Is Found To Be Inappropriate For The Crs Program. However, Every Attempt Should
Be Made To Accommodate The Veteran. It Is The Expectation Of The Va That If A Veteran Is Denied
Admission To The Crs Program, The Admission And Intake Staff Will Provide The Veteran With
Alternate Resources And Services For Homeless Veterans To The Referrer.
B.2.6. The Admitted Veteran Will Be Provided With A Copy Of The Resident Handbook Or Other
Documentation That Outlines At A Minimum Rules, Regulations, Responsibilities, And Expectations
Of The Veteran And The Contractor.
B.2.7. While Recidivism Is Discouraged, There Is No Limitation To The Number Of Times That A Veteran Can
Be Accepted Into The Crs Program After Leaving The Program. Veterans Who Are Former
Participants Can Be Rereferred And Readmitted So Long As They Are Otherwise Meeting Eligibility
Criteria. Every Attempt To Address What Will Be Different During Additional Episodes Of Stay Will
Be Taken With The Veteran In Order To Secure Permanent Housing And Minimize Length Of Stay At
The Crs Program.
B.2.7.i. Crs Program Staff And Va Liaison Will Be Expected To Monitor And Coordinate
efforts In Helping Veteran On A Regularly Scheduled Basis (i.e. Monthly) Who Return
multiple Times To The Crs Program Due To Difficulties With Remaining Permanently
B.2.8. Expectation Will Be That Va Liaison Will Provide Any Suicide Prevention Safety Plan
Documented In Veteran S Chart With Va To The Contractor For Reference And That Any Veteran
With High Risk Flag For Suicide Will Be Identified So That Contact And Communication With That
Veteran Can Be Adjusted As Necessary During Their Episode Of Stay. Expectation Is That If A
Veteran With A Va High Risk Flag For Suicide Goes Awol From The Facility, The Va Liaison Will
Be Notified Asap. This Notification Is/can Be Defined Include Leaving Voice Message Or Email.
Further Development Of A Communication Procedure Concerning This Topic Of High Risk Veterans
Will Be Encouraged By The Liaison Of The Contractor.
B.3. Types Of Services Provided By Contractors Case Managers
b.3.1. Screenings Or Referrals For Benefits. Vets With Limited Or No Income Will Have Challenges To
obtaining Permanent Housing. Crs Staff Assess For And Refer To Appropriate Agencies Those Vets
who May Qualify For:
military Service-connected Compensable Conditions
disability Insurance Or Supplemental Security Income
retirement Pensions
veterans-specific Or Public Cash Assistance Programs
snap Benefits
health Insurance
one-time-only Financial Assistance Programs That Would Provide Veterans With First And/or Last Month S Rent, Security Deposits, Moving Expenses Coverage, Payment Of Fees And/or Fines To Obtain Ids And Other Documentation To Appropriate Organizations And Agencies
as Needed And Appropriate, Veteran S Should Also Be Referred To
legal Services
criminal Justice System Services
credit Counseling And/or Debt Consolidation Agencies
b.4.2. Enhancement Of Independent Living And Social Skills Via Regularly Scheduled Programming (this List Is Not All-inclusive Of Possibilities):
12-step Program Groups,
computer And Literacy Classes,
social And Life Skills Trainings,
financial Aid And Budgeting Workshops,
vocational And/or Credit Counseling
legal Services To Address Identity Fraud, Child Support, And/or Benefits & Entitlements, Etc.
peer And Mentor Support
access To Health Fairs, Local Community Events
recreational And Leisure Activity Opportunities
b.4.3. Permanent Or Transitional Housing Search Support, Which May Include:
providing Veterans With Contact Information For Such Places They Wish To Pursue For Relocation Purposes Or Permanent Residence
conducting Housing Readiness Evaluation To Determine Gaps In Being Able To Complete Housing Applications
hands-on Coordination With Agencies And Providers To Assist Vet In Exiting The Crs To Another Location.
assessing For Whether A Veteran Needs Referral To Retirement Or Rest Homes, Assisted Living Facilities, Etc.
applying For Local Or Regional Gpd Transitional Housing Programs. Gpd Programs May Be Most Appropriate For Veterans With Complex Barriers To Obtaining Permanent Housing, And Who Are Going To A Longer Period Of Support Than What The Crs Program Can Accommodate.
B.4.4. Case Managers Utilize The Following Approaches To Engaging Veterans:
recovery-oriented And Harm Reduction
motivational Interviewing, And/or
critical Time Intervention.
B.4.5. Case Management Staff Will Have Contact With Veterans, At Least Every Other Week, To Engage
With Them About Completion Of Goal-oriented Tasks Related To Meeting Basic And Health Needs
And Addressing Barriers To Obtaining Permanent Housing. Weekly Contact Is Preferred And
Encouraged During The First/initial Month Of The Veterans Stay.
B.4.6. Case Managers Should Have Some Experience Working In Social Service Or Health Care Fields.
Work History With People Who Have Chronic Medical, Mental Health And Substance Abuse
Problems Is Highly Desirable. Staff Working With Veterans Should Be Able To Assess, Anticipate,
And Effectively Refer Veterans Experiencing Crises For Additional Support As Appropriate. This
List Is Not All-inclusive Of Offerings And Opportunities To Be Considered By Contractor For Training
Purposes, But Contractor Should Be Able To Avail Case Management Staff To Such Training:
crisis Intervention
cultural Sensitivity
sexual Harassment
sensitivity To Wider Issues Of Homelessness
harm Reduction Philosophy
laws Regarding The Ada, Fair Housing, Mandated Reporting
de-escalation Techniques
first-aid
b.4.5. Case Managers Will Ensure That Veterans Are Safe And Healthy Within Their Scope Of Practice.
They Will Refer Veteran To Appropriate Mental And Medical Health Providers As Necessary. See
Monitoring High Risk Veterans Policy (p. 17) For Ongoing Assistance From Staff With
Assessing For Identified At-risk Veterans.
