Furniture Tenders

Furniture Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With (iaw) The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. The Government Reserves The Right To Make No Award From This Solicitation.â â  this Is A Request For Quote (rfq),â and The Solicitation Number Isâ 36c25025q0329. The Government Anticipates Awarding A Firm-fixed Price Purchase Order Resulting From This Solicitation. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circulars 2025-01/02, Effective 02/18/2025. The Associated Naics Code Isâ 339112, Surgical And Medical Instrument Manufacturing. the Department Of Veterans Affairs, Network Contracting Office 10, Is Soliciting Quotes Fromâ allâ sources To Supply Theâ chalmers P. Wylie Va Ambulatory Care Center Ceiling Lifts. Respondents To This Solicitation Must Fully Demonstrate Their Capability By Supplying Detailed Quote Information, Along With Any Other Documents Necessary To Support The Requirements Below. This Is A Brand Name Only Requirement For Guldmann Gh3+ Ceiling Lifts. quotes Are To Be Provided Toâ gina P. Crank, Contracting Officer, Via Email Atâ gina.crank@va.gov, No Later Thanâ march 3, 2025, Byâ 5:00â pmâ est. No Telephone Calls Will Be Accepted. No Submission Received After The Above-mentioned Date And Time Will Be Accepted.â  item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 3.00 ea $ $ gh3+ 825 Lbs. Hoist W/ Integrated Scale W Digital Hand Control And 2point-hanger Bar. Non Recessed 4mx4m Or Smaller Continuous Charge In-rail 'h' Track System ***eils 241,242,420*** ***marion,newark,delaware*** ***poc Duane Hart*** local Stock Number: Gh3+ 0002 3.00 ea $ $ stamped Engineered Drawings local Stock Number: Stamped Drawings grand Total $ statement Of Work 1. Program Requestor/manager). name: sherri Webb Bsn, Rn section: safe Patient Handling And Mobility Program Manager address: 420 N. James Rd. Columbus, Oh. 43219 phone Number: fax Number: e-mail Address: sherri.webb@va.gov 2. Contract Title. Cboc Patient Lifts 3. Background. The National Visn Sphm Directive 1611 States That All Staff Are To Use Sphm Equipment To Reduce The Potential For Risk Of Staff/veteran Injury. Sphm Requires Use Of Sph Technology To Mobilize Patients Over 35 Pounds. the Delaware/marion/zanesville Cbocs Which Are New Construction Will Each Need A New ceiling Lift Traverse H Track To Cover The Entire Procedure Room. The Lift Will Have A Maximum Weight Capacity Of 825 Pounds To Support The Bariatric Community. As Part Of Regular Work In The Patient Care Areas, If Patient Lift Equipment Was Not Available, Staff Would Have To Manually Lift Veterans Increasing The Risk Of Staff And Veteran Injury And Increased Healthcare Costs. The Columbus Va Main Facility Has Guldmann Gh3/gh3+ Ceiling Lifts Installed Throughout The Facility. 4. Scope. a. the Contractor Shall Provide A Technical And Cost Proposal For Turn-key Installation Services Including All Hardware, Labor, Training, And Testing (advanced Model With New-style 2-point Hanger Bar, Customizable Rail Design And Faster Speeds) To Install Patient Lift Systems In Accordance With This Scope Of Work. This Cost Proposal Shall Be For Providing Installation Of All New Lift System Equipment Including But Not Limited To; Slings, Lift Devices, Rails, Support Material, Bracing And All Other Associated Components Required For Complete, Functional Installation For Ceiling Lift In With Scale And Continuous Charge Ceiling Lift Systems. This Proposal Shall Also Be For Installation Of The Lift Systems Including But Not Limited To Any Required Plans, Engineering Details And Documents, Tools, Labor, Testing, Training, Cleaning Supplies, Containment Systems, Etc. All New Gh3+ Lift Systems Must Have A Lifting Capacity Of No Less Than 825 Lbs., Have Continuous Charge, Built To Avoid interference With Curtain Tracks. The Rail Systems Must Be Designed, Constructed, And Installed In A Traverse X-y ( H Track) Room-covering Design; In Such A Manner As To Allow For Maximum Utilization Of Patient Room Space. Operation Of The System Must Be Smooth With No Fast Or Jerky Starts And Stops. Operation Of The System Must Allow For Adequate Lifting Height Allowing For Multipurpose Functions Such As Patient Transfer, Floor Recovery, Repositioning, Procedural Assistance (e.g., Limb Holding), And Integrated Scale For Weighing The Patient. Track Systems Shall Be Self-supporting From The Ceiling. All Rails Will Be A Continuous Charge System. All Lift Systems Must Have The Availability To Weigh A Patient In Kilograms And Pounds. Existing Hangers, Unistrut, Or Other Support Components Shall Not Be Utilized To Support The Lift Tracks. No Existing Utility Systems Or Supports Shall Be Used For Support Or For Bracing Of The Lift System. All New Supports Must Be Connected Directly To Building Structural Components. b. This Sow Describes A Brand Name Requirement In Accordance With Far 11.104. 5. Specific Tasks. a Ceiling Lift Is To Be Installed In Each Vhacos Cboc (delaware/marion/zanesville) For Multipurpose Functions (e.g., Floor Recovery, Limb Holding, Transferring Patient, Weighing patient, Repositioning Patient, Procedure Positioning). A Traverse X/y ( H ) Track Rail System To Be Used To Provide Coverage For Entire Room. all Installation Must Comply With Requirements Of Patient Safety Alert Al14-07, Including The Checklist For Installation And Relocation. The Installation Checklist Must Be Filled Out For Each Installed Lift, In Addition To Any Checklist Required By The Manufacturer, And Supplied To The Cor. The Checklist Is Included In The Solicitation As Attachment 1. contractor Shall Provide Personnel That Are Guldmann Authorized/ Certified Installers Of The Original Equipment Manufacturer (oem) Of The Provided Lifts And Rails, No Exceptions. Personnel That Are Not Certified/ Authorized Installers Of The Ceiling Lift Oem Are Not Permitted To Execute Ceiling Lift Installations (not Acceptable To Va). Installers Must Have Current Certification To Work On The Provided Overhead Lift And Rail Systems. Certifications Shall Be Provided As Part Of The Contractor S Quote. certifications Shall Be Provided By The Manufacturer Who Will Conduct Testing To Ensure That The Ceiling Lift And Charging System Are Safe And In Compliance With Iso 10535 & Ul 60601- 1. the Contractor Shall Perform Site Survey Of The Pre-existing Conditions And As-built Drawings Above And Below Finish Ceiling At The Installation Location To Confirm Existing Structural And Ceiling Conditions. Contractor Will Provide Evaluation Of Existing Structure Where Ceiling Lifts Are Needed And Submission Of Plans To Vhacos Engineering Service, To Assure That Workable Systems Are Installed And Comply With Va Design Requirements And Relevant Standards. Plans Shall Be Submitted After Contract Award. verify Minimum Clearances For Operation Are Compliant With Manufacturer Recommendations. (ensure Room Clearance And That The Ceiling Height Is Adequate For Lift usage.) Contractor Will Provide Information On Minimum Clearances For Operation Of Each Lift, To Be Presented With The Bid. g. Contractor Will Provide All Qualified Personnel, Materials, Equipment, And Services Necessary To Install Ceiling Lifts For All Cbocs Listed Including Lifts, Tracks, Spreader Bars, Attachment Hardware, And All Other Equipment Necessary For Safe Operation. h. Contractor Shall Complete Testing And Certification (weight/ Safety Testing) Of All Installed Ceiling Lifts Prior To Va Acceptance. Contractor Shall Be Able To Certify That All Ceiling Lifts Are Safe For Patient Use After The Completion Of Post-installation Testing/ Certification. Contractor Will Provide Evidence Of Testing Of All Provided/ Installed Ceiling Lift Systems Via A Written Report, According To Va Checklist Requirements. The Va Checklist Can Be Found In Attachment 1. 6. Performance Monitoring proposed Gh3+ Ceiling Lift Requirements contractor Shall Provide A Plan For Each Room Detailing Location Of Lift Rails, Support Structure Above, And Means Of Attachment. for Patient Safety Purposes, Guldmann Lifts Are Preferred. The Facility Wishes To Work With A Company That Has Been Manufacturing Ceiling Lift Systems For Upwards Of 40 Years And Has Had No Fda Recalls In Its History. Research Has Shown That Guldmann Is The Only Company That Can Meet Both These Criteria. Market Research Has Been Conducted Nationally On Each Available Ceiling Lift Vendor. Logistical Systems Are Already In Place To Maintain Guldmann Sling/parts/accessory Inventory; User Function, And Equipment Serviceability Require No Changes And Subsequently No Additional Costs. Education Requirements Are Already In Place For Staff And Training Is Standardized With These Lifts. The Cost For Guldmann Lifts Includes All Materials, Shipping Information, Additional Training If Required And Installation. all Lifts Shall Be Weight Tested Prior To Acceptance. Test Weight Shall Be 150% Of Rated Capacity And Shall Be Applied To All Points Of Suspension And Traverse Rail. Prior To Testing, Contractor Shall Submit Rail Deflection Testing Standards To The Va. Testing Shall Be Observed By The Va Cotr And A Written Report Shall Be Provided Following Each Test. The Report Shall Include Deflection Measurements Taken At Locations Of Maximum Deflection During The Weight Test. All Deflection Points Shall Be Within Defined Code Limitations. Contractor Will Provide All Travel, Labor, Parts, Test Equipment (to Include Weight Set), Tools, And Incidentals Necessary To Perform All Required Inspection Services. Any Overtime Needed That Would Cause An Increasing In Invoicing Must Receive Prior Approval By The Visn Contracting Officer, Through The Cor (or Designee). all Services For This Contract Must Meet Manufacturer's Performance And Technical Specifications, Federal Regulations, And Other Specifications That May Apply Such As National Electric Code (nec), Life Safety Code (lsc), Joint Commission (jc), And Va Regulations. final Equipment Certification Shall Be Provided In Writing Prior To Acceptance By The Va. contractor Shall Provide Personnel That Are Guldmann Authorized/ Certified Installers Of The Original Equipment Manufacturer (oem) Of The Provided Lifts, No Exceptions. personnel That Are Not Certified/ Authorized Installers Of The Ceiling Lift Oem Are Not Permitted To Execute Ceiling Lift Installations (not Acceptable To Va). Installers Must Have Current Certification To Work On The Provided Overhead Lift And Rail Systems. Certifications Shall Be Provided As Part Of The Contractor S Quote. certifications Shall Be Provided By The Manufacturer Who Will Conduct Testing To Ensure That The Ceiling Lift And Charging System Are Safe And In Compliance With Iso 10535 & Ul 60601-1. verify Minimum Clearances For Operation Are Compliant With Manufacturer Recommendations. (ensure Room Clearance And That The Ceiling Height Is Adequate For Lift Usage.) lifting Capacity: Proposed Ceiling Lifts (to Be Installed) Shall Have A Minimum Lifting Capacity Of 825 Lbs., With A Standard Carry Bar. emergency Stop Function: All Proposed Ceiling Lifts Shall Have Both An Electrical And Mechanical Emergency Stop. Mechanical Emergency Stop Is Required To Be A Pull Cord Stopping Mechanism That May Be Reached From Standing Person S Height. all Proposed Ceiling Lifts Shall Have An Electronic Soft Start And Soft Stop Function. integrated Scale: Proposed Ceiling Lifts Shall Have A Fully Integrated Digital Scale (for Certain Designated Areas) That May Be Used To Weigh Patients. The Ceiling Lifts Shall Be Able To Zero And Display Patient Weight On A Display Screen. Scale Shall Be Able To Display Weights In Both Kilograms And Pounds. The Integrated Scale Accuracy Specification Shall Meet Or Exceed +/- 0.5% At Max Load. Integrated Scales Shall Be Class Iii Scales. Integrated Scale Shall Be Truly Integrated, I.e., Does Not Require Additional Attachment Pieces To Either The Lifting Bar, Lifting Strap/bar, Or Motor For Scale Functionality To Work. scales Must Have Digital Readout In The Hand Control And Must Not Decrease The Lifting Height Of The System. lifts Must Not Beep Or Flash During Normal Operation. emergency Lowering: All Proposed Ceiling Lifts Shall Have An Emergency Patient Lowering Option To Safely Lower Patients From A Standing Person S Height Without The Use Of Tools Or Ladders In The Event Of Lift Malfunction. all Proposed Ceiling Lifts Shall Be Motorized Units. current Limiter For Circuit Protection In Case Of Overload. cab: Vo Plastic Fire Retardant, Ul 94 vertical Movement-dc Motor the Life Cycle (number Of Charging Cycles) For Batteries Shall Be In Compliance With Iec 801-2. the Straps Shall Meet Iso En 10535 Safe Patient Handling Equipment hand Control/ Pendant: All Proposed Ceiling Lifts Shall Have An Integrated Hand Control Or Pendant That Allows End-users To Lift And Lower Patients. The Hand Control Units Shall Have An Lcd Display Screen. Hand Control Units Shall Have Wireless Option Availability. battery: Provided Batteries Shall Have A Life Expectancy Of At Least 5 Years (minimum Specification). Provided Batteries Shall Have A Maximum Charge Time No Greater Than 5 Hours. battery Charging: All Proposed Ceiling Lifts Shall Be Able To Charge The Batteries While The Lifting System Is Located At Any Point On The Rail (rail Charging). Ceiling Lifts Shall Re- Charge Automatically Without Prompt Or Action Required By End-users At Any Location Along The Rail System. The Max Charging Time To Recharge Battery Completely Shall Not Exceed 5 Hours. lifts Must Be Able To Lift A Full-capacity Load Of 200 Pounds At Least 35 Times On A Full, New Battery Charge. proposed Ceiling Lifts Shall Be Capable Of Lifting Patients Off The Floor. display Function: Ceiling Lifts Shall Be Able To Display The Following Data: Total Lift Count, Total Hours, Last/next Service (pm) Required. all Installations Are Completed By Factory Certified, Us Installers. available Ul Certification Of Entire Installation As Opposed To Ul Listing On The Transformer Only. provision Of System Approval On Room Covering According To Iso En 60601-1 Medical Equipment provision Of System Approval On Room Covering According To Iso En 10535 Safe Patient Handling Equipment inspection Of Equipment After Installation Is Required Prior To Use For Patient Movement. Inspection Shall Be In Accordance With Manufacturer S Installation Checklist And The Facilities Installation Checklist (patient Safety Alert Al14-07). installation Hardware Meets Ibc 2006 (international Building Code) Standards. certification Of Compliance With Va Requirements Shall Be Provided By An Independent Third Party, Inspector Of Record (ior), Who Will Observe Installation And Manufacturer S Testing To Ensure That The Ceiling Structure, Ceiling Lift, And Charging System Is Safe And Compliance With Shop Drawings, Structural Calculations, Specifications, Iso 10535 Requirements, And Code Requirements. Ior Shall Be A Registered Structural Engineer In The State Of Installation. lift Must Charge Anywhere On The Track Via Continuous Ac Charging. ii. Contractor Shall Provide Certified In-service Training For All Shifts Of Direct Patient Care Staff In Units Where Lifts Are Installed At No Additional Cost To The Government, For Any Equipment New To This Facility (up To 10 Sessions In Coordination With The Cor). This Training Must Include Hands-on Lift Use And Be Extensive Enough To Prepare Participants To Train Others. training Must Include Each New Type Of Equipment And Sling Used In An Area. contractor Shall Provide Certified In-service Training On Each Site, Multiple Times In A Day, For Healthcare Technology Management Staff In Coordination With The Cor. overload Protection: Proposed Ceiling Lifts Shall Have An Overload Protection Mechanism. the Lifts Shall Be Mounted (using Ceiling, Wall, Or Floor Support As Determined By Building Structure And Room Covering Layout Needs) To Provide Lifting Capability For The Maximum Area Possible Within Each Room Which Means Wall To Wall Not Just Over The Bed. the Lift Hand Control Must Be Attached To The Lift In A Way That Allows It Not To Be Lost. contractor Must Install Lifts Without Relocating Or Interfering With Operations Of Existing Sprinkler Heads, Lights, Hvac Grills, Curtain Tracks, Iv Tracks, Televisions, Permanent Furniture, Or Other Permanent Structure. Contractor Must Describe Any Such Fixtures That Must Be Moved During Contract Bid And Pre-construction Meetings. Installation May Be delayed, Canceled, Or Moved To A Mutually Acceptable Location If Building Changes Cannot Be Made In Ways That Allow Lift Installation. security Requirements Na government-furnished Equipment (gfe)/government-furnished Information (gfi) na other Pertinent Information Or Special Considerations. training: contractor Shall Provide Certified In-service Training For All Shifts Of Direct Patient Care And Htm Staff In Units Where Lifts Are Installed At No Additional Cost To The Government, For Any Equipment New To This Facility. This Training Must Include Hands-on Lift Use And Be Extensive Enough To Prepare Participants To Train Others. training Must Include Each New Type Of Equipment And Sling Used In An Area. training And Support To Be Ongoing For Users. manuals: Contractor Shall Provide Electronic Copies Of The User Manuals And Repair Manuals For Each Different Model Of Lift Installed Under This Order Or Contract At No Additional Cost To The Government. identification Of Possible Follow-on Work Na identification Of Potential Conflicts Of Interest Na (coi) identification Of Non-disclosure Requirements Na packaging, Packing And Shipping Instructions Na inspection And Acceptance Criteria Na risk Control Na 11. Place Of Performance. chalmers P. Wylie Ambulatory Care Center And Affiliated Outpatient Clinics period Of Performance. One Time Purchase delivery Schedule 30 Days Aro the 11 Federal Holidays Observed By The Federal Government Are: the President Of The United States Of America May Declare Additional Days As A Federal Holiday, And If So, This Holiday Will Automatically Be Added To The List Above. When A Holiday Falls On A Sunday, The Following Monday Shall Be Observed As A Federal Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Shall Be Observed As A Federal Holiday. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Items (sep 2023) far 52.212-3, Offerors Representations And Certifications Commercial Items (nov 2023) 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 Items. 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 Items (nov 2023) addendum To Far 52.212-4 Contract Terms And Conditions Commercial Items clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: far 52.252-2 Clauses Incorporated By Reference (feb 1998) far 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (march 2023) vaar 852.212-70 Provisions And Clauses Applicable To Va Acquisition Of Commercial Items (apr 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1 vaar 852.212-71 Gray Market Language (feb 2023) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders (dec 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: [52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, And 52.232-33.] all Quoters Shall Submit The Following: A Completed Schedule With Pricing, Adequate Documentation Detailing The Capabilities Of The Product. all Quotes Shall Be Sent To The Electronically Via Email To Gina P. Crank @ Gina.crank@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 Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms And 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 Not Later Than March 3, 2025 By 5:00 Pm Est To Gina.crank@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 gina P. Crank contracting Officer network Contract Office (nco) 10 office: 614-625-1236 email: Gina.crank@va.gov department Of Veterans Affairs justification For Single Source Awards Iaw Far 13.106-1 for over Micro-purchase Threshold But Not Exceeding The Sat ($250k) acquisition Plan Action Id: 36c250-25-ap-1996 contracting Activity: Department Of Veterans Affairs, Visn/nco 10, 2780 Airport Drive, Columbus Oh 43219 For The Delaware/zanesville/marion Cbocs. 2237 Number 757-25-2-096-0169. brief Description Of Supplies/ Services Required And The Intended Use/estimated Amount: The Safe Patient Handling And Mobility Program Is Requesting Sphm Equipment For The 3 Cbocs To Be In Compliance With The National Visn Sphm Directive 1611. Requesting New Ceiling Lifts For The New Construction Delaware/zanesville And Marion Cbocs. The Sphm Equipment Will Be Used For Safe Patient Handling To Reduce The Potential Risk For Injury To Staff And Veterans. this Acquisition Is For 3 New Ceiling Patient Lifts To Be Installed At The New Construction Delaware/zanesville And Marion Cbocs. Each Ceiling Lift Must Have A X-y Track System (room Covering Track System) In Which The Motor Is Mounted On A Perpendicular Moving Rail That Is Attached To Two Parallel Recessed Fixed Rails Allowing The Lift To Travel In Four Directions (side-to-side And Front-to-back). This Configuration Provides The Most Flexible Area Coverage For The Veterans Should They Need A Lateral Transfer, Procedure Or Floor Recovery. The Lift Must Charge Anywhere On The Track Via Continuous Ac Charging. The Lift Must Have Weight Capacity Of 825 Lbs., Hand Held Digital Remote With Internal Scale, Soft Start/stop Function With No Jerking, Maximum Battery Recharge Time Of No More Than 4 Hours, Number Of Lifts With Maximum Load Of 40, Iso 10535 Compliant, Have A 2 Point Hanger Bar, An Emergency Stop, Emergency Stop/lowering Cord, A 3 Year All Inclusive Warranty, 5 Year Battery Warranty And A Life Expectancy Of 15 Years. This Should Include Motors, Lift Rails, And Any Hardware Needed To Attach The Rails To Support Poles And Charge The Lift, As Well As Assembly And Initial Testing In Accordance With Va Ncps Patient Safety Alert Al14-07. unique Characteristics That Limit Availability To Only One Source, With The Reason No Other Supplies Or Services Can Be Used: The Guldmann Gh3 Overhead Lifts Now Have By Far The Longest Warranty And Expected Life In The Market. Their Default Lifespan Is 3 Years, But This Is Expanded To 10 Years If They Are Doing The Required Annual Preventive Maintenance. The Expected Life Of The Gh3 Lifts Is 15 Years With Unlimited Lift Cycles, And We Have Multiple Lifts Within The Main Facility That Are Still Running Well. By Contrast, No Other Lift Companies Set Their Expected Life Above 10 Years, And Many Have Their Expected Life At 7 Years Or 10,000 Lift Cycles Which In Practice Has Been Exceeded In Shorter Times Even In Outpatient Settings Without Constant Use. Guldmann Has Been Manufacturing Ceiling Lift Systems For Upwards Of 40 Years And Has Had No Fda Recalls In Its History. Research Has Shown That Guldmann Is The Only Company That Can Meet Both These Criteria. weight Readout On The Handheld Digital Screen Is Easier For Staff To Control And Read. Other Companies Do Not Offer An Internal Scale Of Weight Readout Of The Handheld Screen, Nor Does It Have A Digital Screen. Guldmann Offers The 3g Program Which Combines A Comprehensive Preventative Maintenance And Service Package For Up To 10 Years For New Systems. Guldmann Ceiling Lifts Have An Emergency Stop/lowering Pull Cord That Does Not Need A Step/ladder For Staff To Reach. description Of Market Research Conducted And Results Or Statement Why It Was Not Conducted: The Following Market Research Techniques Were Used But Not Limited To: Vetcert, Dsbs, Gsa And Internet. The Vetcert Search Using Naics 339112 Netted 668 Sd/vosb Vendors. The Dsbs Search Using The Same Naics Netted 4015 Vendors, Added Keywords, Ceiling Lifts Netted 4 Vendors. The Gsa Advantage And Scmc Search Netted Several Vendors. This Requirement Will Be Posted On Contract Opportunities As A Brand Name Requirement For Continuity Of Care And Safety Of Our Clinical Providers And Patients. In Addition, These Lifts Will Be Added To An Existing Service Agreement Along With All Of The Other Guldmann Lifts Within Our Facilities Which Meets The Manufacturer S Maintenance Requirements To Maintain The Warranty And Regulatory Compliance Standards. oem, Guldmann, Is A Small Business And Does Not Have Any Authorized Distributors. contracting Officer's Certification: Purchase Is Approved In Accordance With Far13.106-1(b). I Certify That The Foregoing Justification Is Accurate And Complete To The Best Of My Knowledge And Belief. ____________________________ ________________________ gina P. Crank Date contracting Officer
Closing Date3 Mar 2025
Tender AmountRefer Documents 

AGRICULTURAL TRAINING INSTITUTE REGION XI Tender

Food Products
Philippines
Details: Description Philippine Bidding Documents Procurement Of Catering Services For The Conduct Of Trainings And Activities Under Regular And Cfdip For Fy 2025 1st Semester Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A.all The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B.specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C.this Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D.the Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E.modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F.for Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. Scope Of Bid ………………………………………………………………………. 11 2. Funding Information………………………………………………………………. 11 3. Bidding Requirements ……………………………………………………………. 11 4. Corrupt, Fraudulent, Collusive, And Coercive Practices………………………….. 11 5. Eligible Bidders…………………………………………………………………… 11 6. Origin Of Goods ………………………………………………………………….. 12 7. Subcontracts ……………………………………………………………………… 12 8. Pre-bid Conference ………………………………………………………………. 13 9. Clarification And Amendment Of Bidding Documents …………………………… 13 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 13 11. Documents Comprising The Bid: Financial Component …………………………... 13 12. Bid Prices …………………………………………………………………………. 14 13. Bid And Payment Currencies ……………………………………………………… 14 14. Bid Security ………………………………………………………………………. 15 15. Sealing And Marking Of Bids ……………………………………………………… 15 16. Deadline For Submission Of Bids …………………………………………………. 15 17. Opening And Preliminary Examination Of Bids ………………………………….. 15 18. Domestic Preference ……………………………………………………………… 16 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 16 20. Post-qualification ………………………………………………………………… 16 21. Signing Of The Contract …………………………………………………………… 17 Section Iii. Bid Data Sheet …………………………………………………..18 Section Iv. General Conditions Of Contract ……………………...………..20 1. Scope Of Contract ………………………………………………………………… 21 2. Advance Payment And Terms Of Payment ……………………………………….. 21 3. Performance Security ……………………………………………………………. 21 4. Inspection And Tests ……………………………………………………………… 22 5. Warranty …………………………………………………………………………. 22 6. Liability Of The Supplier ………………………………………………………….. 22 Section V. Special Conditions Of Contract ………………………………….23 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………31 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A.the Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B.the Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C.the Deadline For The Submission And Receipt Of Bids; And D.any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Invitation To Bid For The Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester 1.the Agricultural Training Institute- Region Xi, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Two Million Two Hundred Eighty-four Thousand Pesos Only (2,284,000.00) Being The Abc To Payments Under The Contract For Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester With Purchase Request Nos. 250232 And 250233 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Agricultural Training Institute- Region Xi Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Agricultural Training Institute-region Xi Office And Inspect The Bidding Documents At The Address Ati-rtc-xi, Brgy. Datu Abdul, Panabo City, Davao Del Norte During Monday-friday At 8:00 Am-5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 19, 2025 At 8:00 Am 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 ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Issued By The Agricultural Training Institute – Region Xi Cashier. 6.the Agricultural Training Institute- Region Xi Will Hold A Pre-bid Conference[ ] On February 24, 2025, 1:00 Pm At Agricultural Training Institute-region Xi Function Hall, Datu Abdul, Panabo City, Davao Del Norte Which Shall Be Open To Prospective Bidders. 7.bid Opening Shall Be On March 10, 2025 At 1:00 Pm At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8.bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address On Or Before March 10, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 9.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10.the Agricultural Training Institute- Region Xi 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 Refer To: Ms. Ma. Cristin Rosan T. Besario Bids And Awards Committee Secretary Agricultural Training Institute Region Xi Datu Abdul Dadia, Panabo City, Davao Del Norte 084-217-3433, 8105 0917-321-6134 Ati11bacsec@gmail.com February 18, 2025 Lucille B. Camarines Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Agricultural Training Institute- Region Xi Wishes To Receive Bids For Catering Services For Various Trainings & Activities To Be Conducted At Ati-rtc Xi Under Regular And Cfidp Program For Fy 2025 1st Semester With Purchase Request Nos. 250232 And 250233. The Procurement Project Is Composed Of 3 Items, 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 Two Million Two Hundred Eighty-four Thousand Pesos Only (₱2,284,000.00). 2.2.the Source Of Funding Is: A.nga, The General Appropriations Act Or Special Appropriations. 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. 5.3. 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 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: 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: A.subcontracting Is Allowed. The Portions Of Project And The Maximum Percentage Allowed To Be Subcontracted Are Indicated In The Bds, Which Shall Not Exceed Twenty Percent (20%) Of The Contracted Goods. 7.2.the Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3.the Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4.subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 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 Agricultural Training Institute- Region Xi Function Hall, Datu Abdul Dadia, Panabo City, Davao Del Norte 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 Prior To The Deadline For The Submission And Receipt Of Bids. 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 The Bds. 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 The Bds. 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 Tradable 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: A.philippine Peso 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 July 21, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 8 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 Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. A.in The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; 19.2.if The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3.the Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4.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 20.2. 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, Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant, 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. If Framework Agreement Will Be Used: 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A.framework Agreement Form; B.bidding Documents; C.call-offs; D.winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E.performance Security Or Performance Securing Declaration, As The Case May Be; F.notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A.information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B.amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A.catering Services B.completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids, A Contract Similar To The Project. 8 The Procuring Entity Will Hold A Pre-bid Conference On February 24, 2025, 1:00 Pm At Ati-rtc Xi Function Hall, Which Shall Be Open To Prospective Bidders. 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 Forty-five Thousand Six Hundred Eighty Pesos (₱45,680.00) [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 One Hundred Fourteen Thousand Two Hundred Pesos (₱114,200.00) [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 15 Each Bidder Shall Submit One (1) Original And Two (2) Duplicate Hard Copies Of The First And Second Components Of Its Bid. Bidder/s Shall Provide Ear-tag Codes Or Index Tabs On Both The Original Copy And Duplicate Copies. 16 Deadline Of Submission Of Bid Is On Or Before March 03, 2025 - 10:00 Am Only. 19.3 Not Applicable 20.2 Not Applicable 21.2 Not Applicable Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special 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 Affectivity 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. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3.for A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4.for Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3.performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 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 {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The 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 5.1in 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. 5.2the 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 Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A.information That Complements Provisions Of The Gcc Must Be Incorporated. B.amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. 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 Abroad: The Delivery Terms Applicable To The Contract Are Ddp Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. In Accordance With Incoterms.” For Goods Supplied From Within The Philippines: The Delivery Terms Applicable To This Contract Are Delivered Agricultural Training Institute- Region Xi, Datu Abdul, Panabo City, Davao Del Norte. 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 Includes Ms. Ruby Jane P. Bentiroso, Mr. Ernie L. Malazarte, And Ms. Chonna Vae A. Cañete Who Serve As Inspectors. Additionally, The Project Officers Are Ms. Pauline Joy J. Reyes, Ms. Lucille B. Camarines, Ma. Cristin Rosan T. Besario, Ms. Ruby Jane P. Bentiroso, Mr. Omarbliss B. Dalam, Mr. Ariel D. Abastillas, Ms. Lynn A. Leopoldo, Ms. Ofelia A. Sanchez, Mr. Richel E. Zamora, Ms. Assel M. Mapayo, Mr. Ernie L. Malazarte, Mr. Rolls M. Rubis, Ms.chonna Vae A. Cañete, Ms. Olivia D. Gatus, Mr. Jerry C. Carpentero. 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 Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. 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 Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be: Progress Billing Every Month. It Shall Correspond To The Value Of Goods Delivered/rendered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. 4 The Inspections And Tests That Will Be Conducted Are: -catering Services, Based On The Technical Specifications. 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. Catering Services For Various Trainings/activities Under Regular Program Item Number Description Quantity Total Delivered, Weeks/months 1 Catering Services For The Conduct Of Oa Levelup: Capability Buidling For Local Government Units On Organic Agriculture (batch 2) On The Following Schedules: March 31 - April 3, 2025 (3meals And 2 Snacks Per Day) April 24, 2025 - (2 Meals And 2 Snacks) 35 164,500.00 March 31-april 4, 2025 2 Caterign Services With 2 Meals And 2 Snacks For The Conduct Of Hvc Week Celebration On April 11, 2025 100 70,000.00 April 11, 2025 3 Catering Services For The Conduct Of Trtaining On Gap On Vegetable Production And Post Harvest Handling And Marketing On The Following Schedules: April 21-24, 2025 - (3 Meals And 2 Snacks Per Day) April 25, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 April 21-25, 2025 4 Catering Services For The Conduct Of Iso Internal Quality Audit On The Following Schedules: April 28-29, 2025 - (1 Meal And 2 Snacks Per Day) 40 40,000.00 April 28-29, 2025 5 Catering Services With 2 Meals And 2 Snacks For The Conduct Of Management Review On May 2, 2025 40 28,000.00 May 2, 2025 6 Catering Services For The Conduct Of Training On Testing And Performance Evaluation Of Various Rice Machinery On The Following Schedule : May 5-8, 2025 - (3 Meals And 2 Snacks Per Day ) May 9, 2025 - (2 Meals And 2 Snacks) 35 164,500.00 May 5-9, 2025 7 Catering Services With 2 Meals And 2 Snacks For The Conduct Of Tgp Meeting On May 7, 2025 30 21,000.00 May 7, 2025 8 Catering Services For The Conduct Of Training On Basic Hydrophonics (batch 1) On The Following Schedules: May 14-15, 2025 - (3 Meals And 2 Snacks Per Day) May 16, 2025 - (2 Meals And 2 Snacks) 30 81,000.00 May 14-16, 2025 9 Caterig Services With 3 Meals And 2 Snacks For The Conduct Of Halal Coordination On May 19, 2025 25 25,000.00 May 19, 2025 10 Catering Services For The Conduct Of Training On Basic Hydrophonics (batch 2) On The Following Schedules: May 21-22, 2025 - (3 Meals And 2 Snacks Per Day) May 23, 2025 - ( 2 Meals And 2 Snacks) 30 81,000.00 May 21-23, 2025 11 Catering Services For The Conduct Of Training On Meat Processing With Gmp On The Following Schedules: June 2 - 5, 2025 - (3 Meals And 2 Snacks Per Day) June 6, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 2-6, 2025 12 Catering Services With 3 Meals And 2 Snacks For The Conduct Of 1st Semestral Meeting For 4h On June 9, 2025 15 15,000.00 June 9, 2025 13 Catering Services With 3 Meals And 2 Snacks For The Conduct Of 1st Semestral Meeting For Ms On June 10, 2025 15 15,000.00 June 10, 2025 14 Catering Services For The Conduct Of Training Of Trainers On Digital Farmers Program (dfp) On Cacao On The Following Schedules: June 11-12, 2025 - (3 Meals And 2 Snacks Per Day) June 13, 2025 - (2 Meals And 2 Snacks) 35 94,500.00 June 11-13, 2025 15 Catering Services For The Conduct Of Basic Agricultural Extension Course On The Following Shcedules: June 16-19, 2025 - (3 Meals And 2 Snacks Per Day) June 20, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 16-20, 2025 16 Catering Services For The Conduct Of Training On Business / Enterprises On The Following Schedules: June 23-26, 2025 - (3 Meals And 2 Snackss Per Day) June 27, 2025 - (2 Meals And 2 Snacks ) 25 117,500.00 June 23-27, 2025 Catering Services For Various Trainings/activities Under Cfidp Program Item Number Description Quantity Total Delivered, Weeks/months 1 Catering Services For The Conduct Of Trainign Of Trainers On Farm Business School (fbs) On The Following Schedules: March 24 - April 03, 2025 - (3 Meals And 2 Snacks Per Day) April 04, 2025 - (2 Meals And 2 Snacks) 30 291,000.00 March 24 - April 04, 2025 2 Catering Services For The Conduct Of Training On Institutional And Organization Management For Spf On The Following Schedules: April 23-24, 2025 - (3 Meals And 2 Snacks) April 25, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 April 23-25, 2025 3 Caterign Services For The Conduct Of Dfp 101 And 102 For The Coconut On The Following Schedules: May 21-22, 2025 - (3 Meals And 2 Snacks Per Day) May 23, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 May 21-23, 2025 4 Catering Services For The Conduct Of Training Enterprises Development For Cfidp- Spf On The Following Schedule: May 26-27, 2025 - (3 Meals And 2 Snacks Per Day) May 28, 2025 - (2 Meals And 2 Snacks) 40 108,000.00 May 26-28, 2025 5 Caterign Services For The Conduct Of Training On Basic Facilitation Skills And Effective Training Management For Lsas On The Following Schedules: June 2-5, 2025 - (3 Meals And 2 Snacks Per Day) June 6 , 2025 - (2 Meals And 2 Snacks) 40 188,000.00 June 2-6, 2025 7 Catering Services For The Conduct Of Training On Trainers In Gap For Coconut On The Following Schedules: June 16 - 19, 2025 - (3 Meals And 2 Snacks Per Day) June 20, 2025 - (2 Meals And 2 Snacks) 30 141,000.00 June 16-20, 2025 Section Vii. Technical Specifications Notes For Preparing The Technical Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Their Bids. In The Context Of Competitive Bidding, The Specifications (e.g. Production/delivery Schedule, Manpower Requirements, And After-sales Service/parts, Descriptions Of The Lots Or Items) Must Be Prepared To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Transparency, Equity, Efficiency, Fairness, And Economy In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation And Post-qualification Facilitated. The Specifications Should Require That All Items, Materials And Accessories To Be Included Or Incorporated In The Goods Be New, Unused, And Of The Most Recent Or Current Models, And That They Include Or Incorporate All Recent Improvements In Design And Materials Unless Otherwise Provided In The Contract. Samples Of Specifications From Previous Similar Procurements Are Useful In This Respect. The Use Of Metric Units Is Encouraged. Depending On The Complexity Of The Goods And The Repetitiveness Of The Type Of Procurement, It May Be Advantageous To Standardize The General Technical Specifications And Incorporate Them In A Separate Subsection. The General Technical Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Manufacturing Similar Goods. Deletions Or Addenda Should Then Adapt The General Technical Specifications To The Particular Procurement. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Equipment, Materials, And Workmanship, Recognized Philippine And International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Equipment, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure At Least A Substantially Equal Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Special Conditions Of Contract Or The Technical Specifications. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Technical Specifications To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished Or Tested, The Provisions Of The Latest Edition Or Revision Of The Relevant Standards And Codes Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure Substantial Equivalence To The Standards And Codes Specified Will Be Acceptable. Reference To Brand Name And Catalogue Number Should Be Avoided As Far As Possible; Where Unavoidable They Should Always Be Followed By The Words “or At Least Equivalent.” References To Brand Names Cannot Be Used When The Funding Source Is The Gop. Where Appropriate, Drawings, Including Site Plans As Required, May Be Furnished By The Procuring Entity With The Bidding Documents. Similarly, The Supplier May Be Requested To Provide Drawings Or Samples Either With Its Bid Or For Prior Review By The Procuring Entity During Contract Execution. Bidders Are Also Required, As Part Of The Technical Specifications, To Complete Their Statement Of Compliance Demonstrating How The Items Comply With The Specification. In Case Of Renewal Of Regular And Recurring Services, The Procuring Entity Must Indicate Here The Technical Requirements For The Service Provider, Which Must Include The Set Criteria In The Conduct Of Its Performance Evaluation. Technical Specifications Item Specification Statement Of Compliance 1 Catering Services With 3 Meals And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: • With 3 Viands (2 Main Course With 1 Side Dish) Ex. – Beef, Fish, & Vegetable – Chicken, Pork, & Vegetable • With Soup • With Dessert • With Free Flowing Coffee, Milk, Milo & Sugar • Provide Healthy Drinks/fruit Shakes • With Pork Lechon During Graduation Day • 10 Heads Buffer For Every Meal Including Snacks • With Food Warmer • With Buffet Table Setting/ Decorations • Servers Have: Uniform With Hair Net, Apron, And Food/kitchen Mouth Mask • Minimal To No Use Of Disposable Utensils • Bring Your Own Water Dispenser And Mineral Water Note: Menu Will Be Forwarded By Project Officers Prior To The Scheduled Training. [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.] 2 Catering Services With 2 Meals (lunch & Dinner) And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: (same As Above) 3 Catering Services With 1 Meal (lunch) And 2 Snacks For Various Trainings & Activities To Be Conducted At Ati-rtc Xi, With The Following Service Provisions: (same As The Above Mention) Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A.gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B.any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I.technical Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b)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 ⬜ (c)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 ⬜ (d)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 ⬜ (e)conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f)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 ⬜ (g)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 ⬜ (h)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 ⬜ (i)original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j)original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k)[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. ⬜ (l)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date3 Mar 2025
Tender AmountPHP 2.2 Million (USD 39.3 K)

EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation Part 12, Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Contracting Officer Is Utilizing Policies And Procedures Prescribed In Part 12, Acquisition Of Commercial Products And Commercial Services. Solicitation Number Rfq 45310025q0008 Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective On November 12, 2024. Convention Centers, Hotels, And Other Full Service Facilities That Can Satisfy The Requirements Listed Below Are Encouraged To Submit A Quotation. Quotations From Third-party Entities Will Not Be Considered. This Solicitation Is Considered An Unrestricted Procurement. the U.s. Equal Employment Opportunity Commission Office Of Field Programs, State, Local And Tribal Programs Has A Requirement For A Contractor To Provide Meeting Facilities, Rental Of Audio Visual Equipment/support Services, Food And Beverages, Business Services And Lodging To Conduct A Four-day Joint Fepa-tero Conference. The United States Equal Employment Opportunity Commission (eeoc) Is Conducting A Joint Training Conference For Fair Employment Practices Agencies (fepas) And Tribal Employment Rights Offices (teros). the Government Anticipates With A Minimum Of 225 Attendees And An Anticipated Maximum Of 250 Attendees. To Be Eligible For Consideration, The Contractor’s Proposed Facility For The Seminar Must Be Located In Downtown Phoenix, Arizona. the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract. the Quotation Package Shall Include The Following Line Items In A Written Quotation: (fy 2025): Contract Line Item Number: Clin 0001, Rental Of Conference Space – Quantity 4 Days Each (see Below List Of Conference Space Requirements), Unit Price $ , Total Clin 0001 $ ; clin 0002, Food And Beverage Services (see Below List Of Food And Beverage Requirements, Unit Price $ Per Person Rate Per Day, Unit Price $ , Total For Clin 0002, $ . clin 0003, Rental Of Audio Visual Equipment And Technical Support – Quantity 4 Days Each (see Below List Of Audio Visual Requirements), Unit Price $ , Total For Clin 0003 $ ; clin 0004, Business Services Expenses – 4 Days (see Below List Of Business Services Requirements), Unit Price $ ____, total For Base Period Clin 0004 $ . Total Price For Clins 0001 Through 0004: $ the Preferred Dates For Consideration In Order Of Preference June 1-june 5, 2025 (1st Choice), June 8-june 12, 2025, (2nd Choice), And July 13-july 17, 2025 (3rd Choice). please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government. the Conference Provides For Meeting Space For Training Sessions, Along With Food And Beverage Service For Buffet Breakfast, Buffet Lunch, And Morning And Afternoon Breaks. Registration Starts Monday From 8:30am To 4:30pm Et. The Conference Starts Tuesday And Wednesday 7:30 Am To 6:00 Pm Et, Thursday, 7:30am To 1:30pm Et. a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Prospective Contractor Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation. general Requirements: The Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. Accessibility: Americans With Disabilities Act (ada) Requirements: All Facilities, Including Training Rooms And Rest Rooms And Audio-visual Equipment, Must Be Fully Accessible To Individuals With Disabilities In Compliance With The Americans With Disabilities Act Amendments Act. Accommodations For Disabled Individuals May Include, But Are Not Limited To, Accessible Parking Spaces, Elevators, Adequate Sound Systems, Wide Aisles And Wheelchair Ramps. A Site Visit May Be Conducted By The Disability Business And Technical Assistance Centers (dbtac) Prior To The Award Of The Contract. Parking: There Must Be Adequate Free Or Low Cost On-site Parking For All Participants. Confirmation Policy: The Eeoc Anticipates The Need For Sleeping Rooms On Sunday Through Thursday. Eeoc Will Require The Hotel Contact Person To Provide A Listing Of Registered Participants With Reserved Sleeping Rooms Prior To The Lodging Date To Verify The Rooming List As It Develops. Amendments And/or Substitutions May Be Necessary. description Of Facility And Minimum Requirements the Following Requirements For Lodging And Conference Space Are Minimum Requirements: Lodging: Guest Rooms Shall Be Located Onsite. The Facility Shall Be Centrally Located Within No More Than Three Blocks Walking Distance Of Area Retail, Restaurants, And Attractions. The Contractor Shall Provide A List Of All Local Restaurants Within A Ten-minute Walk From The Contractor’s Facility. lodging Payment Arrangements: Participants Will Contact The Hotel Individually To Obtain Room Scheduling And Shall Be Responsible For Payment Of Individual Guest Rooms And All Incidental Charges Upon Checkout. Payment Amount For Lodging Cannot Exceed, On A Daily Basis, The Maximum Per Diem Rate In Effect In Accordance With The Federal Travel Regulations Including Taxes, Gratuities, And Other Costs. Charges For Incidental Expenses Such As Telephone Charges And Room Service Will Be The Responsibility Of Individual Guests. local Transportation: The Contractor Shall Also Provide A List Of Options For commuting From And To All Airports And Railroad Stations (if Applicable) Within The area. If The Contract Facility Provides Shuttle Service, Contractor Shall Indicate If the Service Is Free Or What The Fee Is For The Service. Also, Indicate If The Shuttle service Is Wheelchair Accessible. room Rate: The Contractor Shall Provide The Sleeping Rooms For Eeoc Staff And Presenters At Or Below The Federal Government’s Domestic Per Diem Rate Which Is Available On-line At Http:/www.gsa.gov. The Facility Will Not Require Advance Payment From Conference Participants Covering The First Night Of Lodging. Guest Rooms Shall Be Located Within The Same Building As The Meeting Rooms. guest Rooms: Individual Travelers Will Schedule And Pay For Their Guest Room Nights. The Schedule And Range Of Guest Rooms Anticipated For This Conference Are As Follows: sunday, 35 Sleeping Rooms monday, 250 Sleeping Rooms tuesday, 250 Sleeping Rooms wednesday, 250 Sleeping Rooms thursday, 65 Sleeping Rooms friday, 0 Sleeping Rooms clin 0001 – Conference Space – Meeting Facilities: All Meeting Rooms Shall Be Wheelchair Accessible. The Meeting Facility Shall Be Available For Consecutive Nights And Consecutive Days As Specified Below: conference Will Be Held Monday Through Thursday On The Dates Provided Previously. the Following Meeting Spaces/rooms Shall Be Available Throughout The Conference: registration Area: Registration Area Shall Be Near The Main Plenary Room(s) And Will Include Two Skirted Eight-foot Tables, Configured As Follows: Two Tables Next To Each Other To Accommodate Training Materials. The Facility Shall Provide Signage Identifying The Conference Location Within The Hotel. Set Up Shall Be Completed By 12:00 P.m. Et On Monday. The Registration Area Must Remain Set Up And Available Throughout The Duration Of The Conference. secured Office/working Room: A Secure Office Or Working Room Is Needed Where Conference Materials Can Be Assembled, Sorted, And Stored. This Will Also Be Used As A Work Area For Staff. The Room Must Include At Least Two Six-foot Tables And Trash Receptacles. Telecommunication Requirements Include Electrical Outlets And Internet Access. two Plenary Meeting Rooms: Large Plenary Meeting Room Shall Accommodate Up To 250 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be sufficient For Easy Wheelchair Access. Two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. medium Plenary Meeting Room Shall Accommodate Up To 100 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be Sufficient For Easy Wheelchair Access. two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. breakout Rooms: Four Breakout Rooms To Accommodate At Least 65 People Each, Set In Classroom Style With No More Than Two People Per Six-foot Table Or 3 People Per Eight-foot Table Which Are Covered And Skirted Or Round Tables Of 6-8 People Per Table. Each Table Shall Contain Writing Paper, Pens, Ice Water With Glasses, Candy Or Mints For Participants. Tables Shall Be Refreshed For Afternoon Sessions. All Chairs Shall Be In Working Order, Free From Soil And Able To Move Easily. There Shall Be Enough Space Between Tables To Maneuver A Wheelchair. The Hotel May Provide The Large Plenary Meeting Room And Medium Plenary Meeting Room As Two Of The Four Breakout Rooms. All Breakout Rooms Will Be Available 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday. small Group Meeting Room: This Meeting Room Shall Accommodate Up To 30 People Set In A U-shape Style With Tables That Are Covered And Skirted. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available 8:00 Am – 7:00 Pm Et On Monday; 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday; And 7:30 Am – 6:30 Pm Et On Thursday. all Meeting Rooms Must Have A Suitable Sound System So All Participants May Hear And Ask Questions Of The Speakers. Both Meeting Rooms Should Be Arranged Classroom Style With Chairs And Tables For Writing And Handouts. All Chairs And Tables Shall Be In Acceptable Condition (the Furniture Is Not Broken, Soiled, Rusted Or Damaged In Any Way That Would Injure The Individual Or Damage Clothing). Aisle Space, Including The Space Between Tables And Desk, Need To Be Accessible For Persons In A Wheelchair. Walls Should Be Constructed In Such A Manner That They Confine Inside Sound And Reduce Or Prevent The Transmission Of Extraneous Sound. Both Rooms (including Luncheon Area) Should Be Equipped With A Working Sound System Which May Be Controlled By The Speaker And Which Projects Equally To All Areas Of The Room. Rooms Should Be Configured To Allow Every Participant A Clear View Of The Speaker And All Visual Aids. Each participant Should Have A Clear View Of At Least One Of The Projection Screens In Use. Rooms Should Be Well Lit To Accommodate Extensive Reading And Writing And All Lighting Should Be Uniform And Should Not Produce A Glare. Heating And Air Conditioning Should Provide A Comfortable Level Of Air Quality And Room Temperature When Rooms Are At The Maximum Capacity. Rooms Should Be Refreshed After Each Session And Debris Removed. clin 0002 – Food And Beverage Service: Buffet Breakfast To Be Served On Tuesday, Wednesday, And Thursday Between [approximate Time Of Service: 7:30 A.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. morning Break To Be Served On Tuesday, Wednesday And Thursday Between [approximate Time Of Service: Tbd] And Shall Include, At A Minimum Refresher Of Coffee, Tea And Water. buffet Luncheon To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: 11:45 A.m. And 1:15 P.m. Et]. Buffet Shall Be Set Up Outside The Large Plenary Meeting Room And Individuals Will Be Permitted To Bring Food Back Into The Large Plenary Meeting Room For Consumption. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Juices, Coffee, Decaffeinated Coffee And Iced Tea. Please Provide Recommended Lunch Buffet Menus, With Prices Per Person Served With Regular And Decaffeinated Coffee, Water And Tea (iced Or Hot). afternoon Break Is To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: Tbd] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices. small Group Food And Beverage – Only Needed On Monday And Thursday Afternoon [approximate Time Of Service: Tbd]. The Estimated Number Of People Receiving This Service Is Up To 30 People And Is Subject To Change. small Group Breakfast To Be Served On Monday Between [approximate Time Of Service: 7:30 a.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. Please Provide Recommended Breakfast Menus, With Prices Per Person Served. small Group Luncheon To Be Served On Monday Between [approximate Time Of Service: 11:45 a.m. And 1:15 P.m. Et]. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Brewed Coffee, Decaffeinated Coffee, Juices And Iced Tea. Please Provide Recommended Lunch Menus, With Prices Per Person Served. small Group Afternoon Break Is To Be Served On Monday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices. small Group Afternoon Break Is To Be Served On Thursday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips And A Hot Or Cold Food Item. Provide Recommended List Of Beverages, Snacks And Hot Or Cold Food Item And Their Related Prices. quoter Should Also Submit An All-day Food And Drink Package With A Per Person Rate Per Day. All Food And Beverage (f&b) Services Need To Be Located In Areas Accessible To Individuals With Disabilities. The Luncheon Should Be Arranged So That All Individuals Can Be Seated And Served Sufficiently. pricing For Food And Beverages Shall Include The Price For The Item(s), Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether The U.s. Government Is Exempt From State Tax, If Applicable. The Eeoc Is A Tax Exempt Federal Agency; Please Do Not Include Any Sales Tax In Quotations For Which The Federal Government Is Exempt. the Contracting Officer Representative (cor) Will Contact The Contractor Within 72 Hours Of The Event To Confirm The Number Of Participants. The Contractor Shall Provide Food And Beverage For A Minimum Of 250 Participants Each Day. The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Meeting Room Rental, Audio Visual Equipment, Food And Beverages, And Business Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person. clin 0003 – Rental Of Audio Visual Equipment And Technical Support: The Following Services And Audiovisual Equipment Will Be Required: large Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday. podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each] hand-held Cordless Microphone [2 Each] table Top Microphone For Table Next To Podium [3 Each] mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room. projection Package Linked To Podium Laptop Computer. projection Screens Appropriate For Size Of Meeting Room [2 Each] av Package (movable Cart, Power Cord And Power Strip) technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations. equipment And Av Package Including A Technician To Enable Live Streaming Of Plenary Speaker(s) To Audience Participating Remotely. av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space. medium Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday. podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each] hand-held Cordless Microphone [2 Each] table Top Microphone For Table Next To Podium [3 Each] mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room. projection Package Linked To Podium Laptop Computer. projection Screens Appropriate For Size Of Meeting Room [2 Each] av Package (movable Cart, Power Cord And Power Strip) technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations. av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space. breakout Room(s) – Needed On Tuesday, Wednesday And Thursday. If Hotel Only Provides Two Additional Breakout Rooms, Hotel Will Allow For Large Plenary And Medium Plenary Rooms To Be Repurposed For The Use Of Serving As Breakout Rooms. requirements For Room: podium With A Hand-held Wireless Microphone That Can Attach To The Podium. [1 Each] projection Screen Appropriate For Size Of Meeting Room [1 Each] av Package (movable Cart, Power Strip And Cord). small Group Meeting Room – Needed On Monday And Thursday. Requirements For Room: projection Screen Appropriate For Size Of Meeting Room [1 Each] projection And Av Package To Allow For Laptop To Be Connected And Projected On To Screen. the Contractor Must Submit A Detailed Pricelist For The Audio-visual Equipment And Technical Support, Including High Speed Wireless (wi-fi) Internet Access, And Electrical connections. Also, Include The Price For The Items, Inclusive Of An Hourly Rate And The Number Of Labor Hours With Breaks Included In A Day Rate For Audio Visual Support Services (if Needed), Plus The Gratuity/service Charge. clin 0004 – Business Services. Wi-fi Access For Presenters In Meeting Spaces: High Speed Wi-fi Connectivity For Presenters In All Meeting Spaces (large Plenary, Medium Plenary, Breakout Rooms, Small Group Meeting Room, Secured Office/working Room). business Center: Business Office Support (copying, Faxing, Etc.) May Be Required Throughout The Conference. Hotel Must Provide A Pricing List For Copying, Faxing, Shipping, And Receiving Charges For The Hotel To Include Any Surcharges And Taxes. receipt And Storing Of Materials: The Hotel Shall Have Procedures And Facilities In Place To Receive And Store All Conference Materials Shipped In Overnight Mail. Charges For This Service Shall Be Included In The Business Center Charges. pre-conference Meeting And Conditions: A Pre-conference Meeting Either Via Telephone, Zoom/teams, Or In-person To Be Held At The Contractor’s Facility To Discuss The Objectives Of The Conference, Meet Staff Responsible For Implementing The Contract And Address Any Questions Regarding Elements Of The Statement Of Work, Within A Mutually Agreed Upon Time Prior To The Start Of The Conference. signage: Signs And Floor Plans Directing Participants To The Meeting Rooms Shall Be Provided By The Facility. This Shall Include A Daily Electronic Announcement Board, Announcing The 2025 Joint Eeoc-fepa-tero Training Conference. The Electronic Board Shall Easily Be Visible To Participants And Identify Meeting Room Locations. other: It Is Anticipated That Some Additional And/or Miscellaneous Expenses Might Be Incurred During The Conference Such As Service And Set Up Charges, Electrical Hook-up Fees, And Other Necessary But Unpredictable Expenses Which May Arise During The Conference. All Anticipated Charges For Additional Work Or Deliveries Of Requirements Outside Of Those Stated In The Government Contract Must Be Approved By The Cor And Communicated To The Government’s Contracting Officer In Writing Prior To Acceptance Of The Related Invoice And Payment Processing. the Facility Shall Agree To Allow The Eeoc To Bring In Audio-visual And Other Equipment And Connect These To The Facility’s Audio Visual/public Address System, As Necessary. Reporting Requirements pre-award Reporting: In Their Quotation, The Quoter Must Submit A Detailed Breakdown Of All Cost To Include Lodging Rates, Meeting Space, Food And Beverage, Av Equipment, Labor And Service Costs, And Any Other Miscellaneous Charges, Which Are Necessary For The Success Of The Conference. Prior To Conference Reporting: The Contractor Will Provide The Designated Eeoc contact With Online Access To Hotel Reports With Information About Confirmed Room Reservations Or An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Prior To The Conference. during Conference Reporting: In Addition To Pre-conference Meeting, There Will Be A Daily Reconciliation Of All Charges Incurred With The Eeoc Designated Representative. The Charges Will Include Food And Beverage, Av Equipment And Labor, Telecommunication And Business Center Charges. post Conference: The Contractor Shall Submit A Final Invoice Covering All Charges Within Five (5) Business Days After The Completion Of The Conference. The Contractor Shall Submit A Detailed Report With The Invoice That Consist Of The Following: Room Usage By Date And Attendee, Detailed Av Charges By Meeting Room And A Detailed Breakdown By Day For All Food And Beverage Charges And A Grand Total By Category For Reconciliations Of The Event. Period Of Performance period Of Performance-the Base Period Is From Date Of Award Through Execution Of The Fy 2025 Joint Fepa-tero Conference. contract Administration-inspection And Acceptance the Contracting Officer’s Representative (cor) Under The Resulting Contract Shall Be Designated At The Time Of The Contract Award. method Of Payment: The Preferred Payment Method Is Payment By Government-wide Commercial Purchase Card. The Contractor Is To Apply Charges To Government Purchase Card Only After Final Invoice Has Been Accepted And Reconciled By The Cor. cancellation: Should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The Contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions - Commercial Items Will Govern. submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Seminar. In Addition, A Price Quotation Utilizing Attachment 1, Quotation Response Form, Shall Be Included. Quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line Item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Rfq 45310025q0008 Is Due January 17th, 2025 At 12:00 P.m. Et. Quotations Will Be Accepted Via E- Mail. If Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To Melisza.coates@eeoc.gov. questions: Questions Regarding This Request For Quotation Should Be Submitted To Melisza Coates, Contract Specialist Via E-mail At Melisza.coates@eeoc.gov. Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding 45310025q0008 Is January 10, 2025, 12:00 P.m. Et. Any Questions Received After The Above Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before February 28, 2025. basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor. evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price. factor I – Technical Capability: contract Requirements quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Regarding Meeting Space, Food And Beverage, Audio-visual Equipment And Technical Support, Lodging, And Secured Storage. Quotations Must Address The Quoter’s Ability To Meet Ada Requirements For Accessibility As It Relates To Meeting Space, Lodging And Parking. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided, The Layout Design And Quality Of The Facilities As Reflected By The Physical Layout And Atmosphere Of Meeting Space, Amenities Such As Free Wi-fi In The Conference Space, And Upkeep Of The Facilities. location. Quotations Will Be Evaluated On The Ability Of The Quoter To Provide A Facility In Downtown Phoenix, Arizona With Adequate Low Cost Or Free On-site Parking For Participants And Presenters. availability Of Dates. Quoters Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quoters Who Can Provide The Required Services On The Preferred (1st Choice) Dates. availability Of Government Rates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Lodging At Or Below The Government Rate Or Market Value For All Conference Participants And Presenters. meeting Space: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Meeting Spaces Within The Statement Of Work. factor Ii – Past Performance: the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contract Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following: name And Address Of Government Agency And Other Non-government Client; name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact; name, Title, Email And Telephone Number Of Client’s Program Manager, If Applicable; contract Number, Period Of Performance, And Total Dollar Value Of Contract; And description Of Services Provided. list Any Problems Encountered On Each Contract And The Contractor’s Corrective Actions. eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary). A Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance. factor Iii – Price: the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluation Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Solicitation In The Units And Format Provided. supplemental Agreements – If Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected. site Visits: The Eeoc Reserves The Right To Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factors. notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions, If The Contracting Officer Later Determines Them To Be Necessary. The Government Also Reserves The Right To Conduct A Site Visit Prior To Award. applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services Applies To This Acquisition. 52.212-2, Evaluation-commercial Products And Commercial Services, The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services With Your Quote. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Order-commercial Products And Commercial Services, Clause 52.203.6, Restrictions On Subcontractor Sales To The Government, Clause 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreement Or Statement, Clause 52.204-23, Prohibition On Contracting For Hardware, Software And Services Developed Or Provided By Kaspersky Lab Covered Entities, Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractor’s Debarred, Suspended, Or Proposed For Debarment, Clause 52.209.10, Prohibition On Contracting With Inverted Domestic Corporations, Clause 52.222- 3 Convict Labor, Clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-35 Equal Opportunity For Veterans, Clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans, Clause 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act, Clause 52.222-41, Service Contract Labor Standards, Clause 52.222- 50 Combating Trafficking In Persons, Clause 52.222-52, Exemption From Application Of The Service Contract Labor Standard To Contracts For Certain Services-certification, Clause 52.226-8 Encouraging Contractor Policies To Ban Texting Messaging While Driving, Clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Are Incorporated By Reference, Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors. Clause 52.233-3 Protest After Award And Clause 52.233-4 Applicable Law For Breach Of Contract Claim. to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far. Method Of Payment: Electronic Funds Transfer. rev. 004_10-01-2018
Closing Date17 Jan 2025
Tender AmountRefer Documents 

City of Pride Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
Czech Republic
Details: General Definition of the Subject of the Public Contract The subject of the public contract is construction work on the improvement of the public space in the vicinity of building No. 118 in Příbor. The design of the new public space connects Freudovu and Nádražní streets, which involves the connection of the sidewalk and stairs to the connected streets, especially on Nádražní street. The space is designed as paved and is defined by the original position of the access gate between building No. 118 and the retaining stone wall, which serves as a fence between plots No. 111 and 112 in KU Příbor. It is further defined by the northeastern facade of building No. 118 and the retaining stone wall, which is parallel to Nádražní street. At the northeastern facade of building No. P. 118 A Bicycle Roof Is Designed. The Stone Retaining Wall, Which Lines Nádražní Street and Is In Unsatisfactory Condition, Will Be Replaced With A Monolithic Reinforced Concrete Core, The Stones From The Original Wall Will Be Used For The Exterior Walling. The Shape Of The Retaining Wall Will Be Preserved From The Street View. At The Connection Point On Nádražní Street (At Object No. 415), The Retaining Wall Will Be Demolished. Construction Objects of the Construction: - So 01 - Paved Areas - So 02 - Reconstruction of the “Station” Retaining Wall - So 03 - Roofing of the Cyclopoint - So 04 - Retention Tank - So 05 - Rainwater Sewerage - So 06 - Water Supply Connection - So 07 - Furniture, Greenery - So 08 - Finishing of Part of the Stone Wall Between Plots No. 111 and 112 Part of the Subject of the Public Contract Fulfillment Is the Delivery and Installation of a Design Drinking Fountain (see Budget So 07 - Items No. 39 and 40). The Specific Type of Drinking Fountain Was Approved by the State Monument Preservation Authority. The Delivery of the Drinking Fountain Will Be Provided by the Contracting Authority During the Construction. Suppliers in the Item Budget So 07 Will Value Item No. 40 at the Value of CZK 0. (This Value Is Already Prescribed In The Budget.) The Installation Of The Drinking Fountain, Including All Related Works, Will Be Provided By The Contractor (so 07 Item No. 39). The Documentation Of The Actual Construction Will Include, Among Other Things, The Survey And All Documents (In Appropriate Formats) Necessary For Insertion Into The Digital Technical Map Of The Moravian-Silesian Region (dtm Msk). More Details In The Project Documentation And The List Of Construction Works, Supplies And Services With A Statement Of Dimensions, Which Are An Integral Part Of The Tender Documentation.