B.4.6. Case Managers And Other Contractor-designated Staff Will Maintain Bls/cpr Training
Certification.
hchv Crs Provider Qualifications & Capability Requirements
Contractor Must Comply With All Hchv Crs Program Requirements As Identified Below.
c.1.1. Possess Capacity For Performing Outreach Or Otherwise Identifying And Referring
Homeless Veterans To The Hchv Crs Program. Accept Veterans Into The Crs Program
Regardless Of What Geographical Location They May Come From. Maintain Sites Within The
Catchment Area Of Worcester County. Expectation Is That The Contractor Will Have Strong,
ongoing Partnerships With Other Area Social And Health Service Providers, Including
supportive Services For Veterans & Families (ssvf) Programs, In Order To Identify Contract Candidates And Coordinate About Their Entry Into The Crs Program If Eligible.
c.1.1.i. The Contractor Will Maintain An Outreach Log, Documenting Staff S
activity In Referring Veterans To The Crs Program And The Outcome Of
those Referrals. This Log Will Include Dates In Which Referrals Were Made
and Be Accessible To The Liaison Upon Request.
c.1.2. Capable Of Providing Secure, Separate Housing And Bathroom Accommodations For Both
Males And Females.
c.1.3. Capable Of Routing, Referring, Or Summoning Assistance For Veterans To Get To Emergent
and Urgent Care 24/7/365 That Is Accessible To Contractor Designees Or Staff Who May Be Point Persons For When Emergencies Or Urgencies Arise At Contractors Sites. Contractor Would Have A Policy Detailing This Process.
C.1.3.i. Information On How To Access Designees For Emergencies Or Urgencies
will Be Posted In Common Spaces For All Crs Participants To Be Aware Of
if Need Arises
C.1.3.ii. During Intake Process, Attention Will Be Made To Ensure That Veterans Are
Aware Of Emergency And Urgency Reporting Procedures And Where To
Access Help With Emergent Or Urgent Situations.
c.1.4. Contractor Will Ensure That Veterans Basic Needs Are Met:
provide Three Daily Nutritiously Balanced Meals And An Evening Snack And Reasonable Accommodation For Special Dietary Needs (gluten Or Lactose Intolerance, Diabetic) In A Setting That Encourages Socialization And Possesses Waste Disposal And Sanitization Systems
offer A Means For Veterans To Wash Their Own Clothes Or Otherwise Tend To Laundry On A Weekly Basis, Providing Cleaning Products If Needed
provide Secure, Appropriate Storage For Both Veterans Belongings And Medication.
storage Should Ensure That No Other Residents Are Able To Access An Individual Veterans Medications
maintain A Food Pantry Or Shelf So That Veterans With Food Insecurity Have Readily Available Non-perishable Options. Keep Set Times And Days For When Food Pantry Or Shelf Is Accessible To Veterans.
maintain A Clothing Shelf Operation Or Provide Access To One Off-site So That Veterans With Cold Weather Clothing Needs Can Receive Provisions As Needed
clean, Sanitary, And Safe Common And Sleeping Spaces To Include Desk Chairs, Beds, Dressers, Etc.
provide Linens, Bedding, And Toiletries As Needed
for Those Veterans Who Vacate The Premises, Retaining Belongings For A Minimum Of 72 Hours, In The Event That The Veteran Returns To Retrieve Them.
provide Access To A Working Phone Line For The Veteran To Be Able To Conduct Communications Until An Independent Mobile Device Is Secured For The Veteran
provide Monitoring, Assessment, And Guidance For Veterans Who Are High Risk For Suicide Or Have History Of Homicidal, Violent, Or Suicidal Ideation. Should Staff At Any Time Observe A Veteran Express Homicidal Or Suicidal Ideation, Appropriate Referrals To Mental Health Providers Will Be Made For Evaluation. Va Hchv Liaison And Suicide Prevention Coordinator Will Be Notified Just As High-risk Flag Veterans Admitted To The Contractor S Facility Will Be Identified To The Case Management Staff. Completion Of Any Safety Plans Either By Va Or Contractor Personnel With The Veteran Will Be Part Of Contractor S Clinical Documentation. Veterans With Violent And/or Homicidal Ideation Or Actions May Be Discharged From Crs For Safety Reasons At Any Time. (see Attachment For A Sample Va-contractor High Risk Veteran Monitoring Policy).
c.1.5. Capable Of Providing Transportation Services
to Assist Veterans With Arranging Local Transportation To Scheduled Meetings And Appointments.
to Help Veterans Understand And Learn How To Utilize Public Transportation, Including Access To Information And Clarifying Instructions Necessary To Effectively Utilize Public Transit Systems.
to Assist The Veteran With Identifying Potential Alternative Modes Of Transport If Public Transportation Is Not Available, Adequate, Or Appropriate For A Veteran.
directly To Veterans, Have Designated Contractor Drivers Will Possess Valid Driver S Licenses To Complete And A Formal Process That Veterans Can Be Educated About To Initiate Scheduling Of Such Transportation.
d. Hchv Crs Provider Administrative Roles, Responsibilities, & Duties
d.1.1. Occupancy: The Contractor Will Be Responsible For Ensuring That A Minimally Acceptable Level
Occupancy As Defined In The Quality Assurance Surveillance Plan (qasp).
d.1.2. Exits To Permanent Housing: The Contractor Is Expected To Promote A Focus On Achieving
Stable Housing For All Veterans Referred For Care; Exits To Permanent Housing Will Be
Monitored As An Indicator Of Overall Program Quality Utilizing Data Provided By The Vha
Support Service Center S Homeless Service Scorecard The Target Rate For Exits To This Type Of
Housing Will Be 55% Or Higher.
d.1.3. Negative Exits: The Contractor Is Expected To Facilitate Veteran Completion Of The Hchv
Crs Program To The Maximum Extent Possible, While Still Maintaining Program Integrity And
Safety. Negative Exits, Which Shall Be Defined As Discharges Involving Veterans Being Asked
To Leave The Program Due To Rule Violation Or Otherwise Leaving The Program Without Consulting
Program Staff In Any Way, Shall Be Monitored On A Continuous Basis Utilizing Data Provided By
The Vha Support Service Center S Homeless Service Scorecard The Target Rate For These Types
Of Exits Will Be 20% Or Less.
per Diem Funds Assist Homeless Veterans By Helping To Offset Operating Costs To Ensure The Availability Of Supportive Housing And Service Centers Tasked With Furnishing Outreach, Rehabilitative Services, Vocational Counseling And Training, And Transitional Housing Assistance. Code Of Federal Regulations 38 § 61.30.