Closing Date12 Feb 2025
Tender AmountCZK 7.5 Million (USD 310.1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Sources Sought sources Sought Notice this Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. This Is A Sources Sought Request Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Department Of Veterans Affairs Visn 10 Network Contracting Office 10, Serving Indiana, Michigan, And Ohio Va Medical Centers, Is Conducting A Market Survey To Help Determine The Availability And Technical Capability Of Qualified Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, Small Businesses, And/or Hubzone Small Businesses Capable Of Serving The Needs Identified Below. This Sources Sought Notice Is For Open Market As Well As Federal Supply Schedule Services. the Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Women Owned Small Business, Hub Zone, 8(a), Small Business, Or Large Business), Relative To Naics 621320. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On The System For Award Management (sam) Federal Business Opportunities Website Https://sam.gov/content/home At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. please Note That This Is Not A Request For Proposal; No Solicitation Exists At This Time. project Requirments: background the Visn 10 Va Medical Facilities Have A Need To Purchase Nonpersonal Services To Provide Optical Dispensing For The Va Medical Centers (vamc), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. the Visn 10 Va Medical Facilities Are Seeking To Procure Optical Dispensing Services That Can Meet Or Exceed Our Required Specifications. As A Result Of This Sources Sought And Market Research, A Solicitation Will Be Publicly Posted To Sam.gov As Well As Sent To Interested Vendors Regarding This Requirement. The Goal Of This Sources Sought Is To Establish If There May Be Any Small Business Vendors That Can Satisfy This Requirement. Please Advise If You Can Provide The Service. Please Submit All Information To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025. anticipated Period Of Performance: March 26, 2025, Through March 25, 2026, With One (1) Option Year. the Intended Delivery Period Is To Be Determined. confidentiality Of Information in Accordance With Far 52.227-14(b), The Contractor Shall Guarantee Strict Confidentiality Of The Information/data That It Is Provided By The Government During The Performance Of The Contract. The Government Has Determined That The Information/data That The Contractor Will Be Provided During The Performance Of The Contract Is Of A Sensitive Nature And Cannot Be Disclosed In Any Manner. the Contractor, In Whole Or In Part, Can Only Make Disclosure Of The Information/data, After The Contractor Receives Prior Written Approval From The Contracting Officer. Whenever The Contractor Is Uncertain With Regard To The Proper Handling Of Information/data Under The Contract, The Contractor Shall Obtain A Written Determination From The Contracting Officer. interested Firms Responding To This Sources Sought Notice Must Adhere To The Following: (a) Provide A Capability Statement Demonstrating Relevant Experience, Skills, And Ability To Fulfill The Government's Requirements For The Above. The Capability Statement Should Contain Sufficient Detail For The Government To Make An Informed Decision Regarding Your Capabilities; However, The Statement Should Not Exceed 10 Pages. (b) The Capability Statement Must Identify The Responder's Business Type And Size. (c) The Capability Statement Must Provide Company Name And Address, Point Of Contact, Phone/fax/email And Naics Code(s). (d) All Capability Statements Must Be Submitted To Contract Specialist Thomas Bellamy Via E-mail At Thomas.bellamy@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On Tuesday, January 28, 2025. this Notice Is Not A Request For Proposals. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization S Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s). a Determination By The Government To Proceed With The Acquisition As A Set-aside Is Within The Discretion Of The Government. If Capability Statements Are Not Received From At Least Two Responsible Businesses By The Response Date Or If The Government Determines That No Small Business Concerns Are Capable Of Performing This Requirement Based Upon An Evaluation Of The Capability Statements Submitted, The Government May Proceed With A Full And Open Competition. ohio Optical Dispensing Services part 1 general Information general: this Is A Nonpersonal Services Contract To Provide Optical Dispensing Services For The Va Medical Centers (vamcs), Community Based Outpatient Clinics (cbocs), And Other Clinics Located Through The State Of Ohio And Its Surrounding States. The Government Shall Not Exercise Any Supervision Or Control Over The Personnel Performing The Services Described Herein. Such Personnel Shall Be Accountable Solely To The Contractor Who, In Turn, Is Responsible To The Government. description Of Services/introduction: the Contractor Shall Provide All Personnel, Equipment, Supplies, Off-site Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Nonpersonal Services Necessary To Fitting, Ordering, Adjusting, Conducting Minor Repairs, And Education For Dispensing Eyeglasses To Veterans In The Ohio Va Service Area, As Defined In This Performance Work Statement (pws), Except For Those Items Specified As Government-furnished Property And Services. The Government Will Provide Spaces For Performance, And Others Will Be Furnished By The Contractor (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address). background: the Veterans Integrated Service Network (visn) 10 Prosthetics Program Fabricates Eyeglasses For The Visn 10 Vamcs And Their Supporting Cbocs And Clinics. While The Eyeglasses Are Manufactured At The Visn 10/12 Optical Lab, Visn 10 Requires On-site Dispensing Services Or, Where There Is A Lack Of Clinic Space, Requires Off-site Dispensing Services. These Dispensaries Will Serve Various Functions. The Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision Necessary For Eyeglass Dispensary Services, To Include Functions Such As Fitting, Ordering, Adjusting, Dispensing, Repairing (minor), And Education Of Veterans. 1.3 Scope Summary: the Government Intends To Enter Into One (or More) Indefinite Delivery Indefinite Quantity Contract(s) That Clearly Outline The Contractor S Obligations Regarding Ordering And Dispensing Eyewear To Veterans Within The Framework Of Established Va Guidelines And Practices. visn 10 Anticipates Awarding One (1) (or More) Firm-fixed Price Contract(s). The Awarded Contract(s) Will Contain One (1) Base Period And Two (2) Option Periods (see Price Schedule For Performance Periods). the Sites Covered By This Requirement Shall Include Vamcs, Cbocs, And Clinics, As Detailed In Section 1.5.5 Below. 1.4 Period Of Performance: to Be Determined. 1.5 General Information: 1.5.1 Quality Control: the Contractor Shall Develop And Maintain An Effective Performance Monitoring Plan To Ensure Services Are Performed In Accordance With This Pws. The Contractor Shall Develop And Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services. 1.5.2 Quality Assurance: the Government Shall Evaluate The Contractor S Performance Under This Contract In Accordance With The Quality Assurance Surveillance Plan (qasp). This Plan Is Primarily Focused On What The Government Must Do To Ensure That The Contractor Has Performed In Accordance With The Performance Standards. It Defines How The Performance Standards Will Be Applied, The Frequency Of Surveillance, And The Minimum Acceptable Defect Rates. 1.5.3 Recognized Holidays: new Year S Day Labor Day martin Luther King Jr. S Birthday Columbus Day president S Day Veteran S Day memorial Day Thanksgiving Day juneteenth Independence Day Christmas Day independence Day **and Any Other Day Declared By The President Of The United States As A Federal Holiday** 1.5.4 Hours Of Operation: the Schedule Of Days And Hours Of Operation Shall Be Mutually Agreed Upon Between Contractor And Government. Section 4.0.3 Of This Pws Establishes The Minimum Number Of Days Of Operation Per Week At Each Location; The Contractor Shall Provide These Services On Weekdays. On The Days The Contractor Provides Optician Services, Said Services Shall Be Available During The Same Hours The Site (i.e., Vamc, Cboc, Or Clinic) Is In Operation Or Open For Appointments. For Those Sites Where Optician Services Are Provided Five Days Per Week, Monday Through Friday, If The Contracting Officer S Representative (cor) Determines The Volume Of Optical Orders Warrants Additional Coverage, The Contractor Shall Be Responsible For Providing Optician Services On Saturdays As Well. For Locations That Are Open Fewer Than Five Days Per Week, The Contractor Shall Establish Consistent Days And Hours Of Operation. Additionally, During The Weekdays In Which An Optician Is Not On-site, The Contractor Shall Make An Alternative Ordering Location Available To Veterans. The Contractor Is Not Responsible For Conducting Business On The Recognized Holidays Listed In Section 1.5.3, Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves. The Contractor Must At All Times Maintain An Adequate Workforce For The Uninterrupted Performance Of All Tasks Defined Within This Pws When The Government Facility Is Not Closed For The Reasons Discussed In This Section. An Adequate Workforce Includes Operating Hours As Well As Staffing Levels To Support Workload Demand. When Hiring Personnel, The Contractor Shall Keep In Mind That The Stability And Continuity Of The Workforce Are Essential To Successful Performance. 1.5.5 Place Of Performance: the Work To Be Performed Under This Contract Will Be Performed At/nearby*: chillicothe Vamc 17273 State Route 104, Chillicothe, Oh 45601 athens Cboc 510 West Union Street, Athens, Oh 45701 cambridge Cboc 2146 Southgate Pkwy., Cambridge, Oh 43725 lancaster Cboc 1550 Sheridan Drive, Suite 100, Lancaster, Oh 43130 portsmouth Cboc 840 Gallia Street, Portsmouth, Oh 45662 marietta Cboc 418 Colgate Drive, Marietta, Oh 45750 wilmington Outreach Clinic 448 West Main Street, Wilmington, Oh 45177 â  â  cincinnati Vamc 2929 Highland Avenue, Cincinnati, Oh 45220 bellevue Cboc 103 Landmark Drive, Suite 300, Bellevue, Ky 41073 florence Cboc 7310 Turfway Road, Suite 540, Florence, Ky 41042 hamilton Cboc 1755-c South Eire Highway, Hamilton, Oh 45011 lawrenceburg Cboc 1600 Flossie Drive, Greendale, In 47025 clermont County Cboc 4600 Beechwood Road, Cincinnati, Oh 45244 georgetown Cboc 474 Home Street, Georgetown, Oh 45121 â  â  louis Stokes Cleveland Vamc 10701 E. Boulevard, Cleveland, Oh 44106 akron Cboc 55 W. Waterloo, Akron, Oh 44319 canton Cboc 733 Market Avenue South, Canton, Oh 44702 new Philadelphia Cboc 1260 Monroe Avenue - Suite 1a, New Philadelphia, Oh 44663 lake County Va Cboc 35000 Kaiser Court, Willoughby, Oh 44094 east Liverpool/calcutta Cboc 15655 State Route 170 - Suite A, Calcutta, Oh 43920 lorain Cboc 5275 North Abbe Road, Elyria, Oh 44035 sandusky Cboc 1912 Hayes Avenue, Sandusky, Oh 44870 mansfield Cboc 1025 South Trimble Road, Mansfield, Oh 44906 youngstown Cboc 1815 Belmont Avenue, Youngstown, Oh 44505 parma Cboc 8787 Brookpark Road, Parma, Oh 44141 ravenna Cboc 6751 N. Chestnut St, Ravenna, Oh 44266 warren Cboc 1460 Tod Ave Nw, Warren, Oh 44485 chalmers P. Wylie Ambulatory Care Center (acc) 420 N. James Road, Columbus, Oh 43219 newark Cboc 1855 W. Main Street, Newark, Oh 43055 grove City Cboc 5775 N. Meadows Drive, Grove City, Oh 43123 zanesville Cboc 2800 Maple Avenue, Zanesville, Oh 43701 marion Cboc 1203 Delaware Avenue, Marion, Oh 43224 â  dayton Vamc 4100 W. Third Street, Dayton, Oh 45428 lima Cboc 1303 Bellefontaine Avenue, Lima, Oh 45804 richmond Cboc 1010 N. J Street, Richmond, In 47374 springfield Cboc 512 South Burnett Road, Springfield, Oh 45505 middletown Cboc 4337 North Union Road, Middletown, Oh 45005 *these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer (co). 1.5.6 Type Of Contract: the Government Intends To Award One (or More) Indefinite Delivery Indefinite Quantity Contract(s). 1.5.7 Security Requirement And Background Checks: the Contractor Shall Be Given Beneficiary Information That May Include The Veteran S Name, Residential Address, Telephone Number, And Social Security Number. Beneficiary Information Is Confidential And Is Protected Under The Privacy Act Of 1974 And The Healthcare Insurance Portability And Accountability Act Of 1996 (hipaa). Any Individual Making Unauthorized Disclosures May Be Criminally Liable For Violations Under The Acts. The Contractor Shall Not Use Or Further Disclose Beneficiary Information In A Manner That Would Violate The Federal Privacy And Confidentiality Statutes. The Contractor Shall Receive Privacy Training Before Performance Begins On This Contract And Annually Thereafter Through The Va S Training Management System (tms). Completion Certificates Shall Be Faxed To The Cor. Any Electronic Communication That Includes Hipaa Information Shall Be Done Through Pki Encrypted E-mail. once Tms Training Is Completed And Training Certificates For The Required Information Security And Privacy Training Courses Are Provided To The Cor, And The Visn 10 Unified Access Request Form Has Been Submitted By The Cor, The Contractor May Be Granted Access To The Veterans Health Information System Technology Architecture (vista) And/or Previous Prescription Data Needed For Prescriptions, Troubleshooting Fitting, Etc. The Appropriate Access Is Determined By The Cor. the Contractor Shall Maintain Positive Control Over Any Government-issued Items, Including But Not Limited To The Following: keys government Computers sample Eyeglass Frames fax Machines (where Applicable) all Items And Government Areas Shall Be Secured When Not In Use. 1.5.8 Special Qualifications: vendor Will Be Qualified To Educate And Assist The Veterans In The Proper Choice, Use, And Care Of Their Eyewear. In Addition To Frame Selection, The Vendor Will Be Responsible For All Measurements And Fitting Of Eyewear. Appropriate State Licensure/certifications Will Be Required If Deemed Necessary By The State Where The Vamc, Cboc, Or Clinic Is Located. Vendor Shall Provide Appropriate Professional Business License(s) Within The State Or States Required Per Each Facility Serviced. Vendor Shall Also Comply With Any Other Federal, State, And Local Law Applicable To The Industry. 1.5.9 Post Award Conference/periodic Progress Meetings: the Contractor Agrees To Attend Any Post Award Conference Convened By The Contracting Activity, In Accordance With Federal Acquisition Regulation Subpart 42.5. The Co, Cor, And Other Government Personnel, As Appropriate, May Meet Periodically With The Contractor To Review The Contractor's Performance. At These Meetings, The Co Will Apprise The Contractor Of How The Government Views The Contractor's Performance And The Contractor Will Apprise The Government Of Problems, If Any, Being Experienced. Appropriate Action Shall Be Taken To Resolve Outstanding Issues. These Meetings Shall Be Attended At No Additional Cost To The Government. 1.5.10 Contracting Officer S Representative (cor): the Cor Will Be Identified By Separate Letter. The Cor Monitors All Technical Aspects Of The Contract And Assists In Contract Administration. The Co Will Issue A Letter Of Delegation To The Cor And A Copy Will Be Provided To The Contractor. This Delegation Will State The Responsibilities And Limitations Of The Cor. The Cor Is Not Authorized To Change Any Of The Terms And Conditions Of The Contract. 1.5.11 Key Personnel: the Follow Personnel Are Considered Key Personnel By The Government: contracting Officer contracting Officer S Representative a Prosthetics And Sensory Aids Service (psas) Representative Will Be Located At Each Of The Vamc Facilities. The Contact Information For The Psas Representative Will Be Provided To The Contractor Upon Contract Award. A Psas Representative Has The Exclusive Responsibility For Determining Eligibility And Necessity For Va Prosthetic Goods And Services (e.g., Eyeglasses). The Psas Representative Also Coordinates And Resolves Problems Related To Such Goods And Services. Any Matter That Cannot Be Resolved By A Psas Representative Will Be Referred To The Cor. Any Matter Than Cannot Be Resolved By A Cor Will Be Referred To The Co. the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person And An Alternate Who Shall Act For The Contractor When The Manager Is Absent Shall Be Designated In Writing To The Co. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager Or Alternate Shall Be Available During Regular Working Hours, Monday Through Friday (and Saturday, If Applicable At The Location) Except On The Recognized Holidays Listed In Section 1.5.3 Or When The Government Facility Is Closed Due To Local Or National Emergencies, Administrative Closures, Or Similar Government-directed Facility Closures Or Moves. 1.5.12 Identification Of Contractor Employees: all Contract Personnel Attending Meetings, Answering Government Telephones, And Working In Other Situations Where Their Contractor Status Is Not Obvious To Third Parties Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials. They Must Also Ensure That All Documents Or Reports Produced By Contractors Are Suitably Marked As Contractor Products Or That Contractor Participation Is Appropriately Disclosed. All Contract Personnel Shall Wear Identification On The Outside Of Their Attire While Under Performance Under This Contract. The Identification Tag Shall Indicate That He Or She Is A Contractor And Include His Or Her First And Last Name. These May Be Either Government (contractor Personal Identity Verification) Or Contractor-issued Identification Tags. 1.5.13 Contractor Required Dress Code: all Employees Involved In The Performance Under This Contract Shall Dress In Accordance With The Policies Of The Vamc, Cboc, And/or Clinics At Which They Perform Under The Contract. part 2 definitions & Acronyms 2.0 Definitions And Acronyms 2.0.1 Definitions: acceptable Quality Level (aql). The Aql Expresses The Allowable Variation From The Standard That Will Result In An Acceptable Level Of Quality (100% Unless Otherwise Stated) That Is The Maximum Allowable Error Rate Or Variation From The Standard. contractor. A Supplier Or Vendor Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime. contracting Officer. A Person With Authority To Enter Into, Administer, And/or Terminate Contracts, And Make Related Determinations And Findings On Behalf Of The Government. The Co Is The Only Individual Who Can Legally Bind The Government. contracting Officer S Representative (cor). An Employee Of The U.s. Government Appointed By The Co To Administer The Contract. Such Appointment Shall Be In Writing And Shall State The Scope Of Authority And Limitations. This Individual Has Authority To Provide Technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract. dispensed: Prosthetic Devices Will Be Considered Dispensed When The Veteran Has Been Contacted For Pick-up Or The Device Has Been Mailed. If The Contractor Is Unable To Make Contact With The Veteran On The First Attempt, The Contractor Shall Make A Documented Second Attempt Within Five (5) Business Days. After Two Failed Attempts To Reach The Veteran Via Telephone, The Contractor Shall Send A Letter To The Veteran Informing Him Or Her The Eyeglasses Are Ready For Pickup. defective Service. A Service Output That Does Not Meet The Standard Of Performance Associated With The Performance Work Statement. key Personnel. Contractor Personnel That Are Evaluated In A Source Selection Process And That May Be Required To Be Used In The Performance Of A Contract By The Key Personnel Listed In The Pws. When Key Personnel Are Used As An Evaluation Factor In Best Value Procurement, An Offer Can Be Rejected If It Does Not Have A Firm Commitment From The Persons That Are Listed In The Proposal. quality Assurance. The Government Procedures To Verify That Services Being Performed By The Contractor Are Performed According To Acceptable Standards. quality Assurance Surveillance Plan (qasp). An Organized Written Document Specifying The Surveillance Methodology To Be Utilized By The Government For Surveillance Of Contractor Performance. quality Control. All Necessary Measures Taken By The Contractor To Assure That The Quality Of An End Product Or Service Shall Meet Contract Requirements. shipped. For Items Shipped Directly To Veterans By The Va, Items Will Be Considered Shipped When The Contractor Receives The Shipping Manifest From The Va. For Items Shipped Directly To Veterans By The Contractor (i.e., Upgraded Eyeglasses), Items Will Be Considered Shipped When The Items Are Mailed Via The Postal/package Carrier (e.g., United Parcel Service (ups), Fedex, Or United States Postal Service (usps)). subcontractor. One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor. workday. The Number Of Hours Per Day The Contractor Provides Services In Accordance With The Contract. work Week. Monday Through Friday, Unless Otherwise Specified. 2.0.2 Acronyms/abbreviations: acc Ambulatory Care Center aql Acceptable Quality Level aus Acquisition And Utilization Specialist cboc Community Based Outpatient Clinic co Contracting Officer cor Contracting Officer S Representative hipaa Health Insurance Portability And Accountability Act Of 1996 psas Prosthetics And Sensory Aids Service pws Performance Work Statement qa Quality Assurance qasp Quality Assurance Surveillance Plan qc Quality Control roe Remote Order Entry tms Training Management System vamc Veterans Affairs Medical Center visn Veterans Integrated Service Network vista Veterans Health Information System Technology Architecture part 3 contractor-furnished Items And Services 3.0 Contractor-furnished Items And Responsibilities: 3.0.1 Services: the Contractor Shall: provide All Labor (complying With Service Contract Act Wage Determinations), Equipment, Materials, Supplies, And Supervision. ensure All Of The Vendor S Employees Possess The Appropriate State Licensure/certifications Deemed Necessary By The Applicable State Law. provide Documentation Showing Initial Employee Orientation And On-going Training, Which Demonstrates The Employee S Knowledge, Experience, And Competence Are Appropriate For His/her Assigned Responsibilities. The Vendor Shall Document Assessment Of Employee Competency. As A Part Of The Employee S Initial Orientation, The Vendor Shall Provide An Orientation On The Va And On The Requirements Of This Contract. Training Topics Shall Cover All Aspects Of The Services Provided Under This Contract, Including Patient Confidentiality, Patient Safety And Risk Assessment, Hipaa, Remote Order Entry (roe), Vista, Communicating Safe Use And Care Of Equipment To Patients And Caregivers, And Infection Control Procedures. The Vendor Assures All Personnel Comply With All Current And Future Va Requirements Such As Safety, Ethics, And Hipaa, Required Of Business Associates, Which May Also Include Tms Training Assignments. ensure A High Degree Of Professionalism And Understanding Are Demonstrated When The Vendor S Employees Interact With Patients. The Vendor S Employees Are Expected To Be Discreet And Tactful And Demonstrate Concern, Compassion, And Patience. Some Patients Have Physical Disabilities Or Chronic Illnesses That Influence Their Behavior And Lifestyle. Verbal Or Physical Abuse, Or Unprofessional Behavior Or Conduct Toward A Patient And/or Caregiver, Will Not Be Tolerated. The Va Reserves The Right To Request The Removal Of Any Employee From Performance Of Services Under This Contract If His/her Behavior And/or Level Of Services Provided Are Not In Strict Accordance With The Requirements Of This Contract. ensure Vendor S Employees Provide Superior Customer Service And Answer All Patient Or Va Staff Inquiries No Later Than 5:00 P.m. The Following Business Day. make Employee Records, Including But Not Limited To Training Documentation, Available For Review By The Cor. This Request May Be Made During Visits To The Vendor S Facility, Or The Vendor May Be Requested To Submit The Documentation To The Cor S Location. The Vendor Shall Provide A List To The Cor That Identifies Employee S Location And The Type Of Services He/she Provides. The Initial List Shall Be Submitted 10 Days Prior To Performance Beginning Under The Contract. allow The Government To Perform Unannounced Site Visits To Any Vendor Facilities Or Off-site Locations At The Government S Discretion. ensure Professional Business Certifications/licensure Within The State(s) Required Per Each Facility Serviced. All Applicable Documentation Shall Be Provided To The Cor Prior To Each Employee Initiating Work In Accordance With The Contract And Annually Thereafter. 3.0.2 Materials: unless Provided By The Government At A Government Facility, The Contractor Shall Provide The Following: Furniture; A Lensometer; And Basic Tools And Materials For Adjusting And Completing Simple Repairs (e.g., To Nose Pads Or Screws, And Adjustments) To Eyeglasses At All Dispensing Locations Appropriate To The Size Of The Location And Estimated Quantity Of Customers. The Contractor Is Responsible For Display Boards, Equipment, And Tools Required For The Display Of Frames. The Government Will Provide Fax Machine And/or Printers At All Government Facilities Where Required (including To Any Location Without Roe Capabilities). The Contractor Is Responsible For Providing Fax Machines And/or Printers At All Off-site Locations. 3.0.3 Facilities: the Contractor Will Be Responsible For Providing Spaces/facilities To Perform Under The Contract For The Following Locations (within 10 Miles And No Greater Than A 20-minute Drive From The Servicing Va Facility Address): main Vamc location chillicothe athens Oh chillicothe cambridge Oh chillicothe lancaster Oh chillicothe marietta Oh chillicothe portsmouth Oh cincinnati greendale In cincinnati florence Ky cincinnati bellevue Ky cincinnati clermont Oh cincinnati hamilton Oh cincinnati georgetown Oh cleveland new Philadelphia Oh cleveland sandusky Oh cleveland east Liverpool Oh cleveland warren Oh cleveland ravenna Oh cleveland lorain Oh cleveland mansfield Oh columbus newark Oh columbus grove City Oh columbus marion Oh columbus zanesville Oh dayton lima Oh dayton richmond In dayton springfield Oh dayton middletown Oh *these Locations May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer. **if Adequate Off-site Location Coverage Is Not Available, Vendor Is Responsible For Working With Cor To Determine Space And Needs Required To Perform Services On-site At Va Location. part 4 government-furnished Items And Services 4.0 Government-furnished Items And Responsibilities: 4.0.1 Equipment: the Government Will Supply The Following Equipment For Use Under The Contract: government Computer For Each Location sample Eyeglass Frames For Each Location fax Machines (as Needed) 4.0.2 Materials: the Government Shall Supply The Following Materials For Use Under The Contract: frame Selection Kit For Each Location 4.0.3 Facilities: the Va Will Provide Space At The Following Locations. Each Government-provided Space Listed Below Will Include Lights, Telephone, Climate Control, Desk, Office Chair, Patient Chair, Adequate Storage, Computer, And Secured Area. location estimate Of Total Number Of Eyeglasses For Ordering Period # 1 (base Year) minimum Required Days Of Operation Per Week akron Cboc 2,587 5 Daysâ  canton Cboc 2,587 5 Daysâ  lorain Cboc 1,360 2 Daysâ  mansfield Cboc 1,587 2 Daysâ  parma Cboc 2,668 5 Daysâ  youngstown Cboc 2,342 5 Daysâ  vamc Chillicothe 7,901* 5 Daysâ  vamc Cincinnati 9,730* 5 Daysâ  vamc Cleveland 9,168* 5 Daysâ  vamc Columbus 13,188* 5 Daysâ  vamc Dayton 10,390* 5 Daysâ  lake County Cboc 1,639 5 Daysâ  grove City Cboc 907 2 Daysâ  total Estimate For Ordering Period # 1 (base Year) 66,054 *denotes Locations Where Off-site Volume Was Included In Estimates **these Locations And Days Of Operation Requirements May Change Throughout The Life Of The Contract As The Needs Of The Va Change. This Contract Covers Any Site Moves Or Government-furnished Space Changes Deemed Fair And Reasonable By The Administrative Contracting Officer. part 5 specific Tasks 5.0 Specific Tasks: 5.0.1 Specific Task # 1: the Contractor Shall Provide The Following Services When Fitting For Or Dispensing Eyeglasses: vendor Shall Fit The Veteran With The Proper Frame Style For The Veteran And His/her Prescription. vendor Shall Determine The Pupillary Distance, Segment Height, And/or Optical Center Height. vendor Shall Troubleshoot Any Optical Issues Before Sending The Veteran Back To The Eye Clinic. vendor Shall Fit And Adjust Glasses For The Veteran. vendor Shall Perform Minor Repairs On Glasses (i.e., Adjust Nose Pads And Screws And Make Other Minor Adjustments). vendor Shall Educate Veterans On The Advantages And Disadvantages Of Different Segment Styles. vendor Shall Only Use Va Sample Frames As Sample/trial Frames. Sample Frames Shall Not To Be Sold Or Issued To Veterans Or Used For Repairs. vendor Shall Wash/sanitize Hands And All Sample Frames And Surfaces Used Between Each Patient With Va-approved Sanitizer As Part Of Infection Control Requirements. vendor Shall Be Required To Obtain Access To The Va S Roe And Enter Prescription And Patient Measurements Into The System. Vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included In The Roe. vendor Shall Be Required To Maintain A High Level Of Accuracy When Entering Orders Into Roe. Frequent Optician Errors Shall Be Addressed By The Vendor And Additional Training Shall Be Documented. vendor Shall Use The Va S Roe Unless It Is Not Available. For Off-site Vendors, The Off-site Vendor Shall Fax Orders To An On-site Vendor Location For Order Entry. Every Faxed Order Shall Include A Cover Sheet, Location, And Account Number If Not Using The Roe System. in The Event Roe Is Not Operational, The Vendor Shall Fax Orders To The Visnâ 10/12 Optical Lab Only On A Contingency Basis And Only With The Approval Of The Visn 10 Acquisition And Utilization Specialist (aus) Program Manager And/or Cor. vendor Shall Be Required To Obtain Access To Vista And Add A Comment To Veteran S Electronic Consult Indicating When The Veteran Ordered Glasses. as The Va S Electronic Health Record Program, Cerner, Is Implemented At Care Sites, Vendor Shall Be Required To Undergo Required Training To Gain Appropriate Access And Knowledge Of The System. During Training, The Optical Shop Hours May Be Reduced In Order To Fulfill Requirements For Go-live. once The Cerner System Is Implemented, The Vendor Shall Be Required To Maintain Appropriate Access And Follow Outlined Procedures To Ensure Accurate Eyeglass Processing. vendor May Not Batch Orders For More Than One Day. vendor Shall Respond To All Voicemail, My Healthevet Messages From Veterans, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day. vendor Shall Offer A Retail Selection Of Frames, Lenses, And Add-on Options For Veteran To Choose From At Their Own Expense. if A Veteran Is Eligible For Eyewear, He/she Should Choose From The Collection Provided From The Visn 10/12 Optical Lab. Vendor Shall Not Attempt To Upgrade Eyewear By Soliciting Add-ons; The Add-ons Must Solely Be At The Request Of The Veteran And May Be Provided By The Vendor. Any Add-on Orders And Agreements Are Between The Veteran And The Vendor, And The Vendor Will Manufacture/supply The Upgraded Eyewear. vendor Awarded This Contract Must Enter Into An Agreement With The Veteran Canteen Service For Sale Of Goods On Government Property. This Agreement Will Include A Commission Payment On Retail Sales To The Veteran Canteen Service. This Refers To The Eyeglasses Sold To The Veteran That Are Not Part Of The Va Benefits. The Agreement With The Veteran Canteen Service Is A Requirement For Any Goods Sold At Va Facilities. vendor Shall Ensure That The Dispensary Is Open And Staffed During The Same Hours As The Servicing Eye Clinic, And For The Minimum Number Of Days Per Week Established In Section 4.0.3 Of This Pws. Vendor Shall Also Ensure Vendor Is Capable Of Providing Services To Patients Commensurate With The Government-provided Estimates. Each Site Should Be Staffed With The Appropriate Number Of Qualified Personnel To Provide Adequate Services To The Estimated Number Of Customers As Provided By The Government For Each Site. Dispensing Sites That Have Two Or More Personnel Shall Be Open During Lunch Period. Locations That Have One Personnel May Be Closed To Meet Legal Requirements For Lunch And Breaks. 5.0.2 Specific Task # 2: the Contractor Shall Conduct The Ordering, Delivery, And Inspection Functions Of The Eyeglasses In Accordance With The Following: the Visn 10/12 Optical Lab Will Ship All Completed Eyeglasses To The Appropriate Location And Include Packing Slips For Verification. If Discrepancies Are Found, The Vendor Must Notify The Visnâ 10/12 Optical Lab Within 24 Hours After Discovery Of The Discrepancy. the Va Reserves The Right To Ship Completed Eyeglasses Directly To The Veteran. Contractor Will Be Paid The Lower Rate When Eyeglasses Are Shipped Directly To The Veteran. vendor Will Notify The Veteran When Glasses Are Ready For Pick Up, No Later Than The Next Business Day After Delivery To The Dispensary. vendor Will Fit And Adjust On Site (preferred Method) Or Mail Glasses To The Veteran S Home If The Veteran Requests Them To Be Mailed. Vendor Will Be Responsible For All Shipping/mailing Costs Associated With Eyeglasses That Are Not Shipped Directly To The Veteran By The Va. The Vendor Shall Have A Confirmation Of Delivery (i.e., Ups, Fedex With Tracking Number, Or Usps-certified Mail (no Signature Required)). Regardless Of The Dispensing Method Chosen By The Veteran, The Vendor Will Document The Dispensing Date Or If Mailed, The Shipping Date In Vista Or Comparable Va Software Program. The Vendor Is Responsible For Tracking All Packages Until Delivery. any Packages Left In Status Other Than Delivered Are The Responsibility Of The Vendor To Resolve Within Seven (7) Business Days Of The Expected Delivery Date. vendor Will Provide The Local Prosthetic Service With A Copy Of The Visn 10/12 Optical Lab Invoice And An Invoice For Dispensing Fees. The Dispensing Fee Invoice Shall Be In Excel Format. The Invoice Must Be Typed And At Minimum, List The Veteran S Last Name, First Name, The Last Four Of His/her Social Security Number, Consult Number And The Date The Eyeglasses Were Dispensed To The Veteran Or Shipped. This Will Be Done For Each Individual Pair Of Eyeglasses Dispensed To The Veteran Or Shipped. vendor Is Responsible For Shipments Sent To The Visn 10/12 Optical Lab Including Patient Owned Frames. All Shipments Will Be Sent Via A Carrier That Can Be Tracked And Must Include A Packing Slip With Patient S Name, Last 4, Optical Shop Account Number, And A Detailed Description Of Items In The Shipment. vendor Shall Ensure That All Information Needed To Fabricate The Eyewear Is Included On The Order Form Sent To The Visn 10/12 Optical Lab No Later Than 5:00â p.m. The Following Workday. vendor Will Bring Any Quality Issues To The Attention Of The Visn 10 Aus Program Manager And/or Cor Within 24 Hours Of Receipt Of The Eyewear. vendor Will Receive The Prescription Consult From The Optometrist And Enter The Prescription And Patient Measurements Into The Roe System (where Available). Vendor Shall Ensure That All Information Needed To Fabricate The Eyeglasses Is Included In The Roe System. The Visn 10/12 Optical Lab Has Access To The Roe System. vendor Shall Use The Va S Roe System Unless It Is Not Available. Vendor S Third Party, Off-site Locations May Not Have Access To The Roe System. In Those Cases, The Third Party/off-site Vendor Shall Send Orders To The On-site Vendor S Location Of Choice And The On-site Vendor Will Be Responsible For Entering Into The Roe System. roe System Will Allow The Optician To View The Status Of The Eyeglasses, Including Whether They Have Been Dispensed Or Shipped. Vendor Can Enter Notes, Including But Not Limited To Special Instructions To The Lab Using The Roe System. 5.0.3 Specific Task # 3: the Contractor Shall Provide To The Cor Or Designee The Following Monthly Reports, Submitted Via Email, No Later Than Five (5) Business Days Following The End Of The Previous Month: patient Satisfaction Survey: A Survey Which The Contractor Is Required To Develop And Update As Needed. The Survey Will Be Approved By The Government Prior To Use. Contractor Shall Ensure A Minimum Of 50 Patients Per Month Complete The Survey At Each Location (vamc, Cbocs, And Clinics). timeliness Report: Measure Turnaround Times From Point Of Initial Contact (fitting) To Eyeglasses Being Dispensed. The Report Will Include At A Minimum The Following: the Location, Date Of Fitting, Optical Lab Order Date, Receipt Date From Optical Lab, And Date Dispensed/mailed To Patient. quality Report: Evaluate Any Issues With Eyeglass Frames, Lenses And Document The Findings, Recommendations And Actions Taken (this Report Addresses Common Problems With Eyeglasses Received From The Lab). part 6 attachment/technical Exhibit Listing 6.0 Attachment/technical Exhibit List 6.0.1 Attachment/technical Exhibit List Performance Requirements Summary: performance Requirements Summary performance Objective standard required Adherence Level the Contractor Shall Provide Services When Fitting For Or Dispensing Eyeglasses. all Customers Serviced (see Section 5.0.1 Of Pws) 100% the Contractor Shall Order, Accept Delivery, And Inspect All Eyeglasses Upon Receipt. all Orders (see Section 5.0.2 Of Pws) 98% the Contractor Shall Provide All Reports To The Government As Required. all Reports Received Within Five Business Days Of The End Of The Previous Month (see Section 5.0.3 Of Pws) 95% the Contractor Shall Provide All Completed Orders To The Optical Lab No Later Than 5:00 P.m. The Following Business Day. all Orders (see Section 5.0.2 Of Pws) 99% the Contractor Shall Respond To All Voicemails, My Healthevet Messages, And Inquiries From Veterans, Family Members, Or Va Staff No Later Than 5:00 P.m. The Following Business Day. all Customers Serviced (see Section 5.0.1 Of Pws) 100% the Contractor Shall Monitor Staff Compliance To Ensure Limited Optician Errors. all Orders (see Section 5.0.1 Of Pws) no More Than Two (2) Optician Errors Per Optician, Per Calendar Month disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought Notice.
Closing Date28 Jan 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Common-used Office Supplies 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Two Hundred Ninety-four Thousand One Hundred Twenty-two Pesos And Fifty Centavos (php6,294,122.50) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Various Common-used Office Supplies With Project Identification Number Da-rfo 1-2025-goods-033. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Item No. Specifications Qty. Unit Unit Cost Total Cost 1 Automatic Voltage Regulator (avr), 3000w 4 Unit 5,500.00 22,000.00 2 Battery Charger For Aa & Aaa, With Aa Rechargeable Battery 54 Pc 1,700.00 91,800.00 3 Battery, Aa, Alkaline, 4pcs/pack 132 Pack 90.00 11,880.00 4 Battery, Aa, Rechargeable 2pcs/pack (2450 Mah) 63 Pack 700.00 44,100.00 5 Battery, Aaa, Alkaline 4pcs/pack 141 Pack 120.00 16,920.00 6 Battery, Aaa, Rechargeable 2pcs/pack (800 Mah) 9 Pack 500.00 4,500.00 7 Cfl Bulb 18 Watts 59 Pc 200.00 11,800.00 8 Extension Outlet 4 Gang W/ Switch (1.5m) 18 Unit 950.00 17,100.00 9 Flashlight, Rechargeable 5 Pc 400.00 2,000.00 10 Laser Pointer Presenter 7 Pc 800.00 5,600.00 11 Led, Lightbulb (daylight 9 Watt) 70 Pc 200.00 14,000.00 12 Tape, Electrical, 19mm X 16mm 32 Pc 60.00 1,920.00 13 Universal Extension Wheel (10m) 12 Unit 2,200.00 26,400.00 14 Universal Outlet Extension Cord, 6 Gang W/ Switch, 2-3 Meters Cord Length 17 Unit 1,200.00 20,400.00 15 Alcohol (500ml, Isoprophyl 70%) 343 Bot 110.00 37,730.00 16 Alcohol (gal, Isoprophyl 70%) 46 Gal 600.00 27,600.00 17 Ballpen, 0.5mm, Fine Black 4193 Pc 10.00 41,930.00 18 Ballpen, 0.5mm, Fine Blue 2616 Pc 10.00 26,160.00 19 Ballpen, 0.5mm, Fine Red 139 Pc 10.00 1,390.00 20 Ballpen, 0.7mm, Fine, Black 1188 Pc 12.00 14,256.00 21 Ballpen, 0.7mm, Fine, Blue 1142 Pc 12.00 13,704.00 22 Ballpen, 0.7mm, Fine, Red 50 Pc 12.00 600.00 23 Ballpen, Bp-s Fine, Black 679 Pc 25.00 16,975.00 24 Ballpen, Bp-s Fine, Blue 406 Pc 25.00 10,150.00 25 Ballpen, Bp-s Fine, Red 174 Pc 25.00 4,350.00 26 Bank Envelope (11 X 7 Inch) 75 Pc 3.50 262.50 27 Bond Paper, (11"x17") Tabloid Size, Subs 24 / 80 Gsm 20 Ream 550.00 11,000.00 28 Bond Paper, (8.5x11) Letter, Subs 20 / 70 Gsm 78 Ream 280.00 21,840.00 29 Bond Paper, (8.5x11) Letter, Subs 24 / 80 Gsm 49 Ream 320.00 15,680.00 30 Bond Paper, (8.5x13) Legal, Subs 20 / 70 Gsm 686 Ream 300.00 205,800.00 31 Bond Paper, (8.5x13) Legal, Subs 24 / 80 Gsm 490 Ream 350.00 171,500.00 32 Bond Paper, A3, Subs. 20 / 70 Gsm 50 Ream 465.00 23,250.00 33 Bond Paper, A3, Subs. 24 / 80 Gsm 20 Ream 530.00 10,600.00 34 Bond Paper, A4, Subs 20 / 70 Gsm 904 Ream 290.00 262,160.00 35 Bond Paper, A4, Subs 24 / 80 Gsm 558 Ream 330.00 184,140.00 36 Book Ends, Metal 5 Pair 200.00 1,000.00 37 Carbon Paper, Long 2 Pack 195.00 390.00 38 Cartolina, White, 20pcs/pack 15 Pack 90.00 1,350.00 39 Certificate Holder, A4 Size W/ Plastic Cover 623 Pc 50.00 31,150.00 40 Clear Folder, Morocco Long, Blue 30 Book 22.00 660.00 41 Clear Folder, Morocco Short, Blue 10 Book 20.00 200.00 42 Clearbook Refil, 20 Holes, 10pcs/pack 10 Pack 50.00 500.00 43 Clip Board, Data Board. 8.5"x11" 22 Pc 90.00 1,980.00 44 Clip Board, Data Board. 8.5"x13" 148 Pc 100.00 14,800.00 45 Clip, Bulldog 2" 344 Pc 8.00 2,752.00 46 Clip, Bulldog 3'' 324 Pc 15.00 4,860.00 47 Colored Paper 8 1/2 X 11" 10's/pack 22 Pack 30.00 660.00 48 Colored Paper, A4, Light Blue 37 Ream 200.00 7,400.00 49 Columnar Notebook, 10 Cols 10 Pad 35.00 350.00 50 Columnar Notebook, 12 Cols 18 Pad 35.00 630.00 51 Construction Paper (assorted) 10 Sheets Per Pack 40 Pack 30.00 1,200.00 52 Corkboard, 2x3 Ft 2 Pc 900.00 1,800.00 53 Corkboard, 3ft X 4 Ft 1 Pc 2,000.00 2,000.00 54 Correction Pen 70 Pc 20.00 1,400.00 55 Correction Tape 5mm X 8m 562 Pc 30.00 16,860.00 56 Cotton (500 Grams) 1 Roll 150.00 150.00 57 Crayons, 8 Colors 12 Pack 20.00 240.00 58 Cutter Blade, Big 12 Box 30.00 360.00 59 Cutter, Heavy Duty 46 Pc 100.00 4,600.00 60 Dating And Stamping Machine, Self Inking (dated 2024 And Up) 42 Pc 500.00 21,000.00 61 Envelope, Ordinary, Long Brown 1525 Pc 4.00 6,100.00 62 Envelope, Ordinary, Short Brown 243 Pc 3.00 729.00 63 Eraser (for Pencil) 161 Pc 15.00 2,415.00 64 Expanding Envelope, Kraft, Legal Size 335 Pc 15.00 5,025.00 65 Expanding Envelope, Hard Plastic With Garter (pvc Type), Legal Size 76 Pc 90.00 6,840.00 66 Expanding Envelope, Plastic Long (thick) 230 Pc 35.00 8,050.00 67 Expanding Envelope, Plastic Long With Handle 355 Pc 90.00 31,950.00 68 File Box W/ Cover (blue) 233 Pc 410.00 95,530.00 69 File Box W/ Cover (red) 136 Pc 410.00 55,760.00 70 File Rack, 3 Layers, Heavy Duty 24 Pc 500.00 12,000.00 71 Film Index (with Sign Here Note) 219 Pack 55.00 12,045.00 72 Film Index Rainbow Color 158 Pack 45.00 7,110.00 73 Folder Expanding, Legal Size (green, Glossy) 1574 Pc 18.00 28,332.00 74 Folder Expanding, Short (green, Glossy) 50 Pc 15.00 750.00 75 Folder Long Ordinary, Kraft, Thick 1196 Pc 6.00 7,176.00 76 Folder Long Ordinary, White, Thick 3869 Pc 6.00 23,214.00 77 Folder Plastic Clear W/ Slide (a4) (thick Plastic) 66 Pc 35.00 2,310.00 78 Folder Plastic Clear W/ Slide (legal) (thick Plastic) 178 Pc 40.00 7,120.00 79 Folder, Morocco, Legal (blue) Not Glossy 140 Pc 25.00 3,500.00 80 Folder, Morocco, Legal (green) Not Glossy 92 Pc 25.00 2,300.00 81 Folder, Morocco, Short (blue) Not Glossy 107 Pc 18.00 1,926.00 82 Folder, Morocco, Short (green) Not Glossy 35 Pc 18.00 630.00 83 Glue Gun Heavy Duty Big 8 Pc 360.00 2,880.00 84 Glue Stick, Big 102 Pc 12.00 1,224.00 85 Glue, Multi-purpose 240 Grams 12 Bot 150.00 1,800.00 86 Highlighter, Blue 55 Pc 40.00 2,200.00 87 Highlighter, Green 95 Pc 40.00 3,800.00 88 Highlighter, Orange 83 Pc 40.00 3,320.00 89 Highlighter, Pink 78 Pc 40.00 3,120.00 90 Highlighter, Yellow 91 Pc 40.00 3,640.00 91 I.d. Holder W/ Lace 4"x6" 100 Pc 45.00 4,500.00 92 Illustration Board, 1 Whole 15 Pc 70.00 1,050.00 93 Index Card (3"x5") 50s/pack 24 Pack 45.00 1,080.00 94 Laminating Film A4 Size 100pcs/pack 250 Mic 34 Pack 1,200.00 40,800.00 95 Lead, For Mechanical Pencil 0.5mm 12pc/tube 2 Tube 30.00 60.00 96 Lever Arch File, Blue, File Top, Size: Approx. (11 X 13.5 X 2.5 Inches) 20 Pc 195.00 3,900.00 97 Lever Arch File, Blue, Landscape, Size: Approx. (11 X 13.5 X 2.5 Inches) 40 Pc 195.00 7,800.00 98 Lever Arch File, Blue, Size: Approx. (15.5 X 9.5 X 3 Inches) 45 Pc 195.00 8,775.00 99 Magazine File Box (5"x9"x15-3/4") 60 Pc 110.00 6,600.00 100 Mailing Envelope, White, 500pcs/box 18 B0x 290.00 5,220.00 101 Manila Paper 1 Whole 276 Sheet 5.00 1,380.00 102 Marker Permanent Ink Refill 30ml, Black (pilot) 36 Bot 110.00 3,960.00 103 Marker Permanent Ink Refill 30ml, Blue (pilot) 32 Bot 110.00 3,520.00 104 Notebook (80 Leaves) 1040 Pc 45.00 46,800.00 105 Official Record Book (300 Pages) Aprox. Size: (8.5 X 11) 73 Book 250.00 18,250.00 106 Official Record Book (500 Pages) Aprox. Size: (8.5 X 11) 100 Book 280.00 28,000.00 107 Paper Cutter With Board, Wood Base, 12x15 3 Unit 1,200.00 3,600.00 108 Paper Cutter,steel Base W/ Ruler & Presser 15'x12' 1 Unit 2,000.00 2,000.00 109 Paper Fastener (plastic) 100 Box 40.00 4,000.00 110 Paper Fastener, (metal) 207 Box 70.00 14,490.00 111 Paper, Ruled Pad, 90 Leaves (yellow Pad) 35 Pad 45.00 1,575.00 112 Parchment Paper, Long, 10sheets/pack (cream) 48 Pack 35.00 1,680.00 113 Parchment Paper, Short, 10sheets/pack (cream) 58 Pack 30.00 1,740.00 114 Paste With Applicator, 200 Grams 4 Jar 80.00 320.00 115 Pencil With Eraser No.2 (12pcs/box) 212 Box 72.00 15,264.00 116 Pencil, Mechanical, 0.5mm Lead 56 Pc 47.75 2,674.00 117 Permanent Marker (black) (bullet Type) (super Color Marker) 225 Pc 45.00 10,125.00 118 Permanent Marker (black) (chisel Type) (super Color Marker) 174 Pc 55.00 9,570.00 119 Permanent Marker (blue) (bullet Type) (super Color Marker) 195 Pc 45.00 8,775.00 120 Permanent Marker (blue) (chisel Type) (super Color Marker) 117 Pc 55.00 6,435.00 121 Permanent Marker (red) (bullet Type) (super Color Marker) 57 Pc 45.00 2,565.00 122 Permanent Marker (red) (chisel Type) (super Color Marker) 70 Pc 55.00 3,850.00 123 Philippine National Flag, Size: 90cm X 150cm 12 Pc 102.00 1,224.00 124 Photo Paper, Glossy, A4, 20pcs/pack 67 Pack 150.00 10,050.00 125 Plastic Twine, One Kilo Per Roll 18 Roll 80.00 1,440.00 126 Puncher, Heavy Duty, 2 Holes 12 Unit 200.00 2,400.00 127 Push Pin, Hammer Head Type, Assorted Colors, 100s/box 13 Box 50.00 650.00 128 Ring Binder, 1" 5 Pc 45.00 225.00 129 Ring Binder, 1/2 " 5 Pc 20.00 100.00 130 Rotary Pencil Sharpener 2 Pc 300.00 600.00 131 Rubber Band, Large Size 15 Box 150.00 2,250.00 132 Ruler Metal 12 Inch 9 Pc 50.00 450.00 133 Ruler Plastic 12 Inch 5 Pc 20.00 100.00 134 Scissors Heavy Duty Big 8" (stainless) 63 Pair 120.00 7,560.00 135 Screw Fastener 3" 438 Pc 10.00 4,380.00 136 Screw Fastener 4" 357 Pc 12.00 4,284.00 137 Sign Pen V5, Black 415 Pc 55.00 22,825.00 138 Sign Pen V5, Blue 387 Pc 55.00 21,285.00 139 Sign Pen V5, Green 55 Pc 55.00 3,025.00 140 Sign Pen, 1.0mm, Black 177 Pc 75.00 13,275.00 141 Sign Pen, 1.0mm, Blue 146 Pc 75.00 10,950.00 142 Sign Pen, Black Pentel Gel Type 0.5 539 Pc 95.00 51,205.00 143 Sign Pen, Blue Pentel Gel Type 0.5 400 Pc 95.00 38,000.00 144 Specialty Board, Cream, 8.5x11, 10pcs/pack (b-board) 673 Pack 35.00 23,555.00 145 Specialty Board, Cream, 8.5x13, 10pcs/pack (b-board) 648 Pack 40.00 25,920.00 146 Specialty Board, White, 8.5x11, 10pcs/pack (b-board) 225 Pack 35.00 7,875.00 147 Specialty Board, White, 8.5x13, 10pcs/pack (b-board) 408 Pack 40.00 16,320.00 148 Stamp Pad Ink Black 50ml 13 Pc 45.00 585.00 149 Stamp Pad Ink Red 50ml 4 Pc 45.00 180.00 150 Stamp Pad Ink Violet 50ml 23 Pc 45.00 1,035.00 151 Stamp Pad Standard Size Black 7 Pc 40.00 280.00 152 Stamp Pad Standard Size Violet 4 Pc 40.00 160.00 153 Staple Wire #35 297 Box 40.00 11,880.00 154 Stapler, #35 Heavy Duty With Staple Remover 57 Unit 400.00 22,800.00 155 Stapler, Long Reach Heavy Duty 3 Unit 500.00 1,500.00 156 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack) A4size 75 Pack 95.00 7,125.00 157 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Long 123 Pack 100.00 12,300.00 158 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Short 55 Pack 90.00 4,950.00 159 Sticky Notes (2"x1.5") 100 Sheets/pad 126 Pad 25.00 3,150.00 160 Sticky Notes (2"x2"), 100 Sheets/pad 141 Pad 30.00 4,230.00 161 Sticky Notes (3"x2"), 100 Sheets/pad 127 Pad 40.00 5,080.00 162 Sticky Notes (3"x3"), 100 Sheets/pad 222 Pad 40.00 8,880.00 163 Sticky Notes (3"x4), 100 Sheets/pad 158 Pad 50.00 7,900.00 164 Sticky Notes (3"x5"), 100 Sheets/pad 215 Pad 50.00 10,750.00 165 Super Glue / Shoe Glue 3 Grams 6 Pc 50.00 300.00 166 Super Permanent Marker, Fine Black (industrial) (sharpie) 35 Pc 90.00 3,150.00 167 Tape Dispenser, Heavy Duty (1") 9 Pc 150.00 1,350.00 168 Tape Double Sided Thin 24mm White 95 Pc 40.00 3,800.00 169 Tape Double Sided Adhesive W/ Foam Green, 2" 94 Roll 230.00 21,620.00 170 Tape Double Sided Adhesive W/ Foam Green, 1" 84 Roll 150.00 12,600.00 171 Tape Duct, Color Blue 2" 62 Roll 110.00 6,820.00 172 Tape Duct, Color Grey 2" 78 Roll 110.00 8,580.00 173 Tape, Masking, 1/2" 47 Roll 21.00 987.00 174 Tape, Masking, 24mm, 1", 100m 95 Roll 35.00 3,325.00 175 Tape, Masking, 48mm, 2", 100m 301 Roll 70.00 21,070.00 176 Tape, Packaging, 48mm, 2", 100m 88 Roll 55.00 4,840.00 177 Tape, Transparent, 24mm, 1", 100m 170 Roll 30.00 5,100.00 178 Tape, Transparent, 48mm, 2", 100m 126 Roll 52.00 6,552.00 179 Tracing Paper, Per Cut, 20x30, 8085 Thick 2 Pc 20.00 40.00 180 Whiteboard, 3ft X 4ft 7 Pc 2,000.00 14,000.00 181 Whiteboard, 5ft X 3ft 6 Pc 2,800.00 16,800.00 182 Air Freshener, 280ml (lemon Fresh) 163 Can 240.00 39,120.00 183 Air Freshener, Scented Gel, 180 Grams 98 Pc 220.00 21,560.00 184 Bathroom Cleaner (approx. 900ml) 29 Bot 300.00 8,700.00 185 Bathroom Soap, 90 Grams 16 Pc 50.00 800.00 186 Bleach Colored 1 Ltr 62 Bot 130.00 8,060.00 187 Bleach White 1 Ltr 63 Bot 100.00 6,300.00 188 Broom, Ceiling, Bamboo 23 Pc 170.00 3,910.00 189 Broom, Soft 5 Pc 170.00 850.00 190 Broom, Stick 14 Pc 40.00 560.00 191 Car Freshener 42 Grams, Organic Canister, Assorted Scent 63 Can 240.00 15,120.00 192 Detergent Bar, Long 12 Bar 80.00 960.00 193 Detergent Powder, W/ Fabric Conditioner 1kg 43 Pack 150.00 6,450.00 194 Dishwashing Liquid (250ml) 402 Bot 70.00 28,140.00 195 Disinfectant Spray, 170g 89 Can 280.00 24,920.00 196 Door Mat, Cloth Rectangle 105 Pc 60.00 6,300.00 197 Dust Pan, Plastic Big 2 Pc 80.00 160.00 198 Fabric Conditioner 800 Ml 14 Bot 250.00 3,500.00 199 Face Towel (cotton), Good Morning 159 Pc 30.00 4,770.00 200 Floor Mop With Bucket (360degrees Rotating Micro Fiber Head) 3 Set 1,500.00 4,500.00 201 Furniture Cleaner, 300ml 32 Can 300.00 9,600.00 202 Garbage Bag, Black, Gusseted Type Thick Plastic, 10's/roll, (small) 55 Roll 70.00 3,850.00 203 Garbage Bag, Black, Thick Plastic, 10's/pack, (large), Heavy Duty 145 Pack 100.00 14,500.00 204 Garbage Bag, Black, Thick Plastic, 10's/pack, (xl) Heavy Duty 37 Pack 130.00 4,810.00 205 Garbage Bag, Black, Thick Plastic, 10's/pack, (xxl) Heavy Duty 239 Pack 150.00 35,850.00 206 Garbage Bag, Black, Thick Platic, 10's/pack, (medium), Heavy Duty 168 Pack 80.00 13,440.00 207 Glass Cleaner, Big Sprayer Type 7 Bot 197.00 1,379.00 208 Glass Squeezer W/ Handle 1 Pc 125.00 125.00 209 Hand Sanitizing Gel, 60ml 15 Bot 60.00 900.00 210 Insecticide Spray (aerosol) 400ml 73 Can 350.00 25,550.00 211 Laundry Brush 4 Pc 30.00 120.00 212 Laundry Gloves (medium) 1 Pc 200.00 200.00 213 Liquid Handwash (antibacterial) 400ml 123 Bot 140.00 17,220.00 214 Microfiber, Cleaning Cloth 35cm X 35cm 47 Pc 60.00 2,820.00 215 Mop W/ Squeezer (squeez Mop) 26 Pc 350.00 9,100.00 216 Pail W/ Cover (16l) 18 Pc 200.00 3,600.00 217 Paper Towel, Interfold 144 Pack 120.00 17,280.00 218 Push Brush (floor Brush) 20 Pc 130.00 2,600.00 219 Scrub Sponge, Heavy Duty 116 Pc 60.00 6,960.00 220 Scrubbing Pads, Heavy Duty 25 Pc 40.00 1,000.00 221 Table Napkin, Pre Folded 13 Pack 100.00 1,300.00 222 Tissue Paper, 2-ply, 12 Rolls/pack 422 Pack 180.00 75,960.00 223 Tissue Paper, 3-ply, @ 4rolls/pack 213 Pack 160.00 34,080.00 224 Toilet Bowl Brush W/ Box 57 Pc 92.00 5,244.00 225 Toilet Bowl Pump 2 Pc 60.00 120.00 226 Toilet Deodorant Cake, 50 Grams 108 Pc 50.00 5,400.00 227 Trash Bin, Plastic W/ Cover, 11l Capacity 6 Pc 150.00 900.00 228 Trash Bin, Plastic W/ Cover, 25l Capacity 1 Pc 250.00 250.00 229 White Facial Tissue (200mmx200mm)2ply 210 Box 110.00 23,100.00 230 Cd Rewritable, 700mb 80min. W/ Case 603 Pc 50.00 30,150.00 231 Dvd-rewritable W/ Case 6 Pc 90.00 540.00 232 External Hard Drive (1 Tb) Usb 3.0 27 Unit 4,700.00 126,900.00 233 External Hard Drive, Ssd (1 Tb) Usb 3.0/type C 15 Unit 6,000.00 90,000.00 234 Flash Drive , Usb 16gb, Plug In Play 3 Pc 490.00 1,470.00 235 Flash Drive, 32gb Ultra Usb Driver (otg); Micro-usb & Usb Connectors 42 Pc 1,300.00 54,600.00 236 Flash Drive, Usb 32 Gb 31 Pc 1,000.00 31,000.00 237 Flash Drive, Usb 64 Gb 119 Pc 1,500.00 178,500.00 238 Hdmi Cable, 10m 5 Pc 600.00 3,000.00 239 Hdmi Cable, 5m 3 Pc 300.00 900.00 240 Keyboard, Usb Type 36 Pc 450.00 16,200.00 241 Keyboard, Wireless 5 Pc 600.00 3,000.00 242 Microsd Memory Card, 32gb 1 Pc 1,000.00 1,000.00 243 Microsd Memory Card, 64gb 2 Pc 1,800.00 3,600.00 244 Mouse Optical, (usb) 15 Pc 300.00 4,500.00 245 Mouse For Laptop, Optical 50 Pc 440.00 22,000.00 246 Mouse Optical, Wireless 21 Pc 630.00 13,230.00 247 Mouse Pad 119 Pc 30.00 3,570.00 248 Powerbank 10000mah 5 Pc 1,500.00 7,500.00 249 Powerbank 20000mah 50 Pc 2,500.00 125,000.00 250 Uninterruptible Power Supply (ups), 500va - 600va 12 Pc 4,500.00 54,000.00 251 Usb Hub, 3.0, 4 Port 5 Pc 500.00 2,500.00 252 Usb Lan Wireless Adapter 8 Unit 1,000.00 8,000.00 253 Wireless Usb Presenter 2 Unit 2,200.00 4,400.00 254 Ink Brother, Bt5000m, Magenta 36 Bottle 490.00 17,640.00 255 Ink Brother, Bt5000m, Yellow 36 Bottle 490.00 17,640.00 256 Ink Brother, Bt5000m, Cyan 41 Bottle 490.00 20,090.00 257 Ink Brother, Bt6000m, Black 30 Bottle 490.00 14,700.00 258 Ink Cartridge, Canon Cl-36, Colored (for Canon Mobile Printer) 13 Cart 1,600.00 20,800.00 259 Ink Cartridge, Canon Cl-811 Colored 3 Cart 2,000.00 6,000.00 260 Ink Cartridge, Canon Pg-35, Black (for Canon Mobile Printer) 10 Cart 1,100.00 11,000.00 261 Ink Cartridge, Canon Pg-810 (canon) 3 Cart 1,900.00 5,700.00 262 Ink Cartridge, Hp62, Black (hp Office Jet 200 Mobile Printer) 5 Cart 1,500.00 7,500.00 263 Ink Cartridge, Hp62, Tricolor (hp Office Jet 200 Mobile Printer) 5 Cart 1,800.00 9,000.00 264 Ink, Hp Gt 51 Black 2 Bottle 400.00 800.00 265 Ink, Hp Gt 52 Cyan 2 Bottle 400.00 800.00 266 Ink, Hp Gt 52 Magenta 2 Bottle 400.00 800.00 267 Ink, Hp Gt 52 Yellow 2 Bottle 400.00 800.00 268 Ink Epson T6731 Black (epson) 6 Bottle 800.00 4,800.00 269 Ink Epson T6732 Cyan (epson) 6 Bottle 800.00 4,800.00 270 Ink Epson T6733 Magenta (epson) 6 Bottle 800.00 4,800.00 271 Ink Epson T6734 Yellow (epson) 6 Bottle 800.00 4,800.00 272 Ink Epson T6735, Light Cyan (epson) 3 Bottle 800.00 2,400.00 273 Ink Epson T6736, Light Magenta (epson) 3 Bottle 800.00 2,400.00 274 Ink Epson, T6641, Black 70ml 22 Bottle 450.00 9,900.00 275 Ink Epson, T6642, Cyan 70ml 9 Bottle 450.00 4,050.00 276 Ink Epson, T6643, Magenta 70ml 13 Bottle 450.00 5,850.00 277 Ink Epson, T6644, Yellow 70ml 14 Bottle 450.00 6,300.00 278 Ink Epson, 001, Black 179 Bottle 700.00 125,300.00 279 Ink Epson, 001, Cyan 138 Bottle 600.00 82,800.00 280 Ink Epson, 001, Magenta 138 Bottle 600.00 82,800.00 281 Ink Epson, 001, Yellow 137 Bottle 600.00 82,200.00 282 Ink Epson, 003, Black 679 Bottle 500.00 339,500.00 283 Ink Epson, 003, Cyan 465 Bottle 500.00 232500 284 Ink Epson, 003, Magenta 483 Bottle 500.00 241,500.00 285 Ink Epson, 003, Yellow 451 Bottle 500.00 225500 286 Ink Epson, 008, Black 37 Bottle 1,200.00 44,400.00 287 Ink Epson, 008, Cyan 28 Bottle 900.00 25,200.00 288 Ink Epson, 008, Magenta 29 Bottle 900.00 26,100.00 289 Ink Epson, 008, Yellow 29 Bottle 900.00 26,100.00 290 Toner Cartridge, Fuji Xerox S1810/s2010/s2220/s2420 (ct201911) 3 Cart 5,400.00 16,200.00 291 Toner Cartridge, Fuji Xerox S2011/s2320/s2520 (ct202384) 1 Cart 5,400.00 5,400.00 292 Toner Cartridge, Hp Laserjet P1102, Ce285a (85a) 25 Cart 5,000.00 125,000.00 293 Toner Cartridge, Kyocera (tk 1175) Monochrome 4 Cart 9,500.00 38,000.00 294 Toner Cartridge, Sharp Ar-6026n (mx-238ft) 5 Cart 9,500.00 47,500.00 295 Toner Cartridge, Lexmark (mx321) 2 Cart 10,000.00 20,000.00 296 Hp Color Laserjet Toner 206a, Black 7 Cart 9,500.00 66,500.00 297 Hp Color Laserjet Toner 206a, Cyan 1 Cart 9,500.00 9,500.00 298 Hp Color Laserjet Toner 206a, Magenta 1 Cart 9,500.00 9,500.00 299 Hp Color Laserjet Toner 206a, Yellow 1 Cart 9,500.00 9,500.00 300 Ink Brother Btd60bk 8 Bottle 510.00 4,080.00 301 Certificate Holder, Legal Size W/ Plastic Cover 400 Pc 60.00 24,000.00 302 Specialty Board, Cream, A4 8.2x11.7, 10pcs/pack (b-board) 300 Pack 30.00 9,000.00 303 Specialty Board, White, A4 8.2x11.7, 10pcs/pack (b-board) 105 Pack 30.00 3,150.00 304 Ink Cartridge, Hp 682, Black 3 Cart 550.00 1,650.00 305 Ink Cartridge, Hp 682, Tri-color 3 Cart 550.00 1,650.00 306 Index Card (5"x8") 50s/pack 3 Pack 65.00 195.00 307 Screw Fastener 1" 200 Pc 7.00 1,400.00 308 Screw Fastener 2" 198 Pc 8.00 1,584.00 309 Plastic Fastener (5 Pcs/pack) Double Lock 220 Pack 25.00 5,500.00 310 Notebook, A6 Size, 200 Pages 115 Pc 60.00 6,900.00 311 Notebook, A7 Size, 200 Pages 100 Pc 50.00 5,000.00 312 Usb 3.1 Otg Flashdrive, Type C, 128 Gb 51 Pc 3,000.00 153,000.00 313 Notebook, A5 Size, Soft Leather Cover, 200 Sheets 80 Pc 200.00 16,000.00 314 Gel Ink Sign Pen, 0.4 100 Pc 90.00 9,000.00 315 Gel Ink Sign Pen, 0.3 100 Pc 90.00 9,000.00 316 Toner Cartridge, Fujifilm Apeos 2150 Nda 5 Cart 3,500.00 17,500.00 317 Whiteboard 2ft X 2 Ft 2 Piece 2,000.00 4,000.00 318 Clamp - Stapler Remover 5 Pcs 30.00 150.00 319 Portable Bluetooth/wireless Speaker With Trolley (free Microphone) 1 Unit 6,695.00 6,695.00 320 Dishwashing Liquid Diy Kit, Lemon Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 321 Fabric Conditioner Diy Kit, Sunrise Fresh Scent (for 20 Liters Output) 25 Set 450.00 11,250.00 322 Liquid Handsoap Diy Kit, Antibac Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 323 Sack For 50kls Capacity (size: 64cm X 104cm) 76 Pc 15.00 1,140.00 324 Printer Ribbon, Epson Lq 310 2 Cart 250.00 500.00 325 Stackable Storage Box With Cover And Wheels (155l) 3 Pcs 1,100.00 3,300.00 Total 6,294,122.50 Delivery Schedule: Delivery Schedule: Sixty (60) Working Days From Receipt Of Ntp Drop-off Point: Da-rfo 1, City Of San Fernando, La Union Delivery Of The Goods Is Required Within Sixty (60) Working Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 3:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 27 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-033
Closing Date27 Jan 2025
Tender AmountPHP 6.2 Million (USD 107.3 K)