d.1.4. Release Of Information: The Contractor Shall Ensure That A Signed Va Release Of Information
(roi) Is Obtained For Any Veteran Being Admitted To Hchv Crs And That It Is Placed Into The
Individual Case Record So That It S Also Available To Va Liaison.
d.1.5. Individual Case Records: The Contractor Will Maintain An Individual Case Record For Each
Referred Veteran. Case Records Must Be Maintained In Security And Confidence As Required By
The Confidentiality Of Alcohol And Drug Abuse Patient Records (42 Cfr Part Ii) And The
Confidentiality Of Certain Medical Records (38 Usc 7332), And In Accordance With The Health
Insurance Portability And Accountability Act (hipaa: Pub. Law. 104 191). Records Should
Contain At A Minimum:
reason For Referral
pertinent Demographic Information (veteran, Family, Employment, And Education Status)
copies Of Any Medical Prescriptions/orders Issued By Physicians
case Management And Progress Notes That Include Specific Service Duration And Outcome As Well As Referrals
any Critical Incident Reports
a Final Summary That Includes Reason(s) For Leaving (exit Form)
the Veteran S Known After Care Plans And Location Upon Exiting, If Available.
Case Notes Should Be Titled According To Content And Relate To The Veterans Goals As Identified In
Their Service Plans. Intake Notes Should Indicate The Veterans
strengths,
needs,
abilities, And
preferences
case Managers Should Document Attempts To Engage Veteran, Even If Unsuccessful In Doing So.
d.1.5.i.: Individual Service Plans. An Initial Written Plan Shall Be Completed And Entered Into
the Case Record No Later Than 3 Days After Program Admission And Should Be Updated
monthly. The Individual Service Plan Should Include Goals That Address:
establishing Permanent Housing
increasing Income Or Skill Level
supporting Self-determination And -preferences
goals Identified In The Individual Service Plans Are To Be
time-specific
measurable
behavioral
d.1.6. Homeless Management Information System (hmis) Data Reporting: Veterans Served
Through Va S Hchv Crs Program Must Have Client Level Data Entered In The Local
Continuum Of Care (coc) S Hmis.
d.1.7. Daily Census: The Contractor Is Responsible For Knowing Veterans Status With The Program.
Rosters Or Census Documents As To Which Veterans Are In The Program Are To Be Given To The
Va Liaison Daily Monday Through Friday To Ensure Effective Monitoring Of Bed Utilization.
The Contractor Will Identify On The Daily Census Which Contract A Veteran Is Under.
d.1.8. Incident Reporting: The Contractor Shall Notify The Va Immediately When Any Adverse
Critical Incident Involving A Veteran Admitted To The Program Occurs Or When Any Staff Becomes
Aware Of A Critical Incident Having Occurred. Va Liaison Has Operable Cellular And Office Phone
Where Messages Can Be Left As Well As Email Capacity. Critical Incidents Are Often Those That
Necessitate 9-1-1 Calls Or The Summoning Of Police And May Also Involve Contractor Staff.
Critical Incidents Include:
elderly/dependent Adult Abuse Or Neglect
sexual Assault
fire (veteran Involved)
medical Or Mental Health Emergency
suicidal Ideation Or Attempt
homicidal Ideation Or Attempt
physical Assault That Results In Significant Injury
significant Property Damage Due To A Violent Act
death
significant Infectious Control Concerns (tb, Etc.)
observation/possession Of Weapons
illegal Activity (prostitution, Etc.)
medication-related Incident (stealing, Selling, Etc.)
If An Incident Occurs After Hours, The Local Va Facility Administrator On Duty (aod) Is To
Be Notified By Telephone. Va Or Local Police And/or Emts Are To Be Called As Warranted
By The Provider To Ensure The Safety And Health Of Any Parties Involved With A Critical Incident.
Residential Staff Should Follow Emergency Plan Protocol As Established By The Contractor.
D.1.8.i. Documentation. The Critical Incident Should Be Documented Via The Contractor S
incident Report Form Within 24 Hours Of The Critical Incident Occurring So That It Is
available For Viewing By The Va Liaison Within 24 Hours. Contractor Shall
maintain A Copy Of All Critical Incident Reports In The Involved Veteran S
individual Case Record.
d.1.9. Length Of Stay & Extension Requests: Generally Speaking, Veterans Remain Under Hchv
Crs For A Total Of 90 Days. The Contractor Is Responsible For Coordinating With The Va Liaison
About Veterans In Need Of Extensions Under Contract Beyond The Initially Authorized Service
Period. This Coordination Will Include Discussion About Justifications And Lengths Of Extension.
Va Liaison Will Document Justification Of Extension Granted In The Veteran S Va Chart.
d.1.10. Discharge Reporting: The Contractor Is Responsible For Notifying The Va Liaison
Within 24 Business Hrs. Via The Daily Census Of Veterans Exits And For Providing A Written
Exit Form That Contains The Specific Data Required By The Northeast Program
Evaluation Center (nepec) For Documentation Of Discharge In The Homeless Operations And
Management Evaluation System (homes). The Exit Form Should Be Available To Liaisons
Within 3 Business Days Of The Veteran S Discharge From The Hchv Crs.
d.1.11. Hmis & Coc. The Contractor Is Expected To Have Access To And Participate In The Homeless
management Information System (hmis) And The Local Continuum Of Care For Purposes Of
outreach.
deliverables
e.1. Quality Control Business Plan: The Contractor Shall Submit A Quality Control
business Plan That Supports The Program Objectives And Associated Tasks. The Contract Officer Shall Review And Comment As Necessary To Ensure That Contract Goals Are Met.