Province Of Ifugao Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 05-2025-g (first Publication) For Common Office, General Home & Computer Supplies 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Seven Million Nine Thousand Two Hundred Pesos And 58/100 Only (php7,009,200.58) Being The Abc To Payments Under The Contract For Publication No. 05-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bided). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On February 06, 2025 To February 27, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Ten Thousand Pesos (php 10,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On February 13, 2025 At 01:30 P.m.at The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of February 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 27, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao 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 Refer To: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: February 06, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost I. Common Office Supplies 1 Battery, 9v (for Wireless Mic) 10 Pc 2 Battery, 9vi Super Heavy Duty 2 Pc 3 Battery, Rechargeable Aa 3 Set 4 Battery, Size A 75 Pc 5 Battery, Size Aa 560 Pair 6 Battery, Size Aaa, Small 817 Pair 7 Binder Clip, 12/box 55mm 59 Box 8 Board, Whiteboard 2ft X 3ft W/ Frame 4 Pc 9 Board, Whiteboard 4ft X 8 Ft W/ Frame 8 Pc 10 Book Cover For Faas & Task Declaration With Bolts 20 Pc 11 Book, Columnar, 24 Columns 12 Pc 12 Book, Columnar, 4 Columns 2 Pc 13 Book, Emergency Registry Book, Hardbound X 100 Pages 4 Box 14 Book, Engineer's Field Book 215 Pc 15 Book, Er Registry Book (200 Pages/100 Leaves) 2 Box 16 Book, Notebook, 40 Leaves, Ordinary 450 Pc 17 Book, Notebook, 80 Leaves, Good Quality 70 Pc 18 Book, Notebook, 80 Leaves, Ordinary 103 Pc 19 Book, Record, 150 Pages 35 Pc 20 Book, Record, 200 Pages 120 Pc 21 Book, Record, 300 Pages 67 Pc 22 Book, Record, Clothbound, 300pages # 85 27 Box 23 Book, Record, Clothbound, 500pages # 85 1 Box 24 Book, Record, Hardbound, 200 Pages 20 Pc 25 Book, Record, Hardbound, 300 Pages 161 Pc 26 Book, Record, Hardbound, 500 Pages 75 Pc 27 Books-local Government Code Of 1991 1 Book 28 Calculator, Dj-120d, Electronic, 2-way Power 18 Pc 29 Calculator, Hl-122l, Casio 17 Pc 30 Calculator, Scientific, Fx-991 Esplus 5 Pc 31 Cassette Recorder, 2 Way Speaker,small 2 Pc 32 Certificate Frame, Plastic, 8.5 X 11, Short 215 Pc 33 Certificate Frame, Plastic, 8.5 X 13, Long 310 Pc 34 Certificate Frame,glass 8.5x13 Inches Long 15 Pc 35 Cutter Blade, Big, Heavy Duty 23 Pc 36 Cutter Blade, Big, Heavy Duty-refill 45 Pc 37 Dater (mm/dd/yy, 2018-2020), Metal 11 Pc 38 Desk Tray Organizer, 2-layers, Metal 10 Pc 39 Envelope, Brown, Kraft Documentary, Long 4575 Pc 40 Envelope, Brown, Kraft Documentary, Short 1005 Pc 41 Envelope, Expanding, Legal Size, W/ Garter 2120 Pc 42 Envelope, Long White Envelope 5 Box 43 Envelope, Mailing W/ Window, Long W/ Office Header & Logo 1 Box 44 Envelope, Mailing, White, Long, 500s 5 Box 45 Envelope, Plastic W/ Handle, Durable 35 Pc 46 Eraser, Rubber No. 526 B30 76 Pc 47 Filing Box, Long, Assorted Color 225 Pc 48 Folder For Hanging Cabinet, Long 40 Pc 49 Folder Organizer 24 Pc 50 Folder, Cream, Glossy,x 100s, Long 84 Ream 51 Folder, Cream, Glossy,x 100s, Short 31 Ream 52 Folder, Expanding, Assorted Color, Long 1058 Pc 53 Folder, Expanding, Assorted Color, Short 250 Pc 54 Folder, Ordinary, X 100s, Long 24 Ream 55 Folder, Ordinary, X 100s, Short 9 Ream 56 Folder, Plastic, W/ Slide,assorted Colors, Long 12 Pc 57 Folder, Plastic, W/ Slide,assorted Colors, Short 12 Pc 58 Frame, Photo Frame,8.5"x11" Short 15 Pc 59 Glue Gun (big) 12 Pc 60 Glue Gun (small) 7 Ream 61 Glue, 130g 351 Bot 62 Glue, Stick Glue (big) 175 Pc 63 Glue, Stick Glue (small) 60 Pc 64 Glue, Super Glue, Instant Glue, 3 Grams 2 Pc 65 Id Lace/tie 40 Pc 66 Magazine File, Hard Board, Double 85 Pc 67 Measuring, Ruler, Plastic, Thick, Transparent, 12" 42 Pc 68 Measuring, Tape Measure (5 Meters) 1 Pc 69 Measuring, Tape Measure (50 Meters) 1 Pc 70 Measuring, Tape Measure,7.5 Ms 1 Pc 71 Office Banner W/ Logo, Admiral Blue, Satin, 4x5 Ft. 1 Pc 72 Paper Clamp Size 2 285 Pc 73 Paper Clip, Big, 502mm, 100/box 160 Box 74 Paper Clip, Small, 33mm, 100/box 192 Box 75 Paper Fastener, Vinyl Plastic, 50s/box 206 Box 76 Paper, Book Paper, A4 70 Gsm 315 Ream 77 Paper, Book Paper, Long, 8.5" X 13" 1464 Ream 78 Paper, Book Paper, Short, 8.5" X 11" 1391 Ream 79 Paper, Carbon Paper, Ordinary, Long 4 Box 80 Paper, Carbon Paper, Polyethylene, Long, 100s, Assorted Color 3 Box 81 Paper, Cartolina, Glossy, White, Thick 520mm X 720mm 1005 Pc 82 Paper, Cartolina,assorted Colors,thick 97 Pc 83 Paper, Colored, Assorted, 250 Sheets/ream 18 Ream 84 Paper, Felt Paper, Assorted Colors 60 Pc 85 Paper, Glossy, Assorted Colors 3 Pack 86 Paper, Linen Board, 200gsm, Long 47 Pack 87 Paper, Linen Board, 200gsm, Short 72 Pack 88 Paper, Linen, Thick, Assorted Light Colors, Long 33 Set 89 Paper, Linen, Thick, Assorted Light Colors, Short 10 Set 90 Paper, Manila Paper, Yellow 130 Pc 91 Paper, Office Stationary - Long W/ Letter Head W/logo 7 Ream 92 Paper, Office Stationary - Short W/ Letter Head W/ Logo 6 Ream 93 Paper, Pad, Assorted Color, 216 X 330mm Thick 35 Pad 94 Paper, Paper Bond Subs 16, 8.5" X 11" 15 Ream 95 Paper, Paper Bond Subs 16, 8.5" X 13" 22 Ream 96 Paper, Paper Bond Subs 18,legal,8.5'' X 13" 32 Ream 97 Paper, Paper Bond Subs 18,letter,8.5'' X 11" 40 Ream 98 Paper, Paper Bond Subs 20,legal,8.5'' X 13" 375 Ream 99 Paper, Paper Bond Subs 20,letter,8.5'' X 11" 387 Ream 100 Paper, Paper Bond, Subs 20, A4 77 Ream 101 Paper, Photo Paper, A4, 20 Sheets/pack, Thick 89 Pack 102 Paper, R.e.r. Forms W/ Guidelines At The Back 23 Pad 103 Paper, Sterling, Gsm 200, 8 1/2 X 13, Board, Assorted Colors 161 Pack 104 Paste, Solid W/ Water Well, 200g 1 Jar 105 Patients Identification Card, Opd 2000 Pc 106 Patients Index Card, Opd 2000 Pc 107 Pen Organizer 7 Pc 108 Pen, Ballpoint Pen X 12's, Good Quality, Assorted Colors (2 Box Black) 202 Box 109 Pen, Ballpoint Pen X 50's, Assorted Colors, Ordinary 99 Box 110 Pen, Highlighter, Assorted Neon Colors X 10's 48 Box 111 Pen, Marker Pen, Board Marker, Assorted Color Sc-b 157 Pc 112 Pen, Marker Pen, Ink Refill, Black Permanent 24 Bot 113 Pen, Marker Pen, Permanent, Broad Tip, Assorted Color Sc-b 391 Pc 114 Pen, Pentel Energel 0.5mm 28 Box 115 Pen, Sign Pen, .4, Black, G-tec-c4 X 12s 40 Box 116 Pen, Sign Pen, .5, Black, V-5 X 12s 22 Box 117 Pen, Sign Pen, .5mm, Mygel X 12s, Assorted Color 87 Box 118 Pen, Sign Pen, Black, Hi-tech Point, V5 3 Box 119 Pen, Sign Pen, Black, Hi-tech Point, V7 8 Box 120 Pen, Whiteboard Marker, Black 42 Pc 121 Pencil 482, Soft Non-smudge Eraser, 2 Medium 3 Doz 122 Pencil Sharpener, Mechanical (heavy Duty) 2 Pc 123 Philippine Flag 16 Pc 124 Plastic Cover Sheet, Transparent, Thick 1 Roll 125 Post It 2"x 2", Assorted Color, Good Quality 177 Pc 126 Post-it 2"x 3" Assorted Color, Good Quality 237 Pc 127 Post-it 3"x 5" Assorted Color, Good Quality 184 Pc 128 Post-it 4" X 5" Assorted Color, Good Quality 171 Pc 129 Property Sticker (with Sample) 250 Pc 130 Puncher, Heavy Duty, Good Quality 22 Pc 131 Push Pin, Hammer Head 70 Box 132 Ribbon-silk-bright Blue, Pink, Red 13 Roll 133 Ring Binder, 12mm X 1.2m, Plastic (1/2") 10 Pc 134 Ring Binder, 24mm X 1.2m, Plastic (1") 10 Pc 135 Rubber Band ( Ordinary) 1 Box 136 Rubber Band, Big, #18, 400 Gms 4 Box 137 Rubber Stamp ( Refer To Design) 2 Pc 138 Rubber Stamps ( Letterhead, Etc… ) 20 Pc 139 Scissors, Heavy Duty, Large, All Steel, Any Size 47 Pc 140 Sharpener, Wall Mounted, Heavy Duty 1 Pc 141 Stamp Pad Ink, Blue, 60ml 48 Pc 142 Stamp Pad, Large W/ Ink 39 Pc 143 Stamp Pad, Medium W/ Ink 33 Pc 144 Staple Wire, No. 35, 5000s/box 235 Box 145 Stapler, Bookbinding, 240 Sheets Cap.minimum 1 Pc 146 Stapler, Hd 50/50r W/ Staple Remover 75 Pc 147 Stapler, Heavy Duty, #35, 2hd 444, Big 3 Pc 148 Storage Box, Medium 2 Pc 149 Tape Dispenser, Heavy Duty For 24mm, 1" 8 Pc 150 Tape Recorder, Digital 2 Pc 151 Tape, Binding Tape, 1" 23 Roll 152 Tape, Binding Tape, 2" 54 Roll 153 Tape, Double Adhesive, 1" 141 Pc 154 Tape, Duct Tape 1" 24 Roll 155 Tape, Duct Tape 2" 27 Roll 156 Tape, Masking, 1", 24mm 153 Roll 157 Tape, Masking, 2", 48mm 110 Roll 158 Tape, Packing, 2", 48mm 115 Roll 159 Tape, Transparent, 1", 24mm 299 Roll 160 Tape, Transparent, 2", 48mm 136 Roll 161 Thumbtacks, Small 72 Box 162 Typewriter Ribbon, Nylon, Black 5 Pc 163 Paper Clamp Size 1 50 Pc 164 Paper Clamp Size 41mm 8 Box 165 Paper Clamp Size, 32mm 8 Box 166 Paper, Phot Paper, A4, 20 Sheets/pack, Thick, Matte 18 Pack 167 Rubbing Alcohol, 70% Isopropyl 6 Pc 168 Memory Card (for Camera) Sandisk Ultra 32 Gb 1 Pc 169 External Cd Rom 1 Pc 170 Ream Cutter, Heavy Duty 1 Pc 171 Pen.sign Pen.,7mm Mygel X 12s Black 5 Box 172 Paper, Book Paper, Long 8.5" X 13" 80gsm 5rm/box 5 Box 173 Paper, Book Paper, Short 8.5" X 11" 80gsm 5rm/box 5 Box 174 Permanent Marker Pen, Black X 12/box 3 Box 175 Bond Paper Short 70gsm 15 Ream 176 Bond Paper Long 70gsm 15 Ream 177 Moroco A4 5 Ream 178 Moroco Short 5 Ream 179 Ream Paper Cutter Heavy Duty, Cutting Capacity: 250-255, Sheets At Time 70gsm, Size: A3 (18 Inches Blade Size) Cut Height 40mm-45, Weight 25-30 Kg (approx) Dimension: 70x40x15 Cm-72x45x20 Cm, Capability:paper Photo, Pvc Products, Suitable For Cutting Thick/strong Paper Card, Etc. 1 Pc 180 Shredder Automatic (10l) 1 Pc 181 Storage Box (80l) 5 Pcs 182 Paper, Linen Board, 200 Gsm A4 15 Pack 183 Clear Folder, Color Orange Short 30 Pcs 184 Clear Folder, Color Orange A4 30 Pcs 185 Clear Folder, Color Orange Long 30 Pcs 186 Acetate Paper Short 3 Ream 187 Acetate Paper Long 3 Ream 188 Acetate Paper A4 3 Ream 189 Tracing Paper 20 Inchx50 Yards, 2" Core 10 Roll 190 Plotter Paper/white Paper 20 Inch X 50 Yards, 2" Core 10 Roll 191 Plotter Paper/white 24 Inch X 50 Yards, 2" Core 10 Roll 192 Plain Paper Size A3 X 80 Gsm 10 Ream 193 Scissors , Good Quality 10 Pc 194 Cartolina , Assorted Colors, Thick 1 Roll 195 Paper Clamp/binder Clip 1 Inch 4 Box 196 Paper Clamp/binder Clip 1/2 Inch 2 Box 197 Ribbon, Satin (blue,red,pink,white, Green) 5 Roll 198 Plastic Tray, 12 X14 Inch, For Document (5 Green & 5 Red) 10 Pcs 199 Desk Tray Organizer, 3-layers, Metal 6 Pcs 200 Ziplock, Small, X 100s 5 Pack 201 Ziplock, Meduim, X 100s 5 Pack 202 Ziplock, Large, 100s 5 Pack 203 Special Paper Foe Sertificate 2 Ream 204 Tissue Dispenser 4 Unit 205 Clip Board, Long, Good Quality 15 Pcs 206 Clip Board, Long With Cover, File Folder Organizer, Good Quality 10 Pcs 207 File Notebook 50 Pcs 208 Power Bank (20,000 Mah) 10 Unit 209 Ballpen, Assorted (0.5, Smooth Ink) Green 8 Box 210 Ballpen, Assorted (0.5, Smooth Ink) Red 8 Box 211 Ballpen, Assorted (0.5, Smooth Ink) Blue 5 Box 212 Ballpen, Assorted (0.5, Smooth Ink) Black 9 Box Ii. General Home Supplies Lighting 213 Bulb Receptacle 5 Pc 214 Bulb(spiral,14w Led) 10 Pc 215 Bulb(spiral,24w Led) 5 Pc 216 Bulb, 18w, Long Life 1 Pc 217 Bulb, 20w, W/ Cup Cover, Long Life Coil No Cover 15 Pc 218 Bulb, Incandescent Bulb 100 Watts 20 Pc 219 Flourescent Bulb - Long 21 Pc 220 Flourescent Lamp,36watts 12 Pc 221 Flourescent Tube With Starter 11 Pc 222 Philipp Bulbs, 23 Watts (essential) 1 Pc 223 Philipp Bulbs, 24 Watts (tornado) 20 Pc Furniture And Furnishings 224 Amplifier 2 Unit 225 Chair, High Chair/bar Chair Lift Rotating Chair 3 Pc 226 Curtain Rod, Adjustable, Stainless Steel 6 Rm 227 Mosquito Net,single Size, White, Cotton 25 Pc 228 Mosquito Swatter, Good Quality 25 Pc 229 Vacuum Cleaner, Portable 2 Pc 230 Wall Clock 1 Unit 231 Wall Clock - Good Quality 12 Unit 232 Wall Clock, 12 Diameter, W/ 1 'aa' Battery 9 Unit 233 Washing Machine, Big, Heavy Duty 1 Pc Kitchen 234 Basin, Aluminum, Big 1 Pc 235 Basin, Stainless, Medium 3 Pc 236 Can Opener 4 Pc 237 Coffee Stiring Stick 35 Pack 238 Cooking Gas Refill, 11kg 69 Tank 239 Cups, Coffee Mug, With Saucers, Cream, Small 1 Doz 240 Cups, Disposable, Small 41 Pack 241 Cups, Mug, Big Size 15 Box 242 Cups, Mugs With Handle X 12, Large 1 Doz 243 Cups, Paper 157 Pack 244 Cups, Plastic, X 50's 4 Pack 245 Dish Cabinet For Plates With Drawer 1 Set 246 Dish Cabinet, Medium Size, Good Quality 1 Pc 247 Food Saver With Cover 3 Pc 248 Fork, Disposable 8 Pack 249 Fork, Stainless 1 Doz 250 Knife, Kitchen ( Chopper) Big Size 1 Pc 251 Knife, Stainless, Medium 17 Pc 252 Lpg, Refill, 13kg (solane) 6 Tank 253 Mask, Facemask, Disposable, 50/box 14 Box 254 Paper Plates, Laminated X 50s 119 Pack 255 Plates, Dining (white) 14 Set 256 Plates, Mellaware 12 Pc 257 Polyvinyle Microfilm Food Cover 1 Roll 258 Serving Tray, Plastic, Size 12"x15" 7 Pc 259 Soup Bowl, Small Size 24 Pc 260 Spoon, Disposable 38 Pack 261 Spoon, Plastic, 50's 20 Pack 262 Spoon, Stainless Steel, Tablespoon 4 Doz 263 Thermos 2 Unit 264 Towel, Dish Towel, 48x27m 52 Pc 265 Towel, Hand Towel, Thick W/ Handle 62 Pc 266 Water Dipper, Medium 47 Pcs Kitchen Appliance 267 Burner, Double Stove 1 Unit 268 Electric Thermos 2 Pc 269 Osterizer/ Blender, Heavy Duty 1 Pc 270 Percolator (coffee Maker) 2 Unit 271 Percolator For Brewed Coffee 6 Pcs 272 Water Dispenser 8 Pcs Bed, Linens, And Sewing 273 Bedsheets, Garterized, For Double Bed ( 4'x48'x75'), Apple Green 60 Pc 274 Blankets, Queen Size,wool Flannel, Thick , Apple Green 60 Pc 275 Cloth Maroon For Er Towels 1 Roll 276 Curtain, Office, Color: Peach, Size 3 Width X 8 Length, Cloth: Polyester 84 Panel 277 Pillow Case, For Medium Size, Thick, Good Quality, White Color 70 Pc 278 Pillow Cases, Standard Size 6 Pcs 279 Pillow, Standard, Permasoft 10 Pcs 280 Pillows, Cotton Fibers, Medium Size Approximately 350g Or More 50 Pcs 281 Foam, Uratex Foam 2" 3 Pcs 282 Needle, Sewing Machine, Assorted Size 3 Set 283 Sewing Threads, Different Colors 10 Pcs 284 Scissors, For Cloth, All Metal 5 Pc 285 Garter, Roll, 1cm Wide 5 Roll Construction / Garden/ Home Improvement 286 Carburandum 2x2x6 1 Pc 287 Extension Wheel With 10 Meters Cord With 9 Outlets 11 Set 288 Extension Wire, 10 Meters, 5 Pairs Of Hole With Male Plug (3 Gang) 24 Pc 289 Extension Wire, 3 Meters, 5 Pairs Of Hole With Male Plug 4 Pc 290 Flower Pot, Medium 22 Pcs 291 Ladder, Aluminum, 4 Ft. 1 Pc 292 Padlock, Good Quality (master) 10 Pc 293 Padlock, Medium Size 2 Pc 294 Paint Brush Roller, Assorted Sizes 6 Pc 295 Paint Brush, Assorted Size 10 Pc 296 Paper Cutter 3 Pcs 297 Rain Boots, Sizes 7 & 8 13 Pairs 298 Raincoat, Rubberized Xl 13 Pcs 299 Sharpening Stone, Carborandum, Long 2 Pc 300 Super Vulcaseal, 1 Liter/can 2 Can 301 Twine, Plastic, 1 Kg./roll 3 Roll Cleaning Liquid/ Soap 302 Albatros Deodorizer/moothe Proofer 138 Pc 303 Bathroom Soap, Regular Size, 60 G. 225 Pcs 304 Chlorine Granules 70% Solution 1 Pail 305 Detergent Powder, 500 G, (all Purpose) 1602 Bag 306 Dishwashing Liquid, 250ml, Antibac 33 Bot 307 Dishwashing Liquid, 500ml, Antibac 144 Bot 308 Dishwashing Paste, 400 G. 420 Can 309 Disinfectant/ Bleaching Liquid, 1000 Ml 369 Bot 310 Disinfectant/ Bleaching Liquid, 3785 Ml, Zonrox 423 Gal 311 Fabric Conditioner, 50 Ml 324 Pcs 312 Glass Cleaner 500ml 90 Bot 313 Home Cleaner, Antimicrobial, 1gal, Good Quality, Assorted Scent 1 Gal 314 Home Cleaner, Antimicrobial, 500ml, Good Quality, Assorted Scent 1 Bot 315 Insect Repellant, Spray, 600ml, Good Quality 17 Bot 316 Liquid Hand Soap 500ml 126 Bot 317 Lysol, Spray, 500ml 38 Bots 318 Muriatic Acid, 1 Gal 24 Gal 319 Muriatic Acid, 1 Liter 111 Bot 320 Rubbing Alcohol, 1 Liter, Isoprophyl W/ Pump 44 Pc 321 Rubbing Alcohol, 70% Isopropyl, 500ml 379 Bot 322 Toilet Bowl & Urinal Cleaner, 500ml 94 Bot 323 Toilet Cleaner,flash Cleaner,500ml 10 Pc 324 Toilet Cleaner, Lysol 10 Pc 325 Toilet Deodorant Cake, 100g, W/ Casing 40 Pc 326 Window Cleaner (wiper W/ Handle) 7 Pc Cleaning Implements 327 Broom, Cobweb Remover, Bamboo 24 Pc 328 Broom, For Ceiling, Plastic 2 Pc 329 Broom, Soft, Rattan Handle, Std. Size (ifugao Made) 63 Pc 330 Broom, Soft, Rattan Handle, Std. Size(mayoyao Made) 2 Pc 331 Broom, Stick (hard Broom) 74 Pc 332 Brush, For Laundry Use 29 Pc 333 Brush, For Tile Floor, W/ Long Wooden Handle 43 Pc 334 Brush, For Toilet Bowl, Plastic W/ Handle 34 Pc 335 Duster, Cloth, W/ Handle, Std. Size 15 Pc 336 Duster, Feather, W/ Handle, Std. Size 12 Pc 337 Dustpan, Plastic W/ Handle, Large 11 Pc 338 Dustpan, Steel, Medium Size 21 Pc 339 Garbage W/ Receptacle, S,m,l 10 Pcs 340 Gloves 15 Pcs 341 Gloves, Cloth 10 Pc 342 Gloves, Examination Gloves, S7, Latex With Powder, 100's/box 200 Box 343 Gloves, Hand Gloves, Rubber, All Purpose 57 Pair 344 Gloves, Hand Gloves, Surgical 10 Box 345 Gloves, Hand Sanitizer Dispenser 10 Pcs 346 Gloves, Working Gloves 10 Pcs 347 Hat, Buri Large 20 Pcs 348 Mask, Face Masks, 3 Ply, Disposable, X 50's 105 Box 349 Mask, Surgical Mask, 3ply 5 Box 350 Mat, Doormat, Cotton, Large Size, Oval 188 Pc 351 Mat, Floor Wiper Floor Mat 3 Pc 352 Mat, Foot Rug, Large 37 Pc 353 Matches, Lighter 5 Pcs 354 Mop, Cotton Mophead, Screw Type, Wooden 1 Set 355 Mop, Cotton Mophead, Screwtype, Steel Handle 32 Set 356 Mop, Floor Mop With Handle 1 Pc 357 Mop, Handle, Plastic 16 Pcs 358 Mop, Head, All Cotton, Twisted, 400g 11 Pcs 359 Mop, Squeezer W/ Mop Head And Water And Soap Compartment Cart 2 Set 360 Mop, Turbo 360 Mop W/ Extra 1 Mop 12 Can 361 Pail W/ Cover/ Big 1 Pc 362 Pail, Aluminum, Medium 18 Pc 363 Pail, Plastic, Medium 40 Pc 364 Rollbag 81 Roll 365 Rubber Boots, Various Sizes 6 Pc 366 Sacks (feedsacks) 170 Pcs 367 Sando Bag, Large, Thick By 100s 23 Pack 368 Sando Bag, Medium, Thick By 100s 10 Pack 369 Scouring Pad, Big, For Floor Scrub 5 Pc 370 Scouring Pad, Dishwashing, Scotch 46 Pc 371 Scouring Pad, Steel Mesh/type 2 Pc 372 Sponge For Dishwashing, Good Quality 66 Pc 373 Steel Wool 55 Pc 374 Sulit Bag, 30 X 20, White, X20pcs 137 Roll 375 Tissue, Kitchen Paper Towel Rolls, 4 's 34 Set 376 Tissue, Napkin For Table 29 Bag 377 Tissue, Napkin, Double Roll 2 Ply 133 Pack 378 Toilet Bowl Scrub, Good Quality 2 Pc 379 Toilet Brush, Plastic With Handle 12 Pc 380 Toilet Pump, Rubber, W/ Handle 12 Pc 381 Trash Bag, Black, Medium Size 1405 Pcs 382 Trash Bag, Green, Medium Size 825 Pcs 383 Trash Bag, Plastic, Black, 40" L X 18.5" W 10115 Pc 384 Trash Bag, Yellow, Medium Size 1400 Pcs 385 Trash Can, Plastic, Foot-operated Cover, Big 37 Unit 386 Trash Can, Plastic, Foot-operated Cover, Small 24 Pc Others 387 Uniform, Polo Shirt 10 Pcs 388 Curtain,office,color:mint Green,size 3 Width X 8 Length,cloth: Polyester 36 Panel 389 Cling Wrap Roll(food Cover) 4 Roll 390 Sraw 5 Rolls 391 Multi-insect Killer(500) 3 Bot 392 Isoprophyl Alcohol In Gallon 3 Gal 393 Mop With Sqeezer 1 Set 394 Flourescent Bilb(1m Long) 5 Pcs 395 Melamine Dinner Plates 12 Pcs 396 Fabric Bleach,colorsafe,bloddom Fresh Scent 3 Gal 397 Entrance Outdoor Mat(dust Removal,60x90cm,water Absortion) 3 Pcs 398 Drill Bit. Heavy Duty 1 Unit Specs: Rated Power Input: 750-800w No.load Speed, 1st Gear:0-3,250rpm To 0-4000rpm Weight:1.6kg ,impact Rate At No-load Speed: 0-48,500bpm Rated Torque:2.1 N-3nm Chuck Cpacity, Min./max.:1.5mm-30mm Drilling Range Drilling Dia. In Concrete: 16mm-20mm Drilling Dia. In Wood: 25mm-30mm Drilling Dia. In Steel: 12mm-15mm 399 Grinder 1 Unit Specs: Rated Power Input:10400-10600w No-load Speed: 2,800-11,500rpm To 2,800-12,000rpm Disc. Diameter:125mm-135mm Grinding Spindle Thread:m14 Main Handle: Barrel Bore Size,diameter:22-23mm-24.00mm Weiht:1.9-2.2kg, Switch: Lockable Switch Above Previous Level Of Power To Grip-size Ratio & With Speed Selection Maximum Productivity: 1,400w Motor New Motor Cooling With Improved Direct Cooling Superior Ergonomics With Smallest Grip Size In The 1400w-1700w Cd Class For Much Better Convenience While Working And Low Fatigue 400 Food Wrap: 12" X 500 M 18 Pc 401 Wood Cutting Board, 24 X34 Cm 3 Pc 402 5 In 1 Chopping Board Set With Storage Case Color Coded Anti Slip Mat Cutting Board Set. Product Size: 30.7 X7.5 X 20.5cm Material: Pp Plasti, 304 Stinless Steel, Silica Gel,abs Plastic 2 Set 403 Omellette Non-stick Frying Pan Holes: 7 Diameter: 24cm Aplicable Stove: Gas Stove, Electriceramic Stove, Product Size: Approx. 47x 30 X 2.5cm/18.5 X 11.8 X 1 In: Weight: Approx. 745g/26.3oz 1 404 Stainless Steel Double Ears Colander Strainer, 40 Cm 4 Pc 405 2tier Dish Drying Rack , Product Inner Diameter Size: 42x24x35-43x25x36 Cm; Product Outer Diameter Size: 52x25x36cm-52.5x24x35 Cm; Packing Size: 25x8x43cm-25x9x44cm; Material: Stainless Steel With Spoon Holder,cutting Board Rack 1 Set 406 Stainless Steel Pitcher; Capacity: 64oz To 65oz; Size:( D12.5 Cm X H17 Cm)- (d13 Cm Xh 18 Cm) 2 Pc 407 Coffee Filter Cup Stainless, 54mm- 55mm 2 Pc 408 Digital Microwaveoven; Capacity: 20 Liter-25 Liter; Dimentions:(h:w:d)25.9x44x35.9cm-26.9x45x36.10cm; Digital Control 1 Set 409 Stainless Steel Cniment Organizer Rack; No. Of Tier: 2 Layer; Size: 16.6x40x40cm-17.5x47x42cm With Knife Holder, Chopstick/spoon Barrel 1 Set 410 Microwavable Oven,23-25 Liters, With Quick Defrost & Auto Cook Function, Ceramic Enamel Interior,turntable Size 288-2909mm,power Consumotion-1200w,power Level 5-6 With Clock Feature 1 Unit 411 Cling Wrap/food Wrap, 12x300m 10 Pcs 412 Non-stick Pan, 14" ,heavy Duty 2 Pcs 413 Pressure Cooker, 7l, Stainless Steel,8-10 Liters 1 Unit 414 Door Knob,heavy Duty,original 10 Pcs 415 Lpg Regulator With Hose 6 Pc 416 Steamer 45 Cm 3 Layer,aluminu,heavy Duty 1 Unit 417 Emergency Light With Solar Pannel 1000-1200w 8 Unit 418 Adaptor 10 Pcs 419 Trash Bag, Black, Medium Size 20 Roll 420 Mat, Floor Mat 2 Roll Iii. Computer Supplies 421 Software, Anti-virus Software (3 In 1), 1 Year Expiration 23 Set 422 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Black 12 Pc 423 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Cyan 2 Pc 424 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Magenta 2 Pc 425 Brother Ink Refill ( Bt D60bk, 108.0 Ml) Yellow 2 Pc 426 Brother Ink Refill, 100ml, Black 5 Pc 427 Brother Ink Refill, 100ml, Cyan 3 Pc 428 Brother Ink Refill, 100ml, Magenta 3 Pc 429 Brother Ink Refill, 100ml, Yellow 3 Pc 430 Brother Ink, Bt600 Black 3 Pc 431 Brother Ink, Bt600 C 3 Pc 432 Brother Ink, Bt600 M 3 Pc 433 Brother Ink, Bt600 Y 3 Pc 434 Brother Ink, Genuine Black, Btd60 57 Bots 435 Brother Ink, Genuine Cyan, Bt5000 32 Bots 436 Brother Ink, Genuine Magenta, Bt5000 32 Bots 437 Brother Ink, Genuine Yellow, Bt5000 32 Bots 438 Cannon Ink Bottle Gl-790bk Black 51 Pc 439 Cannon Ink Bottle Gl-790c Cyan 31 Pc 440 Cannon Ink Bottle Gl-790m Magenta 31 Pc 441 Cannon Ink Bottle Gl-790y Yellow 23 Pc 442 Canon Ink Fine Cartridge 810 Black 15 Pc 443 Canon Ink Fine Cartridge 811 Colored 5 Pc 444 Canon Ink Refill Black 10 Pc 445 Canon Ink Refill Colored 10 Pc 446 Canon Ink, Gi 790 (black) 105 Pcs 447 Canon Ink, Gi 790 (cyan) 58 Pcs 448 Canon Ink, Gi 790 (m) 58 Pcs 449 Canon Ink, Gi 790 (yellow) 58 Pcs 450 Canon Ink, 100ml, Black 10 Pc 451 Canon Ink, 100ml, Cyan 10 Pc 452 Canon Ink, 100ml, Magenta 10 Pc 453 Canon Ink, 100ml, Yellow 10 Pc 454 Canon Toner T06 - Black 5 Pc 455 Canon,toner 2006n 5 Unit 456 Card Reader 1 Pc 457 Cd-r 52 X 700mb, Individual Case/cd 14 Pc 458 Cd-rw-700 Mb/mo 1x-4x 75 Pcs 459 Computer Brush, Big 8 Pc 460 Computer Keyboard, A4 Tech 9 Pc 461 Computer Mouse, Wheeled, Optical, Usb, W/ Pad 25 Pc 462 Computer Mouse, Wireless, Optical, Usb, W/ Pad 14 Pc 463 Dvd Rw, 120 Minutes 54 Pc 464 Dvd-r 4.7gb 16x, With Individual Case 40 Pc 465 Epson 003, Black 46 Bots 466 Epson 003, Cyan 21 Bots 467 Epson 003, Magenta 21 Bots 468 Epson 003, Refill, Black (for L3110 Printer), 65ml 5 Bots 469 Epson 003, Refill, Cyan (for L3110 Printer), 65ml 1 Bot 470 Epson 003, Refill, Magenta (for L3110 Printer), 65ml 1 Bot 471 Epson 003, Refill, Yellow (for L3110 Printer), 65ml 3 Bot 472 Epson Ink L3110 (b/c/m/y) 1 Set 473 Epson Ink L5190-003:black 35 Pc 474 Epson Ink L5190-003:cyan 23 Pc 475 Epson Ink L5190-003:magenta 23 Pc 476 Epson Ink L5190-003:yellow 23 Pc 477 Epson Ink Refill, 100ml Black 13 Bot 478 Epson Ink Refill, 100ml, Cyan 10 Bot 479 Epson Ink Refill, 100ml, Magenta 10 Bot 480 Epson Ink Refill, 100ml, Yellow 10 Bot 481 Epson Ink T6641, Black 66 Pc 482 Epson Ink T6642, Cyan 22 Pc 483 Epson Ink T6643, Magenta 22 Pc 484 Epson Ink T6644, Yellow 22 Pc 485 Epson Ink,003,black 116 Pcs 486 Epson Ink,003,cyan 58 Pcs 487 Epson Ink,003,magenta 60 Pcs 488 Epson Ink,003,yellow 63 Pcs 489 Gestetner Toner 2014 1 Pc 490 Hdmi Connector 4 Pc 491 Ink Cartridge, Canon 103/303/703 1 Tube 492 License, Microsoft Office License(professional Plus 2016) 1 Pcs 493 Mouse Pad, Good Quality 16 Pc 494 Pixma 810, Black @51 2 Pc 495 Pixma 811, Colored @52 2 Pc 496 Storage, External Cd-rom 2 Pc 497 Storage, External Disk, 1 Tb 12 Pc 498 Storage, Flash Drive 32 Gb Usb 2.0 Micro Usb 53 Pc 499 Storage, Flash Drive 4 Gb, Usb 2.0 11 Pc 500 Storage, Flash Drive, 8 Gb, Usb 2.0 20 Pc 501 Storage, Flashdrive, 32gb 64 Pc 502 Storage, Sd Card (64gb) 1 Pc 503 Toner Cartridge -hp Ce505a 10 Pc 504 Toner Cartridge, Hp Cb435a 4 Pc 505 Toner Cartridge, Hp Q2612a 2 Pc 506 Toner Npg - 59 Black 8 Pc 507 Canon Ink 71pgbk-black 5 Pc 508 Canon Ink 71pg-cyan 3 Pc 509 Canon Ink 71pg-magenta 3 Pc 510 Canon Ink 71pg-yellow 3 Pc 511 Adaptor 2 Pc 512 Cable Tie 100 Pcs 513 Wifi Adapter 3 Pcs 514 External Drive (2tb) 2 Pcs 515 Epson Ink-t41d2-cyan (350ml) 2 Pcs 516 Epson Ink-t41d3-,agentan(350ml) 2 Pcs 517 Epson Ink-t41d4-yellow(350ml) 2 Pcs 518 Epson Ink-t41d5-black(350ml) 3 Pcs 519 Epson Ink 005 2 Pcs 520 Graphics Card (nvidia Geforce) 2 Pcs 521 Canon Ink 71s Black 2 Bot 522 Canon Ink 71s Y 1 Bot 523 Canon Ink 71s M 1 Bot 524 Canon Ink 71s C 1 Bot 525 Canon Gi-71(pgbk), Black, 135.0ml/bot 3 Bots 526 Storage , External Disk, 2 Tb 2 Pc 527 Storage, Flash Drive 64 Gb Usb, Otg Type -c 2 Pc 528 Storage ,flash Drive 32 Gb Usb, Otg Type-c 2 Pc 529 Epson Ink, L360 (black) 5 Bot 530 Canon Ink, (canon G4770), Black, Canon 71 8 Bot 531 Canon Ink, (canon G4770), Cyan, Canon 71 4 Bot 532 Canon Ink, (canon G4770), (m), Canon 71 4 Bot 533 Canon Ink, (canon G4770), (yellow), Canon 71 4 Bot 534 Brother Ink, Bt6000 Black 2 Bots 535 Brother Ink, Bt5000 C 1 Bots 536 Brother Ink, Bt5000 M 1 Bots 537 Brother Ink, Bt5000y 1 Bots 538 Laptop Charger 2 Unit 539 Canon Pfi-8120 Mbk 130ml Matte Black 10 Pcs 540 Canon Pfi-8120bk 130ml Black 5 Pcs 541 Canon Pfi-8120 Yellow 130ml 3 Pcs 542 Canon Pfi-8120 Cyan 130ml 2 Pcs 543 Canon Pfi-8120 Magenta 130ml 2 Pcs 544 Solid State Drive (ssd) 5 Pcs 545 Epson Ink 008 8 Set 546 Adaptor 10 Pcs 547 2 Tb - 3 Tb Hd330 Shockproof External Portable Hardrive 5 Pcs 548 Npg Toner 3 Box 549 Memory Card Rom 8gb Ddr4 2 Pcs 550 Desktop Power Supply 1 Pcs 551 Video Card 2gb- Desktop 1 Pcs 552 Cpu Case 1 Pcs 553 Motherboard Ddr4 W/ Processor I5-i7 1 Pcs 554 Computer Keyboard 2 Pcs 555 Computer Mouse, Wheeled, Optical, Usb, W/ Pad 2 Pcs 556 Computer Monitor 24 Inches 1 Pcs 557 Sata Cable 1 Pcs 558 Ssd 500 Gb 2 Pcs 559 Avr 1 Pcs 560 Canon Ink Gi 71 Black (billing ,lab, Medical) 15 Pcs 561 Canon Ink Gi Magenta 5 Pcs 562 Canon Ink Gi 71 Cyan 5 Pcs 563 Canon Ink 71 Yellow 5 Pcs 564 Ink , Brother Dr2355 (laboratory) 2 Pcs 565 Canon Ink For Canon G4770 2 Set 566 Canon Ink For Canon G4770 4 Set "all Items For Computer Supplies Should Be Genuine" ***nothing Follows*** Grand Total 7,009,200.58 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
Closing Date27 Feb 2025
Tender AmountPHP 7 Million (USD 121.1 K)

East Coast Railway - ECOR Tender

Auction
Ireps
Corrigendum : Closing Date Modified
India
Tender Id: 272991024-ZCTDC-Furniture-VSKP | Condemned And U/s Office Furnitures Of Zctdc/wat As Per Attached Annexure. The Description, Quantity And Weight As Per Attached Annexure. Total Auctioned Quantity Is 22 Nos. Equivalent To 157 Kgs. Hsn Code - 72044900 And Gst-18 Percent. [sr. Dso/wats Lr. No. Wsfy/disposal/2024/52, Dt- 28.10.2024].