e.2. Staffing And Service Plan: The Contractor Shall Provide A Detailed Staffing And
Service Plan. Plan Should Demonstrate That Enough Professional Personnel Are Employed To
Carry Out The Policies, Responsibilities, And Services Required Under This Contract. The Contractor
Must Identify
each Person Functioning As Key Personnel Under This Contract
their Position Description
their Credentials, Education Level, Certificates Held
their Resumes
There Are To Be At A Minimum The Following Key Personnel:
contact Information For An Offsite Administrator Who Can Make Decisions And Take Action Pertaining To The Crs Program Residents And Sites In Case Of Emergency Available 24 Hours A Day, 7 Days A Week
contact Information For And Availability Of Residential Staff And/or Other Designees For Veterans To Access In The Event Of Urgent Or Emergent Concerns And Events 24 Hours A Day, 7 Days Per Week
at A Minimum, Designated Staff Have Training In
blood Borne Pathogens And Infection Prevention And
medication Monitoring Or Administration (whichever Is Applicable)
the Contractor Shall Provide Resumes For Any Proposed Substitutions Of Key Personnel, At Least 15 Days Prior To The Date The Substitution Is To Occur. The Contracting Officer (co) Shall Notify The Contractor Within Fifteen (15) Calendar Days After Receipt Of All Required Information If The Va Is Able To Accept The Proposed Substitute Key Personnel. Temporary Substitutions Of Key Personnel Shall Be Permitted In Accordance With The Contractor S Contingency Plan. The Contractor S Contingency Plan To Be Utilized If Personnel Leave Contractor S Employment Or Are Unable To Continue Performance In Accordance With The Terms And Conditions Of The Resulting Contract Should Be Submitted To Co As A Part Of Proposal Package. The Co Is The Ultimate Authority On Acceptable Length For Temporary Substitution Of Key Personnel. The Va Reserves The Right To Refuse Or Revoke Acceptance Of Any Key Personnel If Personal Or Professional Conduct, Or Lack Of Required Skills Or Experience Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility And The Hchv Crs Program.
e.3. Administrative Documentation Requirements Invoices: The Monthly
Invoice Is Computed At The Daily Rate Multiplied By The Total Number Of Beds Occupied By Veterans
At Midnight Each Night Of The Given Month. Invoices Should First Be Submitted To The Va Liaison
For Approval And Signature By The 5th Of The Month Immediately Following The Billing Period In
Question. Once Approved, Invoices Are To Be Submitted Through The Tungsten Network (electronic
Invoicing System) By The 10th Of The Month Immediately Following The Billing Period In Question.
All Electronic Invoices Submitted Should Be Accompanied By Invoice Bearing Va Liaison Signature
For Reference Of Certifying Official. (for Additional Information, Reference: Vaar 852.273-72
Electronic Submission Of Payments Pg. 23. And Far 52.232-33 Payments By Electronic Funds
Transfer System For Award Management Pg.27.).
e.4. Quarterly Performance Report: The Va Liaison Shall Provide The Contractor
with A Written Report Detailing Program Data And Activities On A Quarterly Basis. The Report Should
Contain, At Minimum, The Following Information:
total Number Of Veterans Served
occupancy Rate
percent Of Veterans Discharged To Permanent Housing
percent Of Negative Discharges.
this Information Will Be Reviewed With The Contractor. Corrective Actions Will Be Taken To Address Not Meeting Performance Measures Of The Contract By The Contractor. A Detailed Action Plan Concerning Steps To Be Taken To Address Performance Measures Will Be Completed By Contractor And Provided Within 14 Days Of The Va Liaison.
deliverable Time Table
deliverables
due Dates
quality Control Business Plan
current Professional Liability Insurance Documentation
due Upon Solicitation Close Date
staffing And Service Plan
- Key Personnel Position Descriptions
- Resumes, Certifications, & Credential Documentation Of Each Key Personnel Staff Person
- Employee Manual Or Handbook
- Training And Continuing Education Offerings, Policies Regarding Staff Training And Education
- Resident Staff Handbook(s)
- Contingency And/or Strategic Plan
- Emergency, Health, And Safety Management Plans And Policies
due Upon Solicitation Close Date
documentation Of Supportive Services:
- Operational Manual, To Include (unless A Separate Document Is Provided):
bed Bug Policy
fire Drill Policy
service To All Veterans Policy
- Residential Handbook, To Include:
tobacco Use Policy
non-discrimination Policy
- Listing Of Group And Class Offerings, Ongoing Recreational Opportunities
due Upon Solicitation Close Date
individual Service/treatment Plan
made Available To Va Liaison In Veteran Case Record Within 3 Days Of Veteran S Enrollment In Crs
critical Incident Reports
reported By Electronic Or Telephone Medium Immediately.
documentation Made Available To Va Liaison Within 24 Business Hours
exit Forms
due Within 48 Business Hours Of Veteran Discharge
daily Census
due (business) Daily
invoices
due To Va Liaison By The 5th Of The Month Immediately Following The Billing Period In Question; Due In Tungsten Network (electronic Billing System) By The 10th Of The Month Immediately Following The Billing Period In Question.
(if Previously Awarded Contracts By Va) Most Recent Document Of Inspection Results
due Upon Solicitation Close Date
payment For An Absent Veteran In Hchv Crs Programs
F.1. Circumstances For Provider Payment
the Health Care For Homeless Veterans (hchv) Contract Residential Services (crs) Program Allows Payment To A Provider For An Absent Veteran Under The Circumstances Outlined Below.
the Hchv Crs Liaison Will Review A Hchv Crs Provider S Request For Payment Of An Absent Veteran To Ensure It Meets The Standards Set By The Hchv National Program Office And That This Payment Does Not Modify Any Terms Of An Existing Hchv Crs Program, However These Provisions Must Be Incorporated In All New Hchv Crs Program Solicitations Beginning 6 Months After The Publication Of This Directive.(vha Directive 1162.04, February 22, 2022) Any Questions Should Be Referred To The Hchv National Program Office.
the Department Of Veterans Affairs (va) Will Pay Per Diem Up To A Maximum Of 48 Consecutive Hours For Unscheduled Absence Or 96 Hours For The Scheduled Absence Of A Veteran Under The Following Conditions:
scheduled Absences. To Receive Payment, The Absence Must:
be Pre-planned, Consistent With And Support The Veteran S Individual Service Plan (e.g., Family Reunification, Short Term Medical, Substance Use Disorder (sud) Or Psychiatric Treatment).
have The Reason Documented In The Individual Veteran S Case File, Treatment Record, Or Service Plan.
not Result In The Bed Being Filed By The Provider.
not Be A Break Or Vacation From Treatment.
not Be Used For Extended Educational Or Employment Circumstances.
not Be Used To Create More Than 4 Consecutive Days Of Absence.
(2 )unscheduled Absences. To Receive Payment For An Unscheduled Absence:
(a) The Provider Must Have Evidence Of Active Outreach To Locate And Reengage The Veteran And Document The Steps Taken In The Veterans Individual Case File, Treatment Record Or Service Plan.
(b) The Provider May Not Fill The Bed.
(c) The Veteran Must Be Discharged From Hchv Crs Program If Not Located Within 48 Hours.
(3)inpatient Hospitalization. Hchv Low Demand Safe Haven (ldsh) Programs Target The Population Of Hard-to-reach, Chronically Homeless Veterans With Mental Illness And Many With Sud S Who Require Additional Supports To Maintain Treatment And Housing. Hchv Contract Emergency Residential Services (cers) Programs Established As Medical Respite Or Geriatric Care Programs Also Serve A Specific Subset Of Veterans With Complex Needs. The Per Diem Payment May Be Made To A Hchv Ldsh, Medical Respite Or Geriatric Care Provider If A Veteran Requires Inpatient Medical Or Psychiatric Treatment For A Period Of Up To 7 Days. The Provider May Not Fill The Bed During This Time And Should Maintain Contract With The Hchv Crs Liaison And The Veteran If Authorized.
(4) Ineligible Veteran. When A Veteran Is Admitted To A Hchv Crs Program And Found To Be Ineligible For Hchv Crs, Va Will Pay For A Maximum Of 4 Consecutive Days From The Day Of Admission To Allow The Provider And Hchv Crs Liaison Time To Locate And Arrange Alternate Placement.
g. Conduct
contractor Personnel Shall Be Expected To Treat Referred Veterans With Dignity And Respect And Abides By Standards Of Conduct Mirroring Those Prescribed By Current Federal Personnel Regulations. The Contractor Shall Comply With The Va Patient's Bill Of Rights As Set Forth In 38 Cfr 17.34a (copy Available Upon Request).
the Va Reserves The Right To Exclude Contractor Staff Members From Providing Services To Veterans Under This Contract Based On Breaches Of Conduct, Including Conduct That Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction, Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Veterans Or Other Staff Members To Designated Government Representatives. The Contractor Shall Deal With Issues Raised Concerning Contractor Personnel Conduct. The Contracting Officer Shall Be The Final Arbiter On Questions Of Acceptability And In Validating Complaints.
contractor Must Protect The Rights And Dignity Of The Individual Or Family Served In All Phases Of Service Delivery. At A Minimum, Providers Must Afford Each Veteran The Following Rights And Protections. Clients Must Be Permitted To Exercise These Rights Without Fear Of Reprisal.
veterans Are Entitled To Enjoy A Safe And Healthful Environment In The Program.
veterans Are Entitled To Be Treated In A Manner That Respects Their Dignity, Privacy And Individuality.
veterans With Disabilities Are Entitled To Reasonable Accommodations Under Fair Housing Laws When Such Accommodations Are Necessary Because Of Their Disability.
veterans Are Entitled To Remain In The Program And Not Be Involuntarily Removed Without Reasonable Notice, Good Cause, And Just Procedures.
all Program Clients Are Entitled To Just And Standardized Procedures For Determining Eligibility, Admissions, Sanctions And Discharges, And Resolving Grievances.
veterans Are Entitled To Reasonable Privacy And Confidential Treatment Of Personal, Social, Financial, Medical, Mental, And Behavioral Health Records, Except As Necessary To Further Treatment, Information And Referral Services And In Compliance With The Resident S Consent To Release Information, However Bed/room Checks Policy Should Also Be In Place With Veteran S Fully Aware Of What That Entails.
veterans Are Entitled To The Full Exercise Of Their Civil, Constitutional, And Legal Rights.
veterans Will Have On-going Opportunities To Voice Opinions, To Participate In Program Operation And Programming, And To Make Suggestions Regarding Programming And Rules.
veterans Rights Must Be Protected Against All Forms Of Discrimination, Including Those Based On Race, Religious Creed, Color, National Origin, Ancestry, Language, Disability (physical Or Mental Health), Medical Condition, Marital Status, Familial Status, Age, Gender, Sexual Preference, Source Of Income, Or Political Affiliation.
a Written Policy Indicating That Harassment Of Clients And Staff On The Basis Of Race, Religious Creed, Color, National Origin, Ancestry, Language, Disability (physical Or Mental Health), Medical Condition, Marital Status, Familial Status, Age, Gender, Sexual Preference, Source Of Income, Or Political Affiliation Will Not Be Condoned Nor Tolerated Should Be Part Of The Resident Handbook That The Veteran Receives.
contractors Will Develop A Written Policy For Transgender Clients That Provides For Safe, Secure, And Dignified Case Management As Well As Accommodate The Special Requirements Needed For Privacy. People Who Do Not Clearly Identify As Male Or Female Should Have Access To Whichever Sleeping And/or Bathroom Accommodation Helps Them Feel Safest. Where There Are Single-use Showers And Bathrooms In The Facility Designated For Residents, Transgender Residents Will Be Told About Them And Welcome To Use Them, But Not Required. It Is The Contractors Responsibility To Promote A Safe Environment For Transgender Clients Amongst The General Population.
h. Complaints
the Identified Va Liaison Will Monitor The Services Being Provided In All Hchv Crs Facilities. The Contractor Is Expected To Cooperate With Va Staff And Cor By Providing Information And Answering Questions In A Timely Manner When Requested. Contractor Shall Refer Complaints Received Directly From Veterans To The Identified Va Liaison Within 48 Hours Of Complaint. All Complaints Received By The Va Liaison That Of A Life-threatening Manner To A Veteran, Will Be Immediately Forwarded To The Contractor And Shall Be Investigated Promptly. After Investigation And Clarification Of Disposition, The Contractor Shall Respond To The Va Liaison Within Five (5) Working Days Or Less With Proposed Resolution Or Plan For Corrective Action. The Co Shall Be Notified In Instances Where The Proposed Course Of Action Or Response Does Not Appear Sufficient To Resolve Any Given Complaint.
the Resident Handbook, Given At The Time Of Intake/admission, Will Include A Grievance Policy So That Veterans May Know How To Address In A Step-by-step Process Format - Concerns And Complaints Concerning The Crs Program And Their Stay At The Shelter.
facilities
the Residential Locations Must Be Within Worcester County In State Of Massachusetts. The Contractor May Have More Than One Physical Plant In Which Veterans Will Domicile While Participating In The Crs.