Closing Date28 Feb 2025
Tender AmountRefer Documents 

DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender

Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 12-cookery Support Service Area: Skills Development) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 442,032.83 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 12-cookery Support Service Area: Skills Development) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 14, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 28, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 28, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Chef’s Knife, Stainless Steel Chef Chopping Knife Household Kitchen Knife Size: 8 Inches Blade Material: 3cr14 High Carbon Stainless Steel Blade Handle: Pom Handle 5 Pieces Boning Knife, 6″ Boning Knife Chef’s Edge Handles Are Ergonomically Designed To Minimize Wrist Tension And Provide A Natural Fit. Heat Treatment Process Makes The Knives Extremely Sharp And Corrosion Resistance. Country Of Origin: Germany Blade Material: 3cr14 High Carbon Stainless Steel Blade Handle: Pom Handle 4 Pieces Oysters Knife, Material: Stainless Blade, Plastic Handle Size: 16 Cm Easily Pry Open Oyster/clam Shells Sharp, Beveled Blade 2 Pieces Cleaver Knife, Butcher Cleaver Knife With Ergonomic Design Highly Corrosion Resistant Stainless Steel Wooden Handle Handle Length Measures 5" Blade Length Measures 8" Long And 3.5" Wide Dishwasher-safe Blade Material: Stainless Steel Color: Stainless Steel Handle Material: Wood Blade Edge: Plain 2 Pieces Tenderizer (pin Tenderizer), Stainless-steel Prongs Break Down Tough Meat Fibers. Also Useful For Piercing Meats Before Marinating. Heavy-duty Spring-loaded Mechanism Controls Action Precisely. A Practical Solution For Turning A Tough Cut Of Meat Into A Delicious, Tender Piece Of Meat. Type: Meat Tenderizer Material: Stainless-steel, Abs Size: 5cm X 5.1cm X 19.4cm/1.97" X 2.01" X 7.64" (approx.) 2 Pieces Tenderizer (mallet Tenderizer), Material: Aluminum Weight:100g Size: Length: 19.5cm; Hammer: 4.5 * 4.5cm Integrated Aluminum Construction For Strength And Durability. There Are Two Sides. Use The Spiked Surface To Tenderize And The Flat Surface To Pound Meat. Ideal For Beef, Veal, Pork And Chicken, Etc. Package Content: 1x Two Side Meat Hammer 4 Pieces Skimmer, Fine, 6"x5"length Width 5" Handle: Length11 5/8 Material: Nickel-plated Stainless Steel Handle Material: Nickel Plated 4 Pieces Wire Skimmer, Small, 3" Diameter X 1"depth 13.75 Handle Length Material: Stainless Steel, Bamboo Handle 4 Pieces Skimmers, Spider, Mesh Basket Tool(5inches) Material:18/8 Stainless Steel, Style Stainless Steel Mesh, Asian, Color: Silver 4 Pieces Strainer, Small, Fine, Material: Stainless Steel Diameter: Approx. 8.5cm / 3.35 Inch Total Length: Approx. 22cm / 8.66 Inch Handle Length: Approx. 11.2cm / 4.41 Inch Color: Silver/golden/copper Plating (optional) Package Includes: 1 Piece Fine Mesh Stainless Steel Cocktail Strainer 4 Pieces Colander Strainer Type: Colanders & Strainers Item Type: Pearl Milk Tea Colander Material: 100% Food Grade Stainless Steel Temperature: -40f To +446f (-40c To +230c) Multiple Use Kitchen Gadgets: Kitchen Helper Feature: Made Of Premium Stainless Steel, No Toxic Chemicals, Lead Free, Pvc Free. The Versatile Design Will Fit Nearly All-round Pots, Pans And Bowls. Uses: For Hot Pot Eating, Soup Draining And Pearl Food Holding. 4 Pieces Siever,small, Stainless Steel Fine Mesh Strainer Material: Stainless Steel; Diameter: 12 Inches; Depth: 2 Inches To 2.5 Inches; Fine Mesh:0.025mm To 0.5mm; 4 Pieces Strainer,medium Fine, Strainer Type: Easy-grip Colander Medium:stainless Steel:item Dimensions:lxwxh: 8x4x0.2 Inches 8 Pieces Turner, 3” X 6”, Item Dimension: L40.1 Cm X W9.6 Cm X H13.4 Cm Item Weight: 0.3 Kg Material: 18/10 Stainless Steel Tool Head & High Impact Nsf Approved Polypropylene Textured Handles (pro-gourmet) Lightweight & Easy To Hold Accommodates Right- And Left-handed Users Use & Care Easy To Clean And Dishwasher Safe. 8 Pieces Spatula, Stainless Steel Teppanyaki Spatula L 14.8cmxw11.8cmxh 2cm 8 Pieces Wooden Spoon, Material: Beech Wood Color: Wood Color Size: 26.3cm X 6.3cm 8 Pieces Parisienne Scoop, Stainless Steel Baller Heads - 22mm Diameter And 25mm Diameter. Head Include Small Air Hole For Easy Release. Non-slip Handle Made From Fibrox - Tpe Plastic Able To Withstand Temperatures Of Up To 80°c - 110°c. Dishwasher Safe. 8 Pieces Zester, Durable And Rust Resistant Stainless Steel Material Five Sharp Zester Holes That Quickly And Easily Zest Lemons, Oranges, And Other Citrus Fruits Built-in Channel Knife That Peels Citrus Fruits To Make Beautiful Garnishing Easy To Grip Stainless Steel Handle For Steady Control When Testing With A Built-in Hole For Easy And Proper Storage Easy To Clean And Dishwasher Safe Dimensions: L16.3 X W2.4 X H16.3 Cm 8 Pieces Piping, Bag Size: Small: About 26cm Long, About 15cm Wide At The Opening, Medium: About 30cm Long, About 17cm Wide At The Opening, Large: About 34cm Long, About 21cm Wide At The Opening. Material: Silica Gel Package: 6 * Small Connectors 2 * 12-inch Bags 2 * 14-inch Bags 2 * 16-inch Bags 8 Sets Pastry Tubes, 8pcs/set Stainless Steel Pastry Piping Nozzles Size: Approx. 30cmx17.5cm; Material: Eva And 430 Stainless Steel 8 Pcs. Strainer Chinois,small, Commercial Grade Quality China Cap Strainer With Pot Ring Hang Hook Coarse Mesh - 10" Handle, 8" Diameter, 8" Deep", 18" Total Length Material:18/8 Stainless Steel Color:silver Item Dimensions: Lxwxh 17.13 X 8 X 7.75 Inches Item Weight:0.71 Lbs 3 Pieces Filling Funnel, Material:304 Stainless Steel Size Dimension:14x11cm 4 Pieces Measuring Spoon, Material: Stainless Steel , Weight:110g Size:1/8 Tsp-length: 4.25″,diameter: 0.59″ 1/4 Tsp-length: 4.33″,diameter: 0.71″ 1/2 Tsp-length: 4.45″,diameter: 0.91″ 1 Tsp-length: 4.60″,diameter: 1.10″ 1/2 Tbsp-length: 4.72″,diameter: 1.26″ 1 Tbsp-length: 4.92″,diameter: 1.57 6 Pieces Tongs, 9 Inches, Material: 304 Stainless Steel With Silicone Handle; Size:9 Inches; Feature: Ring Pull Locking System, Scalloped Heads 10 Pieces Tongs, 12 Inches, Material: 304 Stainless Steel With Silicone Handle; Size:12 Inches; Feature: Ring Pull Locking System, Scalloped Heads 8 Pieces Measuring Cup, Material: 304 Stainless Steel; Feature: 4cups/set. 100ml, 50ml, 15ml And 5ml Cup Sizes On A Storage Ring; 1 Set Measuring Urn, Specification: 500ml Colour: Silver Material: 304 Stainless Steel 1 Pc Ice Cream Scoop, Size: 18*4.2cm/18*4.8cm Color: Black/silver Material: Aluminum Alloy; Feature: Anti-freeze Ice Cream Scooper With Comfortable Handle 4 Pieces Cheese Cloth, *made Of Natural Cotton, Never Been Dyed Or Bleached. It's Safe And Healthy To Use And There Is No Color Will Dye Over The Cheese, Yogurt, Turkey Or Any Other Foods. *due To Tight-weave Mesh, It Can Filter More Impurities And Work Efficiently. *it Could Be Used For Making And Wrapping Homemade Cheese. It Is Used As Greek Yogurt Or Butter, Almond Milk Or Nut Milk, Fruit Juice. Furthermore, More Impurities Will Be Filtered Out When You Filter Cold Brew Coffee Or Homemade Beer Wort, Honey And Etc. Specification: *material:cotton *color:as Show *size:100 X 120 Cm/39.3 X 49.2 In 10 Pieces Serving Spoon, Material: 304 Stainless Steel Color: Silver Size: 24cm 24 Pieces Pepper And Salt Grinder, Size: 5.3cm/2.09"x 19cm/7.48"; Material: Stainless Steel Case Grinder With High Quality Glass Container 4 Set Weighing Scale, 5 Kgs, Type:hanging Scale Origin:cn(origin) Size:18.5*14*1.9cm Rated Load:other Display Type:lcd Digital Screen Power Supply:3*aaa Battery(not Included) Certification:ce Model Number:electric Scale Capacity:10kg/1g,3kg/5kg/0.1g Is Smart Device:no Color:black Unit:g, Lb, Oz Measuring Range:10kg/10g, 3kg/5kg/1g Material:new Abs Engineering Plastic + Stainless Steel Backlight:yes Ftion 1:kitchen Scales Ftion 2:jewelry Scales Ftion 3:electronic Scales Ftion 4:electronic Balance 2 Unit Core Seed Remover, Effortlessly Remove Cores From Fruit Simply Push The Stem Into The Core Of The Apple And Twist To Remove Ultra Stainless Steel Coring Blade Twist And Slide Body For Easy Core Removal Length: Approx. 180mm / 7inch Diameter Of The Core: Approx. 2cm / 0.8 Inch Material: 304 Stainless Steel 8 Pieces Wire Whisk,small, Material: Stainless Steel; Size: H01-8 Inch:21*5cm; 8 Pieces Wire Whisk, Medium, Material: Stainless Steel; Size: H02-10 Inch:26*6cm; 8 Pieces Wire Whisk, Heavy Duty, Material: Stainless Steel; Size: H03-12 Inch:29*6cm 2 Pieces Can Opener, Material: Stainless Steel + Pp Plastic Size: 19.5cm X 7.5cm Color: Silver + Black Features: 1. 100%brand New And High Quality 2. Ergonomic, Non-slip Grip, Comfortable And Safe In Operation. 3. High-quality Stainless Steel Material, Won't Break Or Bend, Corrosion Resistant, Smooth Felling And High Durability. 4. Rotating Handle And Precision Gears, Efficient And Labor Saving, Children, Adults And The Elderly Can Easily Work With. 5. It Combines 3 Functions In One Unit. This Versatile Can Opener Is Designed For Opening A Can Lid, Opening A Bottle Cap, Levering Or Loosening A Can Lid. 6. Easily Pierce And Open Various Types Of Cans, Like Tin Can, Oil Can, Milk Can, Cat Dog Food Can, Metal Can, Beer Can, Small Can, Large Can, Water Bottle, Jar Etc 7. High Quality Food-grade Material - The Sharp Cutting Disc Is Made Of Food-grade Material Especially The Metal Tooth Is Made Of Stainless Steel, Please Rest Assured Use. 8. No Dangerous Sharp Edges - Protect Yourself And Your Family With This Tin Opener That Leaves Edges Completely Smooth. Safely And Easily Opens Big And Small Cans In All Shapes And Sizes In Seconds. 9. Comfortable And Convenient For Storage - The Opener's Soft, Anti-slip Handles Are Easy To Grip - Which Is Especially Handy For Senior Citizens. You Can Store It In A Drawer Or Simply Hang It On A Hook In Your Kitchen. 1 Piece Multi-purpose Kitchen Scissors/shears, Material: Stainless Steel Size: 21 X 9 Cm; Features: Extra Sharp For Cutting Meat, Poultry Or Fish With Cracking And Bottle Opening Function 8 Pieces Soup Ladle, 4 Oz, Material: 18/10 Stainless Steel With Hole On Handle Serving. Size: Length 34cm*diameter 7.5cm 8 Pieces Soup Ladle, 6 Oz, Material: 18/10 Stainless Steel With Hole On Handle Capacity: 6 0z; Handle Length:3 Inches; Size: Length 34cm*diameter 9.5cm 8 Pieces Soup Ladle, 8 Oz, Color: Stainless Steel Material: Stainless Steel Style: 8 Oz Ladle Item Dimension Lxwxh: 14.6 X 2.5 X 3.9 3 Pieces Soup Ladle, 12 Oz, Soup Ladle Food Grade Rust-proof Stainless Steel Dishwasher Safe Hot Pot Soup Ladle Length: 18 Width: 4.6 Height: 2 Freezer Safe: Yes Type: Gravy / Sauce Ladles Dishwasher Safe: Yes Microwave Safe: No Capacity: 10.0-14.9oz Feature: Heavy Duty 2 Pieces Kitchen Spoon, Mirror Finished Durable Stainless Steel Material Dishwasher Safe Ss Dinner Spoon 4.0mm Thickness Length: 21cm Weight: 73gm 8 Pieces Kitchen Spoon, Slotted, Stainless Steel Slotted Spoon Is Ideal For Stirring And Straining Pasta Or Vegetables. The Soft, Non-slip Handle Cushions Your Hand During Use, And The Polished Stainless Steel Is Both Sleek And Durable. Dimensions: 2 X 2.75 X 12.4 Weight: 0.29 8 Pieces Kitchen Fork, Color: Silver Substance: 18/10 Stainless Steel Surface Finishing: Matt/polished Net Weight: 0.11 Kg Length: 33.40 Cm Width: 2.50 Cm Height: 1.90 Cm Handle Length: 12.50 Cm 4 Pieces Carving Fork, Package Dimensions: 13.07 X 1.42 X 0.87 Inches (33.2 X 3.6 X 2.2 Cm) Item Weight: 5.6 Ounces (158.76 Grams) Handle Material: Stainless, Stainless Steel, Abs, Plastic, Steel 3 Pieces Digital Kitchen Thermometer, Digital Kitchen Food Thermometer For Meat Cooking Water Milk Food Probe Temperature Temperature Range: -50°c To 300°c Or -58°f To 572°f Resolution: 0.1°c Or 0.1°f Accuracy: ± 1°c Or ± 1 °f Optional Temperature Unit: °c / °f Material: 304 Stainless Steel & Abs Plastic Buttons: On/off, °c/°f, Hold Power Supply: 1 X 1.5v Lr44/ag13 Battery (not Included) Power Saving: Auto Power Off After 10 Minutes Total Length: 24.6cm Probe Length: 14.5cm 3 Pieces Multi-function Vegetable Fruit Peeler Slicer Cutter Chopper, Stainless Steel Multifunction Fruit And Vegetable Peeler Slicer Shedder Peeler 5 Different Inserts With 11 Different Ways To Cut Cut Into Cubes Or Sticks In 3 Different Sizes Slices In 2 Different Thicknesses Cut In To Quarters, Eighths And Wedges Long- Lasting Super- Sharp Stainless Steel Blades Extra Sharp Grater Mandolin Slicer With Safety Food Holder 1 X Cutting Top With Integrated Stylus 1 X Cutting Base 1 X Transparent Collecting Container (capacity 1,500 Ml) 1 X Fresh Cover For Collecting Container 1 X Knife Insert (6 Mm X 6 Mm Or 12 Mm X 12 Mm) 1 X Knife Insert For Quarter Or Eighth 1 X Planer Insert With Blade Protection 1 X Food Holder With Guide 1 X Detachable Cutting Punch For Eighth 1 X Part Cover For All Knife Inserts 2 Set Stock Pot (big), Stainless Steel Large Stock Pots Casserole Stew Pan Type: Soup & Stock Pots Material: Metal Type: Stainless Steel Feature: Eco-friendly Applicable Stove: General Use For Gas And Induction Cooker Product Name: Soup Pot Usage: Soup, Milk, Noodle Pot, Cooking Pots Shape: Straight Material Type: Stainless Steel Diameter: 25 / 30 / 35/ 40 /45/ 50 Cm 2 Pieces Frying Pan, Small, Frying A Single Egg, Sausages, Seafood, Poultry, Burgers Or Vegetables, Toasting Pine Nuts Or Even Toasting Off Some Spices. Specification: Pot Diameter: 13cm Pot Height: 2.8cm Full Length Of Pot Body: 25cm Pot Bottom Diameter: 11.5cm Included: 1 X Mini Saucepan 12cm Small Nonstick Frying Pan For Household Fried Egg Pancakes Round Mini Saucepan 4 Pieces Frying Pan, Medium, Material: 304 Stainless Steel Size Diameter: 32cm Feature: New Technology Experience, New Design Suitable For: General Use For Gas And Induction Cooker Product Features: 1.13.4 Inch Stir Fry Pan Made Of Stainless Steel, Nonstick Cookware Interior Is Honeycomb Texture, Achieve Separation State Nonstick. 4 Pieces Frying Pan, Large, Material: Carbon Steel Wok Handle: 12cm Wood (beechwood) Diameter: 36cm Depth: 10.5cm Handle Socket: Welded Non-stick Pan, Perfect For Your Daily Home Cooking 2 Pieces Colander, Small, Ergonomic Design, Smooth Handle Grip. Top Hanging Ring Design, Free To Hang Up. Specification: Material: Stainless Steel Size: 32 * 10cm / 12.60 * 3.94" Color: As Shown Package Included: 1pc * Colander 3 Pieces Colander, Medium, Features And Usage: Good Quality Stainless Steel Material With Competitive Price Can Be Used For Strain Soup, Juice, Milk, Tea, And Other Liquids. Strong, Sturdy, And Durable. Made For Heavy Work. Rust, Crack, And Stain Resistant Easy To Clean And Carry High, The Goods Quality Support With Your Demand. The Long Handles Protect Your Hands From Hot Grease And Oils While Letting You Cook Your Favorite Foods Product Name: Stainless Kitchen Wire Skimmer/strainer/colander Material: Stainless Steel Size / Capacity: 22cm Color: Silver Shape, Round Type: Strainer Item Number: 22cm F/h Skimmer 2 Pieces Cutting Board, Packing: 1 X 1pcs Chopping Board Material: Bamboo Wood + Stainless Steel Color: Brown, Light Brown (random) Size: 34cmx 1.7cm X 24cm Design: Arc Corners Features: Made Of High-quality Bamboo Anti-mildew And Germ Proofing 100% Brand New And High Quality Easy To Clean And Very Affordable The Whole Bamboo Panel Has A Clear Bamboo Pattern. The Curved Design Of The Handle Makes It Easy To Hang. Thick, Extremely Durable, The Smooth Surface Also Prevents Your Knives From Dulling Too Quickly. 4 Pieces Fish Poacher, Medium, Stainless Steel Fish Streamer For Big Fish, Big Cooking Pot With Complete Accessories Pan Material: Stainless Steel Thickness: 0.7mm (+0.3mm) Dimensions (l X W X D): 18" X 5" X 6" (±0.5") Handle Material: Stainless Steel; With Two Side Handles Includes A Lid With Handle And A Perforated Rack Insert Dishwasher Safe 1 Piece Casserole, Small, Aluminum Casserole High Quality Aluminum Durable Handles & Knobs Size #14 (25cm Diameter, 15cm Height) Color: Aluminum Size: 35cm*28cm*20cm Weight: 0.7kg 6 Pieces Casserole, Medium, Heavy Gauge Aluminum Forged Base For Extreme Strength And Wrap Prevention Durable 3 Layer Blue Diamond Non-stick Coating Coating Lasts Longer Than Any Other Pan Works On All Stovetops: Induction, Gas, Electric, Ceramic, Etc. Heat Resistant Riveted Bakelite Handle And Knob Tempered Glass Lid Heats Up Quickly And Evenly Ideal For Healthy Cooking Easy-to-clean And Dishwasher Safe 4 Pieces Wok, Small, Material: Wok Is Made With Carbon Steel With Wooden Handle Available Size: 34cm Diameter Double Handle Suitable For Gas Stove And Induction Cooker Good Thermal Conductance For Even Cooking Of Vegetables And Meat 4 Pieces Wok, Medium, Features And Usage: Whether Stir-frying Veggies Eggs Meats Or More This Wok Distributes Heat Evenly And Wipes Clean When You’re Finished Riveted Acacia Wood Handles Make Flipping And Releasing Food Easy And Will Add A Touch Of Elegance To Your Kitchen Perfect For Veteran Chefs Or Others Simply Looking To Expand Their Culinary Palette This Wok Serves Up Delicious Results With Effortless Performance Color: Black Size: 14” Material: Carbon Steel Wok Non-stick Surface Healthier Cooking 1 Piece Double Boiler, Medium Specialty Pan Type: Egg Poacher/boiler Cookware Material: Stainless Steel Cookware Capacity: 1.1l - 2l Cookware Diameter (cm): 22 Model: Db22. Cookware Features: Includes Lid, Dishwasher Safe, Induction Safe, Helper Handle, Pfoa Free, Eco Friendly, Cover Included What’s In The Box: 1 X Double Boiler 22cm 1 Piece Paellera, Product Details: Made With Top Grade Carbon Steel, These Pans Conduct Heat Quickly And Evenly Throughout To Create The Perfect Paella. It’s Thin And Lightweight Material Makes This Pan Durable And Trustworthy. It’s Innovative Hammered Dimple Technology Makes The Bottoms Of The Pans Rigid And Perfect For Cooking Paellas Package Dimensions: 15.24 X 13.62 X 2.05 Inches (38.7 X 34.6 X 5.2 Cm) Item Weight: 2 Pounds (0.9 Kg) Material: Carbon Steel Item Diameter: 13 Inches (33 Cm) Color: Silver Capacity: 468 Cubic Inches (1188.7 Cm) 8 Pieces Glass Rack, Description: Product Category: Wine Glass Rack Color: Black Height: 5.5 Cm Width: 22.5 Cm3 5 Rows: 50cm In Length, Can Hold 10-15 Weight: 0.55kg For 5 Rows Application: 4cm- 9cm In Base Diameter, Less Than 3cm In Column Diameter, 10cm In Belly Diameter Of Glass. Material: Iron Product List:1* Wine Glass 2 Pieces Soup Cup Rack, Material: Plastic Color: Grey Shape: Square Length: 19.75" In Width: 19.75" In Height: 4" In Size: Compartment 4.375"l X 4.375"w X 4.25" Temperature Range: Up To 200°f Features: Dishwasher Safe 6 Pieces Plate Rack, Specification: Color: White, Green Material: Stainless Steel Dimension: W X L X H (25cm X 50cm X 43.5cm) Features: Stainless Steel Material, No Rusting, Long Lasting Durability. Saves Tons Of Space And Time By Making It Easier To Access Utensils And Supplies, Making Your Kitchen More Clean And Tidy. Dish Placement Area (16 Dishes) Cutting Board Placement Area (5cm/1.97in) Tool Placement Area: 3 Spaced Grids Hanging Spoon Placement Area: 4 Storage Hooks Bowl Placement Area: More Than 12 Bowls Removable Drain Board 2 Pieces Baking Tray, Small, 1pc Small Rectangular Baking Tray Measurement: 8x12 8x 12 Outside, 6.5x10 Inside Color: Black Made Of Carbon Steel Durable And Good Quality This Can Be Fit To Small Oven 8 Pieces Utility Tray, Stainless, Stainless Steel Food Measurement: 9" Length X 6.75" Width X 1" Height. Material: Stainless Steel. 12 Pieces Roasting Pan, Material: Stainless Steel Color: Silver Size: 42*32*7cm Features: Easy To Clean Up. Big Enough For Whole Chicken Or Turkey. Very Convenient To Serve With Rack. Package Included: 1 X Pan (with A Rack) 4 Pieces Dishtowels, Material: Cotton/linen Blend With High Absorption Capacity. Color: Square Stripe/gray Beige Length: 70 Cm (28 ") Width: 50 Cm (20 ") Package Quantity: 2 Pieces 8 Pack Plastic “silverware” Or Real Silverware, Package Dimensions: 9.92 X 6.57 X 3.23 Inches (25.2 X 16.7 X 8.2 Cm) Item Weight: 7 Pounds (3.15 Kg) Material: Stainless Steel Finish Type: Polished Color: Silver Is Stain Resistant: Yes Is Dishwasher Safe: Yes Number Of Pieces: 60 2 Set Glasses, Capacity: 11.8 Ounces Color: Clear Item Weight: 14.4 Ounces Size: 2.91x5.83 In Product Detail: 11.8-ounce Highball Drinking Glass (set Of 6) With A Sleek Design And A Thick, Sturdy Base; Ideal For Serving Mixed Drinks, Beer, Soda, And Other Ice-cold Beverages Made Of All-purpose 100% Soda-lime Glass (not Tempered Glass); Odor-resistant, Stain-resistant, Shatter-resistant, And Cadmium- And Lead-free; Suitable For Residential And Restaurant Use Crystal-clear Glass Provides Exceptional Clarity For Nicely Highlighting Colorful Concoctions And Bubbly Beverages Residential And Commercial Dishwasher- And Microwave-safe Up To 95°f; Not Oven Safe; Accommodates Temperatures Ranging From 50°f To 212°f When Heated And Cooled Slowly; Do Not Put Hot Water In Freezing-cold Glass 6 Set Tea Cups, Bc Coffee Cup And Saucer- Black Piggy Pink, Bone Tea Cream, Candy Green 2 Pieces Small Plate/saucers, Material: Ceramic High Quality Can Be Use In Coffee Or Tea Cup Size H: 9.5cm W: 14.5cm Saucer Size H: 2cm W: 15.5cm 6 Pieces Per Set 6 Set Cabinet Dish Organizer Material: Plastic Dimension: L39cmxw35cmx122cm Colors Available: Green & Blue 1 Piece Sink, Surface Treatment: Brushed, Brushed Installation Type: Undermount Bowl Shape: Rectangular Number Of Holes: One Sink Style: Single Bowl Material: Stainless Steel 304-18/8 Dim (inch): 32"x19" Bowl Size (inch): 30"x17" Depth (inch): 10" Thickness (guage): 18 Usage: Kitchen Packing: Carton Box 1 Piece Sponge And Soap Holder For Kitchen Sink, Material: Stainless Steel Size: L X W X H (18.3cm X 10cm X 9cm) Color: Silver 3 Pieces Pots/pans, Product Description: Non-stick With Thermo-spot 9 Pieces Cooking Set Features & Details: Set Contains: ▫️stewpot: 22/24cm With Lids ▫️24cm Fry Pan ▫️28cm Wok Pan ▫️spatula ▫️spoon ▫️slotted Spoon Product Information: Package Dimension: 61.8 X 41.6 X 17.6 Cm Item Diameter: 28 Cm Item Weight: 6.7 Kgs Care Instruction: Dishwasher Safe No. Of Pcs: 9 Pcs 1 Set Cooking Utensils, Stainless Steel 25-piece Set Lids And Accessories Included Comes With 1- And 2-quart Saucepans, A 5-quart Dutch Oven, A 9.5” Skillet, An 8” Frying Pan, A 10” X 15” Cookie Sheet, A Storage Tub And 5 Round Glass Bowls The Stainless-steel Heating Surface Cooks Everything Evenly Made From A Single-ply Stainless Steel That’s Designed To Handle High Heats And Is Easy To Clean Each Piece Comes With A Cover To Keep In The Heat Set Includes 9 Nylon Cooking Tools Like Spatulas, Solid And Slotted Spoons And Turners, Ladle And More 1 Set Rotary Egg Beater, Stainless Steel Whisk Set Come In 2 Sizes. This Two-piece Stainless-steel Kitchen Utensil Set Will Blend In Well When You’re Trying To Outfit Your Kitchen With Everything You Need To Keep Your Chef At Home Happy As Can Be. High Quality Material Wear-resistant And Durable, Not Easy To Rust Size:16cm,21cm Material: Stainless Steel Package Includes: 2x Whisk Beater 2 Set Scraper, Made Of Silicone And Bpa Free, Flexible, Non-stick Nontoxic, Heat Resistance: -40 To + 230 Ergonomically Designed Long Handles And Being Perfectly Shaped With A Rounded Edge For Bowls And A Pointed Edge For Corners. Great Design, Easy To Clean Specification: Type: Cake Tools Material: Silicone Color: Orange, Purple, Green, Red, Yellow, Blue, Black Size: About 21x4.1cm Uses: Stirring, Baking, Scraping Noodles, Etc. Features: Integrated Design, High And Low Temperature Resistance Quantity: 1 Package Includes: 1x Scraper 3 Piece Gas Range And Oven, 3 Gas Burners, 1 Hot Plate Stainless Drip Tray Gas Thermostat Oven Electric Grill With Rotisserie Black Enameled Body 50x50cm Weight: 39.5 Kg Dimensions: 54 × 50 × 88 Cm 1 Piece Refrigerator, Height: 111.5 Cm Width: 51. Cm Length: 53.6 Cm Gross Weight: 34 Kg Refrigerator Type: Single Door Net Weight: 31 Kg Capacity: 5.6 Cu.ft Frost System: Semi-automatic Wattage: 75 Watts Warranty: 1 Year Of Parts And Labor; 5 Years Of Compressor Led Light Safety Glass Shelves Silver Finish 2 Piece Drawers, 3 Layered Drawer ½” Thick Plywood Captured Ceiling Panel ½” Thick Plywood End Panels ¾” Thick Plywood Full Depth Adjustable Shelves ½” Thick Plywood Panel ¾” Thick Full Overlay Doors And Drawer Fronts ½” Thick Plywood Captured Floor Panel ¾” Thick Solid Hardwood Face Frames ½” Thick Plywood Captured “i-beam” Braces ½” Thick Plywood End Panels ¾” Thick Plywood Full Depth Adjustable Shelves 5/8” Thick Solid Wood Dovetail Drawer Box With ¼” Thick Plywood Captured Floor ½” Thick Plywood Captured Floor Panel ¾” Thick Solid Hardwood Face Frames ½” Thick Plywood Captured Toe Kick 1 Piece Cupboards, Completely Made Of High-grade Stainless Steel. Professional Furnishing Systems That Meet The Highest Quality And Functional Standards. The Stainless-steel Furniture Made Of Stainless Steel Aisi 18/10/304 Is Primarily Made According To The Special Needs, The Available Rooms, And The Functional Requirements Of The Operator. All Edges Welded And Polished. Best Solutions In Quality And For Installation Flexibility. Project Solutions And Other Dimensions May Vary. Wall Cupboard With O Bottom Storage Shelf, Intermediate Bottom, O 2 Sliding Doors. Dimensions: Ca. 1500 X 400 X 600 Mm (l X D X H) Carrying Capacity: Max. 200 Kg Net Weight: Approx. 30 Kg. 1 Piece Brush, Feature: 100% Brand New And High Quality Non-toxic And Environmentally Friendly. Multipurpose Kitchen Utensil Tool. Suitable For Baking, Cooking, Bbq Basting. For Brushing Oil On Cookers When Making Cakes, Bread, Butter Or Barbecuing. Practical And Stylish Can Be Used Repeatedly Easy-to-clean And Good Temperature Resistance Material: Silicone Color: Blue, Orange, Red And Violet Size: 21 X 3.3 X 1.1cm Package Included 1 X Silicone Basting Brush 3 Piece Blender, Cord Length: 1.2m Power: 350w Voltage: 220-240v Frequency: 50/60hz Pulp Container: 500ml Blender Jar Capacity: 1l Integrated Cord Storage: Yes Speed Settings: 2 Safety Clamps: Yes Suction Feet: Yes Accessories: Blender, Chopper, Juice Jug, Mill Colors: Bright White With Silver Accents Housing And Clamps Material: Pp Lid Material: San Pusher Material: Pp Product Weight: 2.48kg Box Dimension (w X H X D): 232 X 330 X 470 Mm 1 Year Warranty 1 Piece Microwave Oven, 3-layer Porcelain Coated Metal Body Manual Rotary Control Defrost Function 20l Capacity Measurements: L45 X W34 X H26cm Output Power: 700w Input Power: 1200w 1 Year Warranty 100% Authentic Microwave Features: Stainless Steel Microwave Type: Countertop Inverter: Non-inverter 1 Piece Kitchen Scale, Features: Square And Round Plate Available Mechanical Dial With Zero Adjustment Knob It Includes Removable Pan Colors: Random Spring Kitchen Scale, Mechanical Kitchen Scale, Food Scale Suitable For Shopping E-commerce Sales, Kitchen Activities Dial Display With Clear Mark, Easy To Read And Comfortable. Square Shape, Drip-proof, Durable And Can Hold Things Weighed. Plastic Shell, Lightweight, Durable And Environment Friendly. No Need Electricity, Easy To Operate And Portable To Take And Store Quality Product With Precise Portion Easy To Use, Multi-function Home Scale Compact Scale 5 Kilos Capacity Size: Removable Pan: 15.5cm X 15 Cm X 5cm Kitchen Scale: 12 Cm X 12.5 Cm X 20 Cm Material: Plastic 2 Piece Measuring Spoons, Stainless Steel Measuring Spoons Set Of 7 Stackable Measure Spoon For Dry And Liquid Ingredients Etched Marked Baking Cooking Spoon With Detachable Ring Holder Convenient For Your Life. Stainless Steel Without Bpa And Could Be Used For Any Food, Rust Resistant, Will Not Be Polluted Or Eroded, Make Your Cooking Always Safe And Health. Conveniently Nests Inside One Another Design And One Steel D-ring Allowing You To Store Them In Any Drawer, Cabinet Or Cupboard. Easy To Clean, Simply Wash With Soap And Warm Water Or Load Them Into The Dishwasher For Fast Cleaning. Color: Silver Material: Stainless Steel Size: Length 12.6* Width 4* Height 2.2cm Package Contents: 7 * Measuring Spoons 1 * D-ring 3 Set Measuring Cups, Product Description: 3-piece Measuring Cup Set Includes One Each: 1-cup, 2-cup And 4-cup Measuring Cups Easy To Read Measurements In Cups, Ounces, And Milliliters. Features A Curved Spout For Precise Pouring And Easy-grip Handles For Comfort Durable High-quality Tempered Glass Is Dishwasher, Freezer, Microwave, And Preheated Oven Safe Nonporous Glass Won’t Absorb Food Odors, Flavors, Or Stains Bpa Free Secure-fit Plastic Lids Are Freezer, Microwave, And Top-rack Dishwasher Safe 1 Pcs. Kitchen Shears, Multifunction Comfortable Handle Kitchen Scissors Heavy Duty Food Shears For Chicken Meat, Vegetable Fish Heb, Poultry Stainless Steel Cooking Scissors Material:30cr13 Stainless Steel Highly Antagonistic And Very Sharp- Soft And Hard Double Plastic Handle Double-edged Blade Non-slip, Stable Removable Rivet Design Flexible Application, Easy To Clean Package Included:1 X Stainless Steel Kitchen Shears Color: Black + Silver Weight: 145g Size: 227 X 78 Mm 2 Pieces Potato Masher, Multifunctional Stainless Steel Potato Masher For Fruit, Vegetable Baby Food Supplement Mashed Potato Tool Selected Materials, Safe And Durable. Strong And Not Easy To Rust. Ergonomic Design, Easy To Use And Save Effort. Suitable For A Variety Of Foods. Material: 304 Stainless Steel 4mm Thickness One-piece Molding Size: 7 Cm X 7 Cm X 13.6 Cm Color: Silver 5 Piece Graters, Product Name: Tabletop Drum Grater High Quality: The 3 Different Rotary Ultra-sharp Cylinders Slicer Made Of Food Grade Stainless Steel. All Pieces Are Detachable For Easy To Clean, Dishwasher Safe Universal Fit: Rotary Drum Grater Is Great For Cheese, Vegetables, Potatoes, Coleslaw, Nuts, Hash Browns, Onions And More With This Hand-powered Rotary Grater Cooking Choice: Rotary Cheese Grater Package Includes 3 Different Interchangeable Rotary Ultra-sharp Cylinders Drums For Different Cooking Choice Features: The Drum Shredder With Suction Base Ensures Solid Grip And Stability On Flat Surface; Simple Hand Crank Turns Drum Creates Perfectly Grated Ingredients Type: Graters Use: Home Kitchen Material: Metal, Stainless Steel & Abs Plastic Blades: 3 Stainless Steel Feature: Kitchen Creative Tools Function: Shred A Wide Variety Of Fruit And Vegetables, As Well As Cheeses Accessories: Chopping / Mixing Blade, Shredding Disc, Slicing Disc Color: Green Size: 26 X 11.5 X 24 Cm Weight: 674g 5 Piece Funnels, Stainless Steel Piston Funnel With Holder For Cream Sauce Dosing Funnel For Sauce Style: Silver Material: Stainless Steel Size: Shelf Height Is About 17cm, Handheld Funnel Height Is 20cm 2 Piece Can Opener, Chef’s Classic Multi Can Opener Features: Durable And Easy To Clean. Material: Designed With High-grade Stainless Steel Size: 18/8 Stainless Steel Ergonomic Stainless-steel Handles Hygienic Design Ensures Easy Cleaning Of All Surfaces 5 Piece Cast Iron Pots And Pans, Pots And Pans Set Cast Iron Cookware Non-stick Wok Pan 316 Stainless Steel Household Frying Pan With Gas-fired Induction Cooker Diameter: 28cm Metal Type: Stainless Steel Wok Type: Non-coating Pans Type: Chef’s Pans Material: Stainless Steel Type: Pans Pot Cover Type: Glass Cover Capacity: 4-5l Applicable Stove: General Use For Gas And Induction Cooker Feature: Eco-friendly Pot Cover: Glass Cover Pot Cover: Glass Cover Product Categories: Wok Application Of The Stove: General-purpose Material:316 Stainless Steel Characteristics: Non-stick Pan Item:316 Xue Ping Guo The Bottom Of A Pan Material: Composite Multi-layer Base Packaging: Carton The Lid Type: The Glass Cover Product Quality Grade: Accepts Style: European 1 Piece Gas Burner, Double Top Gas Stove Automatic Ignition Removable Trivet With Drip Pan Stainless Top And Front Double Detachable Top Burner High Quality And Durable The Powder Coated Pan Support Provide Ample Support At The Base Of The Pan Such That They Maintain Their Balance On The Stove And The Utensils Do Not Fall Or Rattle While Stirring Your Food. Stainless Steel Body Facilitates Anti-rust Property Which Give Our Gas Stove Longevity And Durability. This Range Of Cooktop Comes With A Stainless-steel Body 650mm X390mm X 135mm 1 Piece Double Broiler Steamer, 2 Layer Stainless Steel Steamer Pot Large Capacity Soup Pot With Double Boilers Stockpot Cookware Cooking Tools Feature: Eco-friendly Model Number: Stainless Steel Thicken 2 Layer Steamer Pot Layers: Double Type: Double Boilers Sheet Size: 28cm Material: Stainless Steel Specification: Name: Steamer Pot Material: Stainless Steel Size: Thickened Double Steamer Pot-28cm/11.02inch Packing List: Steamer Pot*1 2 Piece Food Thermometer Weight: 80 G Dimensions: 218 X 34 X 20 Mm Operating Temperature: -20 To +50 °c Product-/housing Material: Abs Protection Class: Ip67 With Topsafe Product Colour: White Length Probe Shaft: 55 Mm Length Probe Shaft Tip: 17 Mm Diameter Probe Shaft: 3 Mm Diameter Probe Shaft Tip: 2.3 Mm Standards: En 13485 Battery Type: 3v Button Cell (cr 2032) Battery Life: 350 H Display Type: Lcd (liquid Crystal Display) Display Size: One-line Display Lighting: No Storage Temperature: -40 To +70 °c Temperature – Ntc Measuring Range: -50 To +275 °c Accuracy: ±1 % Of Mv (+100 To +275 °c) ±0.5 °c (-30 To +99.9 °c) ±1.0 °c (-50 To -30.1 °c) Resolution: 0.1 °c Reaction Time: T₉₉ = 10 S (measured In Moving Liquid) Measuring Rate: 0.5 S 1 Piece Kitchen Knife Set, 8 Pieces Kitchen Knife Set Chef Knives Fruit Stainless Steel Knife Sharpener Rod Peller Scissors Pairing Tools Specifications: Item Name: Kitchen Knife Set Main Material: 3cr13 Stainless Steel Quantity: 8pcs Note: Please Kindly Note That There Could Be A Few Deviations As The Result Of Manual Measurement. Thank You Package Information: Package Size: 31 * 28 * 2.5cm / 12.3 * 11.2 * 0.98in Package Weight: 700g Package List: 2 * Chef Knife 1 * Chopping Knife 1 * Knife Sharpener 2 * Fruit Knife 1 * Scissors 1 * Peeler 5 Piece Meat Slicer, Description: Meat Slicer Material: The Frozen Meat Slicer Is Made Of High-quality Stainless Steel, Which Is Easy To Clean And Has A Long Service Life. It Helps To Cut Frozen Meat Into Various Uses, Including Making Hot Pot, Sukiyaki, Pizza Toppings, Sandwiches Or Ginger. It Can Effectively Avoid The Vibration And Noise Of The Electric Tool During The Working Process, It Is Simple To Operate And Easy To Clean. The Thickness Of The Meat Can Be Adjusted From 0.3mm To 8mm, Just Turn The Knob Slightly. Handle And Suction Cup: Even If There Is Oil On The Hand, It Will Not Slide. The Rubber Suction Cup At The Bottom Is More Suitable For Flat Desktops, And Ceramic Tiles, Glass And Metal Desktops Are Easier To Hold. Specification: Handle Length: 43.5/17.10inch Size (l X W): About 33x17cm / 12.96x6.69inch Blade Length: About 20cm Material: Stainless Steel Package Includes: 1x Vegetable Cutting Machine 2 Piece Bread Toaster, 2 Bread Toaster Includes Removable Crumb Tray For Cleaning Cancel, Reheat, Defrost Button Includes Bun Burner Variable Heating Control 2 Piece Cookie Press, Decorative Tool Use, Press The Front End Of The Handle Button, Use The Above Operating Rod, The Extrusion Is Under Your Control. Features: 100% High Quality Type: Cookie Machine Material: Aluminum Alloy, Abs Plastic Size: Diameter:5.5cm,height:21cm Included: 1 X Cookie Machine 20 X Design Discs 4 X Icing Tips 10 Piece Cake Decorating, "26 Pcs "specifications: Color: Pink / Blue / White / Green Material: Silicone & Stainless Steel Cake Nozzle Size: Approx.1.8cm X 3.3cm Pastry Bag Size (length):approx.32cm X 17.5cm Material: Lfgb Food Grade Eva Material Purpose: Diy Necessary Utensils For Cake Cream Package Included: 24 X Cake Nozzles 1 X Pastry Bag 1 X Plastic Piping Converter 5 Set Serving Tray, Rectangular Brown Serving Tray/ Multi-purpose Utility Tray Non-skid Feature: Non-slip Material Heat Resistance Space Saving Wide Application Fine Workmanship Specification: Item Type: Round Serving Tray Material: Nonslip Rubber, Tempered Glass Fiber Color: Brown Package List: 1 X Round Serving Tray 6 Pieces Electric Oven, 30 Liter Capacity -mechanical Control -30 Minute Timer With Bell Ring -grill/broil Function -convection Function -upper Heating,lower Heating And Upper & Lower Heating Options -90-230 Degrees Centrigrate Tempreture Control -metal Body -keep Warm Function -stainless Steel Finish -timer Settings With Alarm -includes: 1 Food Tray 1 Grill Rack 1 Crumb Tray 1 Tray Handle 230v-60hz,1500 W -20.79 X 16.38 X 12.13 Inches 9 Piece Weighing Scale, Manual Weighing Scale; 10kg.,stainless Small Bowl, Heavy Duty 6 Piece Measuring Cup, 7 Pieces With A Convenient 1/8 Coffee Scoop; Complete Set Of 7with Pouring Lip, Sizes Include 1/8, 1/4, 1/3, 1/2, 2/3, 3/4 And 1 Cup, Food Grade Material Of Stainless Steel, Dishwasher Safe, 12 Set Measuring Spoon, Sizes: 1/8tsp (0.63ml),1/4tsp (1.25ml),1/2tsp (2.5ml), 1 Tsp(5ml), 1/2tbsp (7.5ml),1 Tbsp (15ml), High Quality Stainless Steel, Dishwasher Safe 14 Set Measuring Urn, Glass,capacity: 100 Ml. (with 10 Ml Increments),metric And English System Of Measurement; With Handle And Spout, Clear, Non-porous, Tempered Glass 6 Piece Mixing Bowl, Capacity:2.5l,high Quality,durable, Stain And Rust Resistant, Stainless Steel,diameter 22cm 15 Piece Baking Sheet, 13'x18', Tray Size 46x34cm, Aluminum 30 Piece Wire Whisk, 12inch, Heavy Duty, Stainless Steel, French Wire 9 Piece Muffin Pan, 12 Cups Muffin Bun Cupcake Bakewear Mold Material:carbon Steel With Non-stick Coating, Size:l:35cm X W:26cm X H:3.0cm Large Inner 7.0cm 42 Piece Rubber Scraper, Big Size Silicone Rubber Spatula/scraper, Material:plastic+silicone Rubber, Size 24cm X 5cm 5 Piece Hand Mixer, 5-speed Selection,175w Power Consumption, 1.7m Power Cord, Weight: 1.08g., Dimensions:9.3cm X 19.5cm X 15.1cm, 220-240v 3 Piece Supply And Delivery To Oras East District Sped Center, Oras, Eastern Samar Abc = 442,032.83
Closing Date28 Jan 2025
Tender AmountPHP 442 K (USD 7.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Notice Of Sources Sought The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses (sdvosb), Veteran Owned Small Businesses (vosb), And Small Businesses Interested And Capable Of Providing The Services Requested, As Well As Any Large Businesses. The Results From This Source Sought Notice Will Be Used To Determine The Appropriate Set-aside. The Intended Contract Is A Firm-fixed Price Service Contract. The Department Of Veterans Affairs, Nco20 Is Looking For Vendor Sources For The Following Requirement: A Blanket Purchase Order (base + 4 Option Years) For Urinalysis Testing See Attachments For More Information: Attachment A: V20 Estimated Urinalysis Test List Volume Attachment B: V20 Participating Medical Centers And Pocs Attachment C: V20 Bpa Price List (must Be Filled Out) Required Information In Your Response To Sources Sought: In Order To Be Considered A Valid Source That Can Impact The Set-aside Determination Of A Possible Future Solicitation, Potential Contractors Shall Provide, At A Minimum, The Following Information To Peter.park2@va.gov By Below Response Deadline: 1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Uei. Provide Any Existing Gsa/fss Contract Number This Requirement Can Be Fulfilled Under. 2) Please Identify Your Company S Size In Comparison To The Anticipated North American Industry Classification System (naics) Code 334516 Analytical Laboratory Instrument Manufacturing. To Be Considered A Small Business Your Company Must Have Less Than 1,000 Employees. This Notice Is To Determine The Marketplace For This Specific Requirement. Please Check One Of The Following: [ ] Yes [ ] No Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No Veteran Owned Small Business (vosb) [ ] Yes [ ] No Small Business Manufacturers [ ] Yes [ ] No All Other Small Business (sb) [ ] Yes [ ] No Other Than Small Business 3) Any Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Provide A Sba Certification And Be Registered With U.s. Small Business Administration Veteran Small Business Certification (vetcert) Located At Https://veterans.certify.sba.gov/. 4) Only Authorized Service Representatives/providers Of The Manufacturer Will Be Considered. No Used, Refurbished, Remanufactured, Or Counterfeit Parts Will Be Allowed. Please Provide A Proof Of Authorized Service Provider Letter From Manufacturer. 5) Please Complete The Attached Price List (attachment C). This Is Not A Quote. 6) Capabilities Statement Addressing The Requirements In The Statement Of Work To Include: References For Similar Services Currently Being Provided Or Previously Provided At The Required Service Levels As Outlined In The Statement Of Work. The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam). Service Address: Various Stations In Nco 20 See Attachment Point Of Contact: Peter Park Contracting Officer Peter.park2@va.gov Response Deadline: 12/20/2024 By 3:00pm Pacific Time Statement Of Work: Bpa For Visn 20 Cprr Urinalysis Testing Bpa Language The Government Will Award A Cprr Bpa To A Single Contractor For Urinalysis Testing. Contractor Agrees To The Following Terms Of The Bpa Exclusively With Visn 20 And Awarded In The Final Bpa. Under This Agreement, The Bpa Holder Shall Provide Cprr Urinalysis Testing For All Visn20 Medical Facilities. The Vha Facilities Within Visn20 Listed On This Bpa Are Authorized To Order Any Item Listed On The Price/cost Schedule At The Listed Price. No Items May Be Ordered Off This Bpa Unless They Are Listed On The Price/cost Schedule. Additional, Related Items May Be Added Without Further Competition To The Price/cost Schedule With The Award Of A Modification By The Administering Contracting Officer (co). The Administering Co Is The Only Vha Employee Authorized To Modify This Bpa. Obligation Of Funds This Bpa Does Not Obligate Any Funds. The Government Is Only Obligated To The Extent Of Authorized Task Orders Issued Under This Bpa. Period Of Agreement This Bpa Is Effective From The Date Of Award For A Period Of 5 Years. Option To Extend The Term Of The Bpa The Government May Extend The Term Of This Bpa For A Period Of Up To Six (6) Months, Exercisable In Increments Of Not Less Than One (1) Month. By Written Notice To The Contractor At Any Time Prior To The Expiration Of The Bpa, Provided That The Government Shall Give The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 30 Days Before The Bpa Expires. The Preliminary Notice Does Not Commit The Government To An Extension. Prices And Terms Visn20 Has Provided An Estimated Annual Volume By Test As Reflected In Attachment A. Pricing Is Based On The Average Annual Test Volume. The Government Estimates The Volumes As Listed In Attachment A But Does Not Guarantee Volumes As Listed; They Are Estimates Only And The Government Doesn T Guarantee That All Listed Stations Will Participate In The Bpa. The Government Estimates, But Does Not Guarantee, That Individual Bpa Orders Placed Against This Agreement May Reach $825,000.00/per Order. This Order Limit May Be Increased By Mutual Agreement Of The Parties As Necessary, In Whole Or Part. The Authorized Ceiling Limit Of The Agreement Is Set At $4,500,000.00 Over The Period Covered By The Agreement; This Ceiling Is Also Not A Guarantee. The Ceiling Limit May Also Be Raised In Association With Order Limit Increases Or Other Conditions Which, By Mutual Agreement Of The Parties, Maybe Considered Necessary. Authorization For Individual Task Orders Above The Stated Task Order And/or Ceiling Limits Must Be Coordinated Through The Contracting Officer Before Larger Valued Orders Can Be Issued And Prior To Commencement Of Work. All Unauthorized Work, Regardless Of Amount, Will Be Processed Through The Ratification Process. Price/cost Schedule Estimated Quantities And Pricing Per Facility Order Placement All Properly Warranted Cos Serving Visn20 Are Authorized To Place Orders Under This Bpa. Task Orders Will Be Placed Against This Bpa Using Outlook Email Messages, Electronic Data Interchange (edi), Fax Internet Portal, Paper Or Oral Communications. Delivery Order Oversight Each Ordering Location Will Designate A Contracting Officer's Representative (cor) Or Poc (if Dollar Amounts Warrant A Cor, And Subject To Co Approval), Who Will Be Responsible For Verifying Contract Compliance And Certify Invoices. Requirement Specifications / Statement Of Work Scope: The Contractor Shall Provide Automated Clinical Laboratory Urinalysis Testing For Urine Dipstick Chemistries, Urine Microscopic Analysis, And Body Fluid Analysis (as Applicable) To Produce Cost Per Reportable Results (cprr) For The Locations Listed Below. Installation And Operational Training Will Be Provided By The Vendor At The Government S Facility. Vendor Will Provide Field Service Support. Vendor Will Also Supply Government With Sufficient Supplies, Reagents, And Training To Execute The Urinalysis Analyzer In The Performance Of The Testing Listed For Each Site Based On Estimated Patient Results Per Month. Equipment Will Be Defined By The Facility. Participating Locations: Alaska Va Healthcare System: 1201 North Muldoon Road, Anchorage, Ak 99504 Boise Va Medical Center: 500 West Fort Street. Boise, Id 83702 Eugene Health Care Center: 3355 Chad Dr., Eugene, Or 97408 Va Portland Health Care System: 3710 Sw U.s. Veterans Hospital Road, Portland, Or 97239 Roseburg Va Health Care System: 913 Nw Garden Valley Blvd., Roseburg, Or 97471 Va Southern Oregon Rehabilitation Center: 8495 Crater Lake Hwy., White City, Or 97503 Va Puget Sound Health Care System - American Lake Division: 9600 Veterans Dr Southwest, Tacoma, Wa 98493 Va Puget Sound Health Care System: 1660 S. Columbian Way, Seattle, Wa 98108 Mann-grandstaff Va Medical Center: 4815 N. Assembly Street, Spokane, Wa 99205 Jonathan M. Wainwright Memorial Va Medical Center: 77 Wainwright Drive, Walla Walla, Wa 99362 Map And Locations For Medical Centers And Clinics Within The Visn 20 Northwest Network Can Be Found At The Following Link: Https://www.va.gov/directory/guide/region.asp?id=1020. General Requirements: Leased (cost Per Reportable Result) Equipment. All Related Consumables And Supplies. All Necessary Service To Keep Equipment In Manufacturer's Operating Conditions, Both Preventive Maintenance And Emergency Repairs. Training For Personnel Operating Equipment. Cost Per Reportable Result Cprr: Cost Per Patient Reportable Result (cprr): As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers - Contractors Are Required To Provide A Price For A Reportable Patient Result. The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5-year Equipment Use, (2) All Reagents, Standards, Vendor Provided Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories, And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation Of A Patient Reportable Result. This Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution; Repeat And Confirmatory Testing Required To Produce A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi). (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation And Removal Of Equipment At No Additional Charge. Parameters: The Calculation For Price And Quantity Of Reagents In The Annual List Included In The Contract As Based On An Estimated Annual Number Of Reportable Results Provided By The Government. The Annual Quantities Of Supplies Shall Be Sufficient For Testing As Long As The Reportable Results Are Submitted In Compliance With The Following Parameters: Numbers Of Reportable Results Actually Performed By The Government Are Within Ten Percent Of The Annual Estimated Reportable Results As Indicated By The Annual Supply List. Use Of The Instrument(s) Are In Accordance With Instrument Usage Information Provided By Government (primary, Back-up Or Alternate). Test Volumes Are Determined By The Government. No More Than 10 Percent Repeats. Two Levels Of Quality Control To Be Run As Required By The Manufacturer Every Test Day. Calibrators For Periodic Calibration Checks And Demand To Validate Systems Following Major Repair Or Resolution Of Negative Quality Control Trends. Adjustments: The Government And Vendor Will Conduct Ongoing Reviews No Less Than Annually To Monitor Contract Performance Against Agreed Upon Efficiencies, Operational Assumptions, And Product Utilization (cppr Parameters). The Vendor Will Notify The Government When Such Reviews Indicate An Adjustment To The Quarterly Standing Order Shipments May Be Required. The Government Will Cooperate With The Vendor In The Conduct Of The Reviews. Vendor, Their Personnel, And Their Sub Vendors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In This Contract.839.201 Contract Clause For Information And Technology Security. Equipment: Vendor Will Provide Urinalysis Analyzer(s) For Lease To Meet Visn20 Facilities Usage Needs. Installation: The Vendor Shall Deliver And Install All Rented Or Purchased Equipment Under This Contract After An Order Is Placed. Equipment Shall Be Installed Within 30 Business Days After Receipt Of Order. Equipment Shall Not Be Considered Installed Until Va Employee Certifies That The Equipment Is Properly Functioning And Has The Necessary Supplies To Perform Its Required Function. The Vendor Shall Maintain A Record Of Installation To Include: Location, Model Number, Serial Number, And Date Of Installation. Removal: The Vendor Shall Un-install And Remove All Rented Equipment Under This Bpa From The Requesting Facility Upon Request. Equipment Shall Be Removed Within 30 Days Of Request. Equipment Shall Be Considered Removed Upon A Va Employee Certification That The Equipment And All Accessories Have Been Taken By An Employee Of The Vendor And There Is No Disruption And /or Damage To The Surrounding Area. The Vendor Shall Maintain A Record Of Removal To Include: Location, Model Number, Serial Number, And Date Of Removal. Equipment Requirements: Vendor Shall Provide Urinalysis Systems That Meet The Following Requirements: Instrument Shall Include Chemical Analysis Of Urine (to Include Bilirubin, Urobilinogen, Ph, Specific Gravity, Glucose, Protein, Blood, Nitrites, Ketones And Leukoesterase) Without Interference From Urines With Common Abnormal Colors (red, Orange, Etc.). Instrument Shall Also Identify Formed Elements Including But Not Limited To, Red Blood Cells, White Blood Cells, Epithelial Cells (differentiating Transitional, Renal, And Squamous) Crystals, Casts, Bacteria, And Yeast Without The Need To Consistently Verify With Manual Microscopy. There Must Be A Direct, Automated Specimen Pathway Between The Chemistry Urinalysis Specimen Sampling And Testing And The Microscopic Urinalysis Sampling And Testing. Equipment Shall Provide Accurate Test Assay Results For Sample Specimens Up To The Manufacturer's Defined Maximum Tests Per Hour Without Excessive Malfunctions, Breakdowns, Or Service Calls. Instrumentation Shall Have Auto Reflex Testing Capability For Specimens Which Require Sediment Analysis. System Shall Have A Minimum Throughput Of 60 Samples Per Hour On The Microscopic Side. The Instrument Shall Have Customer Defined Rule Criteria To Reduce The Number Of Manual Reviews And Off-line Testing Required By The Operator. The System Shall Have The Ability For Auto-validation, Should The Facility Choose To Auto Validate Results. Instrument Shall Auto-classify Formed Elements With Limited Review By The Operator. Microscopic Analysis Must Be Fully Quantitative. Microscopic Analysis Must Have The Ability For The Instrument To Identify Cellular Microscopic Components And Provide Reviewable Digital Images. Instrument Must Offer Limited To No Carryover From Sample To Sample To Reduce Interference. Instrument Must Have The Ability To Continuously Feed At Least 300 Chemistry Strips Without Operator Re-load. Time From Standby To Operation Processing Samples Is Less Than 3 Minutes. Time Required For Routine Maintenance Activities Shall Take Less Than 30 Minutes Daily And Less Than 30 Minutes Weekly/monthly. All Testing Shall Be Fda Approved, Including Body Fluids If Available. Current Waste Stream Analysis And Sds (safety Data Sheets) Shall Be Provided To All Locations. Editable Electronic Copy In Clsi (clinical And Laboratory Standards Institute) Format Of Operating Procedures Shall Be Furnished With Each Instrument Supplied To All Participating Facilities. Testing Shall Include Current Laboratory Assays, But The Va Reserves The Right To Add Additional Tests To Test Menu. Protocols In Place For Various Degrees Of Urine Turbidity. A Selection Of Instruments Will Be Available Based On Volume, Test Menu Needs And Throughput Requirements Of Each Individual Facility. Instrument Shall Allow Patient Sample To Be Used For Repeats Or Reruns On The Same Or Different Instrument. All Instruments Must Be New (non-refurbished) Equipment. Contractor Shall Provide All Upgrades To The Equipment Hardware And Operating System Software, At No Additional Cost To The Government. (note Current Va Security Regulations Require Windows Based Operating Systems Be Windows 10 Or Higher). Instruments That Have The Ability To Have Access To The Internet Must Follow Va It Security Policies. The Internet Access Must Be Verified And Adhered To Before And During All Internet Access. Contractor S Software Is Required To Be Compatible And Interface Immediately Upon Award With Governmental Systems Which Include Cprs, Vista, And Cerner. Contractor Must Provide Evidence With Their Solicitation Response That Their Software Is Already Accepted For Use By Vha It Systems. All Equipment Shall Come With Any Required Accessories To Perform Normal Duties, To Include But Not Limited To, Properly Programmed Printers And Monitors, And Ups. The Analyzers Will Be Va Laboratory Information System (lis) Interfaceable, And The Vendor Will Supply Lis Specifications And Assist With The Interface Connections. Operation Of Software Uses Minimal Computer Strokes To Move From Testing To Reagent To Data Analysis Or/and Other Screens. Size Of Instrumentation Shall Be No More Than 65 W X 21 D. If Stand Is Required, It Is Included In The Contract At No Additional Cost. Upgrades Shall Be Delivered And Installed Within 60 Days Of Issuance To The Commercial Market. An Operator's Manual Shall Be Furnished With Each Instrument Supplied To Va And Updates To Manual Shall Be Provided In A Timely Manner. Uptime Guarantee/ Performance Penalty: Vendor Agrees That All Equipment Provided Shall Be Operable And Available For Use No Less Than 98% Of Operational Time Per Month. Each Instrument At Site Shall Be Computed Separately. Operational Time Is 24 Hours Per Day 7 Days A Week. Downtime Is Defined As When The Vendor Is Not Able To Produce Clinically Acceptable Results On The System Monitor And Will Be Computed From The Time The Government Notified The Hotline During Normal Working Hours Until The Field Service Engineer Returns The Instrument To The Government And The Government Can Produce Acceptable Clinical Results. Scheduled Maintenance Is Excluded From Downtime. Method Validations: Once The Instrument Has Been Installed According To The Vendor Specifications At The Government Location The Vendor Will Supply A Technical Representative To Perform Method Validation Studies During All Equipment Installations At All Facilities. The Method Validations Will Be Completed To Include The Necessary Studies Required For Clinical Laboratory Information Act (clia), College Of American Pathologist (cap) And Department Of Veterans Affairs (va) Regulatory Agencies And Shall Include Precision, Linearity And Current System To New System Correlations As Well As Establishment Of Normal And Therapeutic Ranges. The Va Will Not Accept Equipment Until It Passes All Validation Testing. Validation Testing Will Be Conducted On The Facilities Primary And Secondary Testing Methods. The Va Will Provide All The Samples Necessary For The Validation Studies. Maintenance And Repairs: Vendor Shall Provide Preventative And Corrective Maintenance Per Manufacturer's Recommendation. This Shall Include Software Upgrades And Parts And Labor, To Maintain All Urinalysis Equipment And Accessories. At A Minimum, Preventative Maintenance Shall Be Twice Annually, Beginning Six (6) Months After Installation. Vendor Will Furnish All Transportation, Equipment, Tools And Labor To Accomplish The Required Maintenance. Emergency Repairs Shall Be Performed After Initial Telephone Notification That The Equipment Is Inoperative. The Field Service Representative Will Call To Schedule Onsite Service Within 2 Hours Of Notification From Technical Assistance Hotline If Necessary. The Vendor Shall Provide The Government With A Designated Point Of Contact And Telephone Number And Shall Make Arrangements To Enable His Maintenance Representative To Receive Such Notification. Telephone Service Support Shall Be Available 24 Hours/day,7days A Week. Onsite Field Service Support Shall Be Available Monday- Friday 8am- 4:30 Pm (local Time). Onsite Repairs Shall Be Initiated Within 24 Hours Of First Notification From Technical Hotline To Field Service Engineer. Efforts Shall Be Made By The Vendor To Minimize Disruption To Governments And Employees (i.e. Reschedule If Work Interferes With Normal Operation, Access Equipment When Convenient To The Needs Of The Va, Etc.) Vendor Shall Maintain Cleanliness Of Work Area And Minimize Dust And Contaminants To Areas Adjacent To The Job Site. Vendor Shall Furnish A Malfunction Incident Report To The Installation Upon Completion Of Repair Call Within 2 Business Days After The Completion Of Work. The Report Shall Include As A Minimum The Following: Date And Time Notified. Date And Time Of Arrival. Serial Number, Type And Model Number(s) Of Equipment. Time Spent For Repair. Description Of Malfunction And Repair. Proof Of Repair That Included Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. Each Instrument Provided By The Vendor Shall Maintain An Uptime Of 98% In Each Month Of The Term Of The Agreement. During The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 5% Or Greater Of The Normal Working Days In One Calendar Month, It Is The Responsibility Of The Vendor To Immediately Replace The Broken Laboratory Equipment With New Equipment At No Additional Cost To The Government. The Responsibility For Maintaining The Equipment Furnished In Operating Condition In Accordance To Manufacturer's Instruction, Shall Solely Be The Responsibility Of The Vendor. The Contractor Shall Not Leave A Service Call Open Pending Verification That Repairs Are Completed By The Contractor's Maintenance Personnel. For Each Instrument Provided, The Vendor Shall Treat Each Notification For An Emergency/repair Service Call Form The Government As A Separate And New Service Call. The Following Are Guaranteed Throughout The Life Of This Contract: Priority Scheduling Of Requests For Service. Unlimited Emergency Service. No Charges For Labor, Travel Or Any Other Related Expenses. Unlimited Parts. No Charge For Replacement Parts Which Become Marginal Or Defective Due To Normal Use During Agreement Period. Factory Authorized Product Updates And Modifications. Installed At No Additional Charge For Improved Product Performance And Reliability. Factory Trained And Authorized Service Engineers. Continual Upgrading And Certification Of Engineers In Latest Instrument Technology. Training: With The Exception Of Specific Training Requirements Stated Herein, Which Shall Have Precedence; Vendor Shall Provide "operator" Training In Accordance With The Terms, Conditions, And Provisions Of The Vendor's Existing Federal Supply Service Contract. Listed Below Are The Training Requirements: The Vendor Shall Provide, At No Cost To The Government, On-site Training And Key Operator Training For At Least 2 Operators Per Instrument Per Site. Provide Initial In-depth Training For Two Key Operators At The Facility And For Each Individual Instrument Provided. Provide Annual Training For One Va Equipment Operator, Per Each Instrument, For The Participating Medical Center. Provide On-site Vendor Operator Training For All Personnel Who Will Run Instrument With Training Provided For All Applicable Shifts. The Vendor Shall Have An On-going Training Program For Employees By The Technical Service Representatives On Any New Products Or Updates On The Product Lines. All Materials For Training Will Be Provided At No Additional Cost To The Government. The Vendor Will Provide Competency Assessment Protocols For Use At Each Site Consistent With Federal (clia) And Cap Training Requirements. Reagents, Controls And Supplies: Routine Reagents, Controls And Disposables (supplies) For Chemical And Microscopic Urinalysis Testing Shall Be Provided By The Vendor And Shall Adhere To The Following Requirements. Reagents Including Controls And Disposables Shall Be Identified Prior To Delivery. Reagents Including Controls And Disposables To Be Listed In A Separate Table. The Table Should Include Annual Reagent Volumes, Costs, And Shipping Charges For Each Quarterly Standing Order Delivery. Reagent Manufacturer Shelf Life Shall Be No Less Than 12 Months. Reagents For The Analyzer Are Marked For Easy Recognition By The Operator And Shall Contain The Appropriate Facility Purchase Order Number In The Delivery Address. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Order. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By The Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Delivery Shall Be Within Four (4) Business Days Of The Prior Agreed Upon Shipment Date Or It Shall Be Considered Late. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. Consumables Will Be Provided On Demand As Needed If The Consumable Allotments Are Insufficient To Meet The Needs Of The Facility. Vendor Shall Supply All Changes To The Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes And Shall Be Coordinated With The Va Facility Point Of Contact To Implement The Changes In Accordance With Manufacturer's Recommendations. Space Availability: All Proposed Urinalysis Equipment Must Fit The Existing Space At Each Visn 20 P&lms Facility's, Without The Need For Renovation Work. Small Scale Re-arrangement Of Furniture Is Acceptable. Fitting Existing Space Shall Include Conforming To The Current Structural Parameters Of Each Lab, In Each Facility, In Terms Of Delivery, Installation And Lab Space. (i.e., Equipment Size, Weight, Packaged Size For Delivery, Electrical/voltage). Special Requirements: In Addition To The General Requirements For The Urinalysis Cprr Requirements Stated Above, The Contractor Shall Meet The Following Special Requirements: Equipment Shall Have A Fully Established Va Veterans Health Information Systems And Technology Architecture (vista) Computer System And Cerner Interface Program Via Data Innovations Middleware, With All Downloads/software Necessary To Transfer Data Into Patient Files In Va Vista And Cerner Computer Systems Via Data Innovations Middleware, At No Additional Cost To Va. Provide Bi-directional Interface With Data Innovations And Appropriate Quality Control Analysis System And All Components Necessary To Interface With Va Vista And Cerner Computer System. The Contractor Shall Provide An Auto Verification Package Through Data Innovations For Validation Utilizing The Instrument Manager Which Includes Rules And Technical Support For The Duration Of This Contract. Contractor Shall Assist In The Establishment, Testing, Deployment, And Troubleshooting In The Full Capacity Of The Middleware Before Implementation Date. The Contractor Is Responsible For Verifying Any Software Upgrades With The Instrument During Its Life, Will Be Compatible With Data Innovations Middleware. Contractor Shall Provide Automated, Walk-away Urinalysis Chemistry Analyzer With Peripherals With Direct, Automated Sample Pathway To An Automated, Walk-away Microscopic Urinalysis Analyzer With Peripherals For Sampling And Testing. Shall Provide Data Backup. Systems Shall Provide Ease Of Use (uncomplicated Menus), With Minimal Maintenance Required. Shall Provide Flexibility In Test Volumes. Shall Be Easy To Troubleshoot. Provide Extended Expiration Date Of Supplies. Uninterruptible Power Supply (surge Protection, Battery Backup) Provided By Vendor For All Associated Electrical Instruments And Ancillary Components Excluding Printer. Provide A Water System, If Required. If A Printer Is Required To Produce Patient Or Qc Reports, One Shall Be Provided Per System And Replaced If Broken. Cessation Of Testing: If, For Any Reason, Contractor Ceases Testing Of Any Urinalysis Assays, The Contractor Must Notify The Va Contracting Office And Laboratories, 60 Calendar Days Prior To The Change. Until A New Solicitation Can Be Issued, Or The Problem Resolved, The Contractor Shall Be Held Liable For All Costs If Performance Is Ceased, As The Lab Facility May Have To Resort To Outsourcing The Tests In Order To Continue Patient Care. The Vendor Will Be Responsible For The Following: Cost Per Reportable Result Program Reagents, Controls And Supplies: Routine Reagents And Disposables. Reagents Including Controls And Disposables To Be Listed In Separate Table. Vendor Will Supply A List Of Reagents, Controls And Disposables That Will Be Shipped As Part Of The Agreement. Supplies Will Be Shipped On A Standing Order Schedule, Agreed Upon By Government And Vendor. All Or Part Of A Future Quarterly Standing Order May Be Advanced Up To 10 Days Ahead Of The Scheduled Ship Date Of The Standing Order. Vendor Will Provide Sufficient Reagents And Supplies For Performance Of Patient Results For All Visn 20 Sites. The Quality Of The Products Shall Be High Enough To Satisfy Proficiency Testing Standards Of The College Of American Pathologists (cap) And The Joint Commission (tjc). Changes In Maintenance Schedules That Affect Reagent Or Cleaning Reagent Volumes Will Be Approved By The Vendor In Accordance With Manufacturer's Recommendations. Additional Reagents, If Required, Will Be Provided By The Vendor At No Additional Charge. The Government Will Be Responsible For The Following: Cost Per Reportable Result Program: Cppr Periodic Payments: Refer To Attachment A For Volumes. Test Description Estimated Volume Per Year Price Per Reportable. During The Agreement The Government Will Report By The 10th Of Each Month, To The Vendor In Writing Or Electronically, The Number Of Reportable Results Generated In The Previous Month. The Vendor Will Invoice The Government Based On The Report Of Reportable Tests. Laboratory Manager Or Designee Will Act As Contracting Officer Representative (cotr) For This Contract. Security: Returning Leased Equipment Constitutes A Risk. Va Employees Must Sanitize Va Sensitive Information Residing On Leased Equipment Before Releasing That Equipment From Direct Va Control, Or The Media Will Not Be Returned Upon Termination Of The Contract. Per Visn 20 Va Information Security Policies, No Hard Drives Or Computer Disks Containing Va Patient Information Will Be Removed From Va Facilities. At The Time Of Turn-in Or Removal Due To Failure, The Va Facility Will Remove All Sensitive Data From Information Systems Storage Devices Or Render The Data From These Systems Unreadable. No Federal Information Processing Equipment Will Be Discontinued From Rental/lease Or Exchange Without Compliance With This Require. Contract Personnel Will Not Have Direct Access To A Va System Or Va Sensitive Information. All Work/maintenance Will Be Accomplished By Va Laboratory Personnel As An Intermediary. If Contract Leased/purchased Equipment Contains Sensitive Information (pii/phi) To Be Directly Uploaded To/downloaded From Va Systems, A Mou/isa Shall Be Established Between The Vendor And Va. Unidirectional, Deidentified Data From Contract Leased/purchased Equipment To The Va Network Shall Be Protected In Accordance With Established Va Security Policy. Quality Assurance Monitoring: The Contractor Service Requirements Are Summarized Into Performance Objectives That Relate Directly To Mission Essential Items. The Performance Thresholds Briefly Describe The Minimum Acceptable Levels Of Service Required For Each Requirement. These Thresholds Are Critical To Mission Success. Information And Information System Security/privacy General Contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. Access To Va Information And Va Information Systems A Contractor/subcontractor Shall Request Logical (technical) Or Physical Access To Va Information And Va Information Systems For Their Employees, Subcontractors, And Affiliates Only To The Extent Necessary To Perform The Services Specified In The Contract, Agreement, Or Task Order. All Contractors, Subcontractors, And Third-party Servicers And Associates Working With Va Information Are Subject To The Same Investigative Requirements As Those Of Va Appointees Or Employees Who Have Access To The Same Types Of Information. The Level And Process Of Background Security Investigations For Contractors Must Be In Accordance With Va Directive And Handbook 0710, Personnel Suitability And Security Program. The Office For Operations, Security, And Preparedness Is Responsible For These Policies And Procedures. Contract Personnel Who Require Access To National Security Programs Must Have A Valid Security Clearance. National Industrial Security Program (nisp) Was Established By Executive Order 12829 To Ensure That Cleared U.s. Defense Industry Contract Personnel Safeguard The Classified Information In Their Possession While Performing Work On Contracts, Programs, Bids, Or Research And Development Efforts. The Department Of Veterans Affairs Does Not Have A Memorandum Of Agreement With Defense Security Service (dss). Verification Of A Security Clearance Must Be Processed Through The Special Security Officer Located In The Planning And National Security Service Within The Office Of Operations, Security, And Preparedness. Custom Software Development And Outsourced Operations Must Be Located In The U.s. To The Maximum Extent Practical. If Such Services Are Proposed To Be Performed Abroad And Are Not Disallowed By Other Va Policy Or Mandates, The Contractor/subcontractor Must State Where All Non-u.s. Services Are Provided And Detail A Security Plan, Deemed To Be Acceptable By Va, Specifically To Address Mitigation Of The Resulting Problems Of Communication, Control, Data Protection, And So Forth. Location Within The U.s. May Be An Evaluation Factor. The Contractor Or Subcontractor Must Notify The Contracting Officer Immediately When An Employee Working On A Va System Or With Access To Va Information Is Reassigned Or Leaves The Contractor Or Subcontractor's Employ. The Contracting Officer Must Also Be Notified Immediately By The Contractor Or Subcontractor Prior To An Unfriendly Termination. Va Information Custodial Language Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of The Va. This Clause Expressly Limits The Contractor/subcontractor's Rights To Use Data As Described In Rights In Data - General, Far 52.227-14(d) (1). Va Information Should Not Be Co-mingled, If Possible, With Any Other Data On The Contractors/subcontractor's Information Systems Or Media Storage Systems In Order To Ensure Va Requirements Related To Data Protection And Media Sanitization Can Be Met. If Co-mingling Must Be Allowed To Meet The Requirements Of The Business Need, The Contractor Must Ensure That Va's Information Is Returned To The Va Or Destroyed In Accordance With Va's Sanitization Requirements. Va Reserves The Right To Conduct On Site Inspections Of Contractor And Subcontractor It Resources To Ensure Data Security Controls, Separation Of Data And Job Duties, And Destruction/media Sanitization Procedures Are In Compliance With Va Directive Requirements. Prior To Termination Or Completion Of This Contract, Contractor/ Subcontractor Must Not Destroy Information Received From Va, Or Gathered/ Created By The Contractor In The Course Of Performing This Contract Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Of The Contract. The Contractor/subcontractor Must Receive, Gather, Store, Back Up, Maintain, Use, Disclose And Dispose Of Va Information Only In Compliance With The Terms Of The Contract And Applicable Federal And Va Information Confidentiality And Security Laws, Regulations, And Policies. If Federal Or Va Information Confidentiality And Security Laws, Regulations And Policies Become Applicable To The Va Information Or Information Systems After Execution Of The Contract, Or If Nist Issues Or Updates Applicable Fips Or Special Publications (sp) After Execution Of This Contract, The Parties Agree To Negotiate In Good Faith To Implement The Information Confidentiality And Security Laws, Regulations, And Policies In This Contract. The Contractor/subcontractor Shall Not Make Copies Of Va Information Except As Authorized And Necessary To Perform The Terms Of The Agreement Or To Preserve Electronic Information Stored On Contractor/subcontractor Electronic Storage Media For Restoration In Case Any Electronic Equipment Or Data Used By The Contractor/subcontractor Needs To Be Restored To An Operating State. If Copies Are Made For Restoration Purposes, After The Restoration Is Complete, The Copies Must Be Appropriately Destroyed. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. If A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship. The Contractor/subcontractor Must Store, Transport, Or Transmit Va Sensitive Information In An Encrypted Form, Using Va-approved Encryption Tools That Are, At A Minimum, Fips 140-2 Validated. The Contractor/subcontractor's Firewall And Web Services Security Controls, If Applicable, Shall Meet Or Exceed Va's Minimum Requirements. Va Configuration Guidelines Are Available Upon Request. Except For Uses And Disclosures Of Va Information Authorized By This Contract For Performance Of The Contract, The Contractor/subcontractor May Use And Disclose Va Information Only In Two Other Situations: (i) In Response To A Qualifying Order Of A Court Of Competent Jurisdiction, Or (ii) With Va's Prior Written Approval. The Contractor/subcontractor Must Refer All Requests For, Demands For Production Of, Or Inquiries About, Va Information And Information Systems To The Va Contracting Officer For Response. Notwithstanding The Provision Above, The Contractor/subcontractor Shall Not Release Va Records Protected By Title 38 U.s.c. 5705, Confidentiality Of Medical Quality Assurance Records And/or Title 38 U.s.c. 7332, Confidentiality Of Certain Health Records Pertaining To Drug Addiction, Sickle Cell Anemia, Alcoholism Or Alcohol Abuse, Or Infection With Human Immunodeficiency Virus. If The Contractor/subcontractor Is In Receipt Of A Court Order Or Other Requests For The Above Mentioned Information, That Contractor/subcontractor Shall Immediately Refer Such Court Orders Or Other Requests To The Va Contracting Officer For Response. For Service That Involves The Storage, Generating, Transmitting, Or Exchanging Of Va Sensitive Information But Does Not Require C&a Or An Mou-isa For System Interconnection, The Contractor/subcontractor Must Complete A Contractor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cor. Information System Design And Development Information Systems That Are Designed Or Developed For Or On Behalf Of Va At Non-va Facilities Shall Comply With All Va Directives Developed In Accordance With Fisma, Hipaa, Nist, And Related Va Security And Privacy Control Requirements For Federal Information Systems. This Includes Standards For The Protection Of Electronic Phi, Outlined In 45 C.f.r. Part 164, Subpart C, Information And System Security Categorization Level Designations In Accordance With Fips 199 And Fips 200 With Implementation Of All Baseline Security Controls Commensurate With The Fips 199 System Security Categorization (reference Appendix D Of Va Handbook 6500, Va Information Security Program). During The Development Cycle A Privacy Impact Assessment (pia) Must Be Completed, Provided To The Cor, And Approved By The Va Privacy Service In Accordance With Directive 6507, Va Privacy Impact Assessment. The Contractor/subcontractor Shall Certify To The Cor That Applications Are Fully Functional And Operate Correctly As Intended On Systems Using The Va Federal Desktop Core Configuration (fdcc), And The Common Security Configuration Guidelines Provided By Nist Or The Va. This Includes Internet Explorer 7 Configured To Operate On Windows Xp And Vista (in Protected Mode On Vista) And Future Versions, As Required. The Standard Installation, Operation, Maintenance, Updating, And Patching Of Software Shall Not Alter The Configuration Settings From The Va Approved And Fdcc Configuration. Information Technology Staff Must Also Use The Windows Installer Service For Installation To The Default "program Files" Directory And Silently Install And Uninstall. Applications Designed For Normal End Users Shall Run In The Standard User Context Without Elevated System Administration Privileges. The Security Controls Must Be Designed, Developed, Approved By Va, And Implemented In Accordance With The Provisions Of Va Security System Development Life Cycle As Outlined In Nist Special Publication 800-37, Guide For Applying The Risk Management Framework To Federal Information Systems, Va Handbook 6500, Information Security Program And Va Handbook 6500.5, Incorporating Security And Privacy In System Development Lifecycle. The Contractor/subcontractor Is Required To Design, Develop, Or Operate A System Of Records Notice (sor) On Individuals To Accomplish An Agency Function Subject To The Privacy Act Of 1974, (as Amended), Public Law 93-579, December 31, 1974 (5 U.s.c. 552a) And Applicable Agency Regulations. Violation Of The Privacy Act May Involve The Imposition Of Criminal And Civil Penalties. The Contractor/subcontractor Agrees To: Comply With The Privacy Act Of 1974 (the Act) And The Agency Rules And Regulations Issued Under The Act In The Design, Development, Or Operation Of Any System Of Records On Individuals To Accomplish An Agency Function When The Contract Specifically Identifies: The Systems Of Records (sor); And The Design, Development, Or Operation Work That The Contractor/ Subcontractor Is To Perform Include The Privacy Act Notification Contained In This Contract In Every Solicitation And Resulting Subcontract And In Every Subcontract Awarded Without A Solicitation, When The Work Statement In The Proposed Subcontract Requires The Redesign, Development, Or Operation Of A Sor On Individuals That Is Subject To The Privacy Act; And Include This Privacy Act Clause, Including This Subparagraph (3), In All Subcontracts Awarded Under This Contract Which Requires The Design, Development, Or Operation Of Such A Sor. In The Event Of Violations Of The Act, A Civil Action May Be Brought Against The Agency Involved When The Violation Concerns The Design, Development, Or Operation Of A Sor On Individuals To Accomplish An Agency Function, And Criminal Penalties May Be Imposed Upon The Officers Or Employees Of The Agency When The Violation Concerns The Operation Of A Sor On Individuals To Accomplish An Agency Function. For Purposes Of The Act, When The Contract Is For The Operation Of A Sor On Individuals To Accomplish An Agency Function, The Contractor/subcontractor Is Considered To Be An Employee Of The Agency. "operation Of A System Of Records" Means Performance Of Any Of The Activities Associated With Maintaining The Sor, Including The Collection, Use, Maintenance, And Dissemination Of Records. "record" Means Any Item, Collection, Or Grouping Of Information About An Individual That Is Maintained By An Agency, Including, But Not Limited To, Education, Financial Transactions, Medical History, And Criminal Or Employment History And Contains The Person's Name, Or Identifying Number, Symbol, Or Any Other Identifying Particular Assigned To The Individual, Such As A Fingerprint Or Voiceprint, Or A Photograph. "system Of Records" Means A Group Of Any Records Under The Control Of Any Agency From Which Information Is Retrieved By The Name Of The Individual Or By Some Identifying Number, Symbol, Or Other Identifying Particular Assigned To The Individual. The Vendor Shall Ensure The Security Of All Procured Or Developed Systems And Technologies, Including Their Subcomponents (hereinafter Referred To As "systems"), Throughout The Life Of This Contract And Any Extension, Warranty, Or Maintenance Periods. This Includes, But Is Not Limited To Workarounds, Patches, Hotfixes, Upgrades, And Any Physical Components (hereafter Referred To As Security Fixes) Which May Be Necessary To Fix All Security Vulnerabilities Published Or Known To The Vendor Anywhere In The Systems, Including Operating Systems And Firmware. The Vendor Shall Ensure That Security Fixes Shall Not Negatively Impact The Systems. The Vendor Shall Notify Va Within 24 Hours Of The Discovery Or Disclosure Of Successful Exploits Of The Vulnerability Which Can Compromise The Security Of The Systems (including The Confidentiality Or Integrity Of Its Data And Operations, Or The Availability Of The System). Such Issues Shall Be Remediated As Quickly As Is Practical, But In No Event Longer Than 10 Days. When The Security Fixes Involve Installing Third Party Patches (such As Microsoft Os Patches Or Adobe Acrobat), The Vendor Will Provide Written Notice To The Va That The Patch Has Been Validated As Not Affecting The Systems Within 10 Working Days. When The Vendor Is Responsible For Operations Or Maintenance Of The Systems, They Shall Apply The Security Fixes Within 10 Days. All Other Vulnerabilities Shall Be Remediated As Specified In This Paragraph In A Timely Manner Based On Risk, But Within 60 Days Of Discovery Or Disclosure. Exceptions To This Paragraph (e.g. For The Convenience Of Va) Shall Only Be Granted With Approval Of The Contracting Officer And The Va Assistant Secretary For Office Of Information And Technology. Information System Hosting, Operation, Maintenance, Or Use For Information Systems That Are Hosted, Operated, Maintained, Or Used On Behalf Of Va At Non-va Facilities, Contractors/subcontractors Are Fully Responsible And Accountable For Ensuring Compliance With All Hipaa, Privacy Act, Fisma, Nist, Fips, And Va Security And Privacy Directives And Handbooks. This Includes Conducting Compliant Risk Assessments, Routine Vulnerablity Scanning, System Patching And Change Management Procedures, And The Completion Of An Acceptable Contingency Plan For Each System. The Contractor's Security Control Procedures Must Be Equivalent, To Those Procedures Used To Secure Va Systems. A Privacy Impact Assessment (pia) Must Also Be Provided To The Cor And Approved By Va Privacy Service Prior To Operational Approval. All External Internet Connections To Va's Network Involving Va Information Must Be Reviewed And Approved By Va Prior To Implementation. Adequate Security Controls For Collecting, Processing, Transmitting, And Storing Of Personally Identifiable Information (pii), As Determined By The Va Privacy Service, Must Be In Place, Tested, And Approved By Va Prior To Hosting, Operation, Maintenance, Or Use Of The Information System, Or Systems By Or On Behalf Of Va. These Security Controls Are To Be Assessed And Stated Within The Pia And If These Controls Are Determined Not To Be In Place, Or Inadequate, A Plan Of Action And Milestones (poa&m) Must Be Submitted And Approved Prior To The Collection Of Pii. Outsourcing (contractor Facility, Contractor Equipment Or Contractor Staff) Of Systems Or Network Operations, Telecommunications Services, Or Other Managed Services Requires Certification And Accreditation (authorization) (c&a) Of The Contractor's Systems In Accordance With Va Handbook 6500.3, Certification And Accreditation And/or The Va Ocs Certification Program Office. Government- Owned (government Facility Or Government Equipment) Contractor-operated Systems, Third Party Or Business Partner Networks Require Memorandums Of Understanding And Interconnection Agreements (mou-isa) Which Detail What Data Types Are Shared, Who Has Access, And The Appropriate Level Of Security Controls For All Systems Connected To Va Networks. The Contractor/subcontractor's System Must Adhere To All Fisma, Fips, And Nist Standards Related To The Annual Fisma Security Controls Assessment And Review And Update The Pia. Any Deficiencies Noted During This Assessment Must Be Provided To The Va Contracting Officer And The Iso For Entry Into Va's Poa&m Management Process. The Contractor/subcontractor Must Use Va's Poa&m Process To Document Planned Remedial Actions To Address Any Deficiencies In Information Security Policies, Procedures, And Practices, And The Completion Of Those Activities. Security Deficiencies Must Be Corrected Within The Timeframes Approved By The Government. Contractor/subcontractor Procedures Are Subject To Periodic, Unannounced Assessments By Va Officials, Including The Va Office Of Inspector General. The Physical Security Aspects Associated With Contractor/ Subcontractor Activities Must Also Be Subject To Such Assessments. If Major Changes To The System Occur That May Affect The Privacy Or Security Of The Data Or The System, The C&a Of The System May Need To Be Reviewed, Retested And Re- Authorized Per Va Handbook 6500.3. This May Require Reviewing And Updating All Of The Documentation (pia, System Security Plan, Contingency Plan). The Certification Program Office Can Provide Guidance On Whether A New C&a Would Be Necessary. The Contractor/subcontractor Must Conduct An Annual Self Assessment On All Systems And Outsourced Services As Required. Both Hard Copy And Electronic Copies Of The Assessment Must Be Provided To The Cor. The Government Reserves The Right To Conduct Such An Assessment Using Government Personnel Or Another Contractor/subcontractor. The Contractor/subcontractor Must Take Appropriate And Timely Action (this Can Be Specified In The Contract) To Correct Or Mitigate Any Weaknesses Discovered During Such Testing, Generally At No Additional Cost. Va Prohibits The Installation And Use Of Personally-owned Or Contractor/ Subcontractor- Owned Equipment Or Software On Va's Network. If Non-va Owned Equipment Must Be Used To Fulfill The Requirements Of A Contract, It Must Be Stated In The Service Agreement, Sow Or Contract. All Of The Security Controls Required For Government Furnished Equipment (gfe) Must Be Utilized In Approved Other Equipment (oe) And Must Be Funded By The Owner Of The Equipment. All Remote Systems Must Be Equipped With, And Use, A Va-approved Antivirus (av) Software And A Personal (host-based Or Enclave Based) Firewall That Is Configured With A Va- Approved Configuration. Software Must Be Kept Current, Including All Critical Updates And Patches. Owners Of Approved Oe Are Responsible For Providing And Maintaining The Anti-viral Software And The Firewall On The Non-va Owned Oe. All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/ Subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Of The Contract. Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Vendor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: Vendor Must Accept The System Without The Drive; Va's Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or Va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. Due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; The Equipment Vendor Must Have An Existing Baa If The Device Being Traded In Has Sensitive Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And Any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre- Approved And Described In The Purchase Order Or Contract. A Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation. Security Incident Investigation The Term "security Incident" Means An Event That Has, Or Could Have, Resulted In Unauthorized Access To, Loss Or Damage To Va Assets, Or Sensitive Information, Or An Action That Breaches Va Security Procedures. The Contractor/ Subcontractor Shall Immediately Notify The Cor And Simultaneously, The Designated Iso And Privacy Officer For The Contract Of Any Known Or Suspected Security/privacy Incidents, Or Any Unauthorized Disclosure Of Sensitive Information, Including That Contained In System(s) To Which The Contractor/ Subcontractor Has Access. To The Extent Known By The Contractor/subcontractor, The Contractor/ Subcontractor's Notice To Va Shall Identify The Information Involved, The Circumstances Surrounding The Incident (including To Whom, How, When, And Where The Va Information Or Assets Were Placed At Risk Or Compromised), And Any Other Information That The Contractor/subcontractor Considers Relevant. With Respect To Unsecured Protected Health Information, The Business Associate Is Deemed To Have Discovered A Data Breach When The Business Associate Knew Or Should Have Known Of A Breach Of Such Information. Upon Discovery, The Business Associate Must Notify The Covered Entity Of The Breach. Notifications Need To Be Made In Accordance With The Executed Business Associate Agreement. In Instances Of Theft Or Break-in Or Other Criminal Activity, The Contractor/subcontractor Must Concurrently Report The Incident To The Appropriate Law Enforcement Entity (or Entities) Of Jurisdiction, Including The Va Oig And Security And Law Enforcement. The Contractor, Its Employees, And Its Subcontractors And Their Employees Shall Cooperate With Va And Any Law Enforcement Authority Responsible For The Investigation And Prosecution Of Any Possible Criminal Law Violation(s) Associated With Any Incident. The Contractor/subcontractor Shall Cooperate With Va In Any Civil Litigation To Recover Va Information, Obtain Monetary Or Other Compensation From A Third Party For Damages Arising From Any Incident, Or Obtain Injunctive Relief Against Any Third Party Arising From, Or Related To, The Incident. Liquidated Damages For Data Breach Consistent With The Requirements Of 38 U.s.c. 5725, A Contract May Require Access To Sensitive Personal Information. If So, The Contractor Is Liable To Va For Liquidated Damages In The Event Of A Data Breach Or Privacy Incident Involving Any Spi The Contractor/subcontractor Processes Or Maintains Under This Contract. The Contractor/subcontractor Shall Provide Notice To Va Of A "security Incident" As Set Forth In The Security Incident Investigation Section Above. Upon Such Notification, Va Must Secure From A Non-department Entity Or The Va Office Of Inspector General An Independent Risk Analysis Of The Data Breach To Determine The Level Of Risk Associated With The Data Breach For The Potential Misuse Of Any Sensitive Personal Information Involved In The Data Breach. The Term 'data Breach' Means The Loss, Theft, Or Other Unauthorized Access, Or Any Access Other Than That Incidental To The Scope Of Employment, To Data Containing Sensitive Personal Information, In Electronic Or Printed Form, That Results In The Potential Compromise Of The Confidentiality Or Integrity Of The Data. Contractor Shall Fully Cooperate With The Entity Performing The Risk Analysis. Failure To Cooperate May Be Deemed A Material Breach And Grounds For Contract Termination. Each Risk Analysis Shall Address All Relevant Information Concerning The Data Breach, Including The Following: Nature Of The Event (loss, Theft, Unauthorized Access); Description Of The Event, Including: Date Of Occurrence; Data Elements Involved, Including Any Pii, Such As Full Name, Social Security Number, Date Of Birth, Home Address, Account Number, Disability Code; Number Of Individuals Affected Or Potentially Affected; Names Of Individuals Or Groups Affected Or Potentially Affected; Ease Of Logical Data Access To The Lost, Stolen Or Improperly Accessed Data In Light Of The Degree Of Protection For The Data, E.g., Unencrypted, Plain Text; Amount Of Time The Data Has Been Out Of Va Control; The Likelihood That The Sensitive Personal Information Will Or Has Been Compromised (made Accessible To And Usable By Unauthorized Persons); Known Misuses Of Data Containing Sensitive Personal Information, If Any; Assessment Of The Potential Harm To The Affected Individuals; Data Breach Analysis As Outlined In 6500.2 Handbook, Management Of Security And Privacy Incidents, As Appropriate; And Whether Credit Protection Services May Assist Record Subjects In Avoiding Or Mitigating The Results Of Identity Theft Based On The Sensitive Personal Information That May Have Been Compromised. Based On The Determinations Of The Independent Risk Analysis, The Contractor Shall Be Responsible For Paying To The Va Liquidated Damages In The Amount Of $42.00 Per Affected Individual To Cover The Cost Of Providing Credit Protection Services To Affected Individuals Consisting Of The Following: Notification; One Year Of Credit Monitoring Services Consisting Of Automatic Daily Monitoring Of At Least 3 Relevant Credit Bureau Reports; Data Breach Analysis; Fraud Resolution Services, Including Writing Dispute Letters, Initiating Fraud Alerts And Credit Freezes, To Assist Affected Individuals To Bring Matters To Resolution; One Year Of Identity Theft Insurance With $20,000.00 Coverage At $0 Deductible; And Necessary Legal Expenses The Subjects May Incur To Repair Falsified Or Damaged Credit Records, Histories, Or Financial Affairs. Security Controls Compliance Testing On A Periodic Basis, Va, Including The Office Of Inspector General, Reserves The Right To Evaluate Any Or All Of The Security Controls And Privacy Practices Implemented By The Contractor Under The Clauses Contained Within The Contract. With 10 Working-day's Notice, At The Request Of The Government, The Contractor Must Fully Cooperate And Assist In A Government-sponsored Security Controls Assessment At Each Location Wherein Va Information Is Processed Or Stored, Or Information Systems Are Developed, Operated, Maintained, Or Used On Behalf Of Va, Including Those Initiated By The Office Of Inspector General. The Government May Conduct A Security Control Assessment On Shorter Notice (to Include Unannounced Assessments) As Determined By Va In The Event Of A Security Incident Or At Any Other Time. Training All Contractor Employees And Subcontractor Employees Requiring Access To Va Information And Va Information Systems Shall Complete The Following Before Being Granted Access To Va Information And Its Systems: Sign And Acknowledge (either Manually Or Electronically) Understanding Of And Responsibilities For Compliance With The Contractor Rules Of Behavior, Appendix E Relating To Access To Va Information And Information Systems; Successfully Complete The Va Cyber Security Awareness And Rules Of Behavior