It Is The Responsibility Of The Contractor To Properly Maintain Its Facilities And The Va
Shall Have No Responsibility For Paying Or Reimbursing The Contractor For Such Expenses.
the Work Environment May Require A Combination Of Settings From Personnel S Personal Sedentary Office To Shared Space In The Residential Care Setting. The Work Is Typically Performed In An Adequately Lighted And Climate-controlled Facility. Work May Require Occasional Travel For Transport Assistance, Case Management Activities, And/or Treatment Consultation.
i.1. General Requirements: It Is The Responsibility Of The Contractor To Properly Maintain Its Facilities And The Va Shall Have No Responsibility For Paying Or Reimbursing The Contractor For Such Expenses. The Contract Facility Must:
i.1.1. Have A Current Occupancy Permit Issued By The Local And State Governments In The
Jurisdiction Where The Facility Is Located.
i.1.2. Comply With Existing Standards Of State Safety Codes And Local, And/or State Health
And Sanitation Codes.
i.1.3. Meet The Requirements Of The Americans With Disabilities Act (ada) (public Law 100-336,
42 Usc 12101-12213) Pertaining To Handicapped Accessibility In Effect On The Date Of
Contract Award.
i.1.4. Where Applicable, Be Licensed Under State Or Local Authority.
i.1.5. Where Applicable, Be Accredited By The State.
i.1.6. Be Equipped With Operational Air Conditioning/heating Systems
i.1.7. Be Kept Clean Free Of Dirt, Grime, Mold, Or Other Hazardous Substances And Damaged
Noticeably Detract From The Overall Appearance.
i.1.8. Be Equipped With First Aid Equipment And An Evacuation Plan In Case Of Emergency.
i.1.9. Have Windows And Doors That Can Be Opened And Closed In Accordance With Manufacturer
Standards. It Is Strongly Recommended That Windows On Non-ground Floors Not Be Openable
Beyond 3 Inches.
I.2.1. Fire Safety Requirements:
i.2.1. The Building Must Meet The Requirements Of The Applicable Residential Occupancy Chapters Of The Current Version Of Nfpa 101, National Fire Protection Association's Life Safety Code. Any Equivalencies Or Variances Must Be Approved By Vanchcs Director
i.2.2. Fire Drills Must Be Held 6 Times A Year. Residents Must Be Instructed In Evacuation Procedures When The Primary And/or Secondary Exits Are Blocked. A Written Fire Plan For Evacuation In The Event Of Fire Shall Be Developed And Reviewed Annually. The Plan Shall Outline The Duties, Responsibilities, And Actions To Be Taken By The Staff And Residents In The Event Of A Fire Emergency. This Plan Shall Be Implemented During Fire Exit Drills. A Written Policy Regarding Tobacco Smoking In The Facility Shall Be Established And Enforced.
i.2.3. Portable Fire Extinguishers Shall Be Installed At The Facility. Use Nfpa 10, Portable Fire Extinguishers, As Guidance In Selection And Location Requirements Of Extinguishers. Requirements For Fire Protection Equipment And Systems Shall Be In Accordance With Nfpa 101. All Fire Protection Systems And Equipment, Such As The Fire Alarm System, Smoke Detectors, And Portable Extinguishers, Shall Be Inspected, Tested, And Maintained In Accordance With The Applicable Nfpa Fire Codes And The Results Documented.
j. Inspections
prior To The Award Of Any Contract And Annually Thereafter During Any
subsequent Contracted Performance Periods, A Multidisciplinary Va Team Consisting Of
a Social Worker Or Mental Health Clinician For Clinical Review Purposes,
dietitian Or Nutrition And Food Service Professional, Who Will Also Conduct Twice Annual
unannounced Inspections
nursing Or Pharmacy Staff,
va Police,
a Safety And Occupational Health Specialist And
any Other Subject Matter Experts The Va Medical Center Director Deems Necessary
inspectors Will Survey The Contractor S Facilities To Be Used To Provide Veterans Food, Shelter, And Clinical Services To Assure The Facility Provides Acceptable Level Quality Care In A Safe Environment. Additional Inspections May Also Be Carried Out, Announced Or Unannounced At Any Other Time As Deemed Necessary By Va.
the Contractor Will Be Advised Of The Findings Of The Inspection Team. If Deficiencies Are Noted During Any Inspection, The Contractor Will Be Given A Reasonable Amount Of Time (typically 30 Days) To Take Corrective Action And To Notify The Contracting Officer That The Corrections Have Been Made. A Contract Will Not Be Awarded Until Noted Deficiencies Have Been Eliminated. Failure By The Contractor To Take Corrective Action Within The Reasonable Time Provided Will Be Reported To The Va Contracting Officer. If Corrections Are Not Made To The Satisfaction Of The Va, The Contracting Officer Will Be Notified, And Shall Be The Final Arbiter On The Necessary Resulting Consequences And Action.
cursory Environmental Reviews Will Be Conducted And Based Upon Observations By Va Liaison(s).
these Reviews Will Be Recorded. Any Grossly Apparent Infractions Will Be Addressed With Subject Matter Experts And The Contractor.
a Va Crs Inspection Form Template Is Available From The Va Liaison Upon The Contractor S Request.
j.1.1. Life Safety Code. The Inspection Of The Contractor Facilities Will Include Inspection For Conformity To The Current Life Safety Code As Described In Paragraph 5, And Will Also Include The Following:
j.1.2. General Observation Of Residents To Determine If They Maintain An Acceptable Level Of Personal Hygiene And Grooming.
j.1.2. Assessment Of Whether The Facility Meets Applicable Fire, Safety, And Sanitation Standards.
j.1.3. Determining Whether The Facility Is In Attractive Surroundings Conducive To Social Interaction And The Fullest Development Of The Resident's Rehabilitative Potential.
j.1.4. Observation Of Facility Operations To See If Appropriate Organized Activity Programs Are Available During Waking Hours (including Evenings) And Degree To Which A High Level Of Activity Is Observed In The Facility, Such As Individual Professional Counseling, Physical Activities, Assistance With Health And Personal Hygiene.
j.1.5. Seeking Evidence Of Facility-community Interaction, Demonstrated By The Nature Of Scheduled Activities Or By Information About Resident Flow Out Of The Facility, E.g., Community Activities, Volunteers, Local Consumer Services, Etc.
j.1.6. Observation Of Staff Behavior And Interaction With Residents For Appropriateness And Effectiveness. Observation Of Staff S Ability To Share Their Knowledge Base About The Residential Facility Programming And Their Roles And Responsibilities.
j.1.7. Inspecting The Types Of Meals And Other Nutrition Provided To Residents To See If Appetizing, Nutritionally Adequate Meals Are Provided In A Setting, Which Encourages Social Interaction And If Nutritious Snacks Between Meals And Bedtime Are Available For Those Requiring Or Desiring Additional Food, When It Is Not Medically Contraindicated.
j.1.8. A Clinical Review Of Veterans Records To Ensure Accuracy With Respect To Services Provided To The Veterans. (also See Deliverable Time Table For When Documentation Of Certain Items Should Be Inputted To The Veterans Records.)
j.1.9. Those Documents Listed In Deliverable Time Table Will Be Requested At The Time Of Inspection. It Is Highly Recommended That All Documents Listed Under Deliverables Are Reviewed For Accuracy And Updating Annually.
all Department Of Veterans Affairs Inspection Findings For Residential Facilities Furnishing Treatment And Rehabilitative Services To Eligible Veterans Shall, To The Extent Necessary, Be Made Available To All Government Agencies Charged With The Responsibility Of Licensing Or Otherwise Regulating Or Inspecting Such Institutions As Well As The Va Integrated Services Network (visn) And Va Central Office (vaco).
Closing Date7 May 2025
Tender AmountRefer Documents
Province Of Iloilo Tender
Others
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Agricultural Equipment Bid No. Agr-25-223-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 5 1. Scope Of Bid 5 2. Funding Information 5 3. Bidding Requirements 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders 5 6. Origin Of Goods 6 7. Subcontracts 7 8. Pre-bid Conference 7 9. Clarification And Amendment Of Bidding Documents 7 10. Documents Comprising The Bid: Eligibility And Technical Components 7 11. Documents Comprising The Bid: Financial Component 7 12. Bid Prices 8 13. Bid And Payment Currencies 8 14. Bid Security 8 15. Sealing And Marking Of Bids 9 16. Deadline For Submission Of Bids 9 17. Opening And Preliminary Examination Of Bids 9 18. Domestic Preference 9 19. Detailed Evaluation And Comparison Of Bids 9 20. Post-qualification 10 21. Signing Of The Contract 10 Section Iii. Bid Data Sheet 11 Section Iv. General Conditions Of Contract 12 1. Scope Of Contract 12 2. Advance Payment And Terms Of Payment 12 3. Performance Security 12 4. Inspection And Tests 12 5. Warranty 13 6. Liability Of The Supplier 13 Section V. Special Conditions Of Contract 14 Section Vi. Schedule Of Requirements 16 Section Vii. Technical Specifications 17 Section Viii. Checklist Of Technical And Financial Documents 19 Section I. Invitation To Bid Purchase Of Agricultural Equipment Bid No. Agr-25-223-b 1. The Iloilo Provincial Government Through The 20% Nta Development Fund Fy-2025 Intends To Apply The Sum Of Three Million Eight Hundred Thousand Pesos (php 3,800,000.00) Being The Abc To Payments Under The Contract For The Purchase Of Agricultural Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within 45 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 20, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On March 27, 2025 At 9:00 A.m. At The N/a And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City On Or Before April 10, 2025 At 9:00 A.m. 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 April 10, 2025 At 9:01 A.m.at The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com March 7, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Agricultural Equipment With Bid No. Agr-25-223-b. The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Item(s), The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Three Million Eight Hundred Thousand Pesos (php 3,800,000.00) 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. 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: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. 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 Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Art Center, Nanga, Pototan, Iloilo Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To Art Center, Nanga, Pototan, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Heated Mechanical Grain Dryer-recirculating Batch Dryer 1 1 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Agr-25-223-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder’s Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1. Heated Mechanical Grain Dryer-recirculating Batch Dryer *drying System 6 Tons Capacity With Programmable In-line Monitoring System With Control Panel Prime Mover: Electric Motor *heating System 1 Petroleum Based Fuel Flame Sensor Electronic Ignition System Automatic Fuel Shut-off Adjustable Fuel Vaporizer Elevated Non-corrosive And Heat Resistant Fuel Container At 200 Liters Capacity Prime Mover: Electric Motor Heating System 2 Biomass Fuel Heat Exchanger: Stainless/fire Tubes Burning Chamber: Made Of Refractory Bricks Temperature Control Prime Mover: Electric Motor Pre-cleaner Dust Collection System Generator Set Power Rating (kva): 25 Kva (minimum) Portable Handheld Moisture Meter Standard Heavy Duty Tools: Made Of Tempered Steel And Chrome Vanadium 1 Set Socket Wrench (no. 8, 9, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32 Min.) 1 Set Open Wrench (no. 8, 10, 12, 14, 16, 18, 20, 22, 24 Min.) Electrical Plier: 200mm Screwdriver: Philips And Flatheld, 300mm Grease Gun: 250mm Mechanical Pliers: 200mm Heavy Duty Toolbox And Roll-up Tools Holder Vacuum Cleaner Fire Extinguisher Automatic Portable Bag/sack Closer/sewer Terms And Conditions: (for Post-qua) 3. Item Must Have With Valid Agricultural Machinery Testing And Evaluation Center (amtec) Test Result 11. Winning Bidder Must Have A Service Center And Should Have Available Spare Parts And Technicians Within Lloilo City Or Iloilo Province 13. Technical Specification Of The Items In Bidding Documents Must Be Prepared, Signed And Sealed By An Agricultural And Biosystem Engineer 14. Winning Bidder Must Have A Permit To Operate Issued By The Department Of Agriculture (da) - Bureau Of Agricultural And Biosystems Engineering (bafe) 15. Winning Bidder Must Have A Certificate Of Accreditation Issued By The Department Of Agriculture Philippine Council For Agriculture And Fisheries (da-pcaf) And The National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board 16. Winning Bidder Must Have A Certificate Of Conformity Issued By Department Of Agriculture (dao- Bureau Of Agricultural And Fisheries Engineering (bafe) Terms & Conditions: (for Delivery) 1. The Item Must Be Delivered At Art Center, Nanga, Pototan, Iloilo 2. The Item Must Be Delivered Within 45 Days Upon Receipt Of Notice To Proceed (ntp) 4. Laminated Reflectorized Vinyl Sticker Of Morprogres And Province Of Iloilo *6 Inches Diameter (minimum) For The Province Of Iloilo *2 Feet By 6 Inches (minimum) Morpogres 5. With Complete Set Of Operation Manual For Drying Unit, Drying System, Electric Motor, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular 6. Project Signage/marker 7. Brand Of Engine Offered Must Be Available In The Philippine Market For Atleast 15 Years 8. Winning Bidder Must Installed The Item At Specified Site For Free 9. Item Must Conducted For Test Run 10. Item Must Have A Warranty Period Of Atleast 1 Year From The Date Of Acceptance By The End-user/recipient/beneficiary 12. Winning Bidder Must Provide Training As To The Proper Operation Of The Item 17. Item Must Be Delivered At Its Best Best Quality And Condition 18. Winning Bidder Must Coordinate With The Provincial Agriculture Office- Agricultural Engineering Division Prior To The Delivery Of Item Listed Above ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Bid Form Date: _____________________ Bid No.: ___________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers __________, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply/deliver/perform _________________________________________ [description Of The Goods] In Conformity With The Said Pbds For The Sum Of _______________________________________, (php _______________________) [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties, As Applicable, Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ____________________________________________________ As Evidenced By The Attached [name Of The Bidder] ______________________________________. [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Republic Of The Philippines) City Of ____________________) S.s. Bid Securing Declaration Bid No.: ___________________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of _____________________) S.s. Omnibus Sworn Statement (for Sole Proprietorship) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Sole Proprietor Or Authorized Representative Of ______________________________________ With Office Address At ______________________________________; 2. As The Owner And Sole Proprietor, Or Authorized Representative Of _____________________________________, I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For ___________________________________________ [name Of The Project] Of The Iloilo Provincial Government, As Shown In The Attached Duly Notarized Special Power Of Attorney; 3. __________________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. __________________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. ___________________________________________ Complies With Existing Labor Laws And Standards; And 8. ___________________________________________ Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The ______________________________________. [name Of The Project] 9. _________________________________________ Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. ________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of ____________________) S.s. Omnibus Sworn Statement (for A Partnership Or Cooperative) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Duly Authorized And Designated Representative Of ______________________________ With Office Address At ___________________________________; 2. I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For __________________________________ Of The Iloilo Provincial Government, As Shown [name Of The Project] In The Attached _________________________________________________; [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;] 3. _____________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. _____________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. None Of The Officers And Members Of _____________________________________ Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. _____________________________________ Complies With Existing Labor Laws And Standards; And 8. _____________________________________ Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The ______________________________________. [name Of The Project] 9. _____________________________________ Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of _____________________) S.s. Omnibus Sworn Statement (for A Corporation Or Joint Venture) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Duly Authorized And Designated Representative Of ______________________________ With Office Address At ___________________________________; 2. I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For __________________________________ Of The Iloilo Provincial Government, As Shown [name Of The Project] In The Attached _________________________________________________; [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;] 3. _____________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. _____________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. None Of The Officers, Directors, And Controlling Stockholders Of _____________________________________is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. _____________________________________ Complies With Existing Labor Laws And Standards; And 8. _____________________________________ Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: E. Carefully Examining All Of The Bidding Documents; F. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; G. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And H. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The ______________________________________. [name Of The Project] 9. _____________________________________ Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. ________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of ____________________) S.s. Performance Securing Declaration Bid No: ____________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, To Guarantee The Faithful Performance By The Supplier/distributor/manufacturer/contractor/consultant Of Its Obligations Under The Contract, I/we Shall Submit A Performance Securing Declaration Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award Prior To The Signing Of The Contract. 2. I/we Accept That: I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of One (1) Year For The First Offense, Or Two (2) Years For The Second Offense, Upon Receipt Of Your Blacklisting Order If I/we Have Violated My/our Obligations Under The Contract; 3. I/we Understand That This Performance Securing Declaration Shall Cease To Be Valid Upon: A. Issuance By The Procuring Entity Of The Certificate Of Final Acceptance, Subject To The Following Conditions: I. Procuring Entity Has No Claims Filed Against The Contract Awardee; Ii. It Has No Claims For Labor And Materials Filed Against The Contractor; And Iii. Other Terms Of The Contract; Or B. Replacement By The Winning Bidder Of The Submitted Psd With A Performance Security In Any Of The Prescribed Forms Under Section 39.2 Of The 2016 Revised Irr Of Ra No. 9184 As Required By The End-user. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Email Address: ______________________________________ Statement Of Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Bidder’s Name: Email Address: Bidder’s Address: Fax Number: Tel. Number: Name Of Project Amount Of Contract Date Of Contract Effectivity Owner’s Name And Address Delivery Period Date Of Delivery Date Of Acceptance Signature Over Printed Name Attachments: 1. Purchase Order (po) 2. Acceptance And Inspection Report (air) Statement Of All On-going Government And Private Contracts (including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid) Bidder’s Name: Email Address: Bidder’s Address: Fax Number: Tel. Number: Name Of Project/s Amount Of Contract Date Of Contract Effectivity Owner’s Names And Address Delivery Period (indicate All Delivery Periods If Staggered Delivery Allowed) End Of Delivery Period Value Of Outstanding Contracts (indicate If Partial Delivery Allowed) No. Of Days From End Of Delivery Period Days Of Approved Extension/ Suspension, If Any Total Value Of Outstanding Contracts (php) Signature Over Printed Name Fill Up All The Columns Accordingly Disclaimer: Non-disclosure Of All On-going Contracts And Details Thereof Is Grounds For Ineligibility And Disqualification.
Closing Date10 Apr 2025
Tender AmountPHP 3.8 Million (USD 66.6 K)
7041-7050 of 7103 archived Tenders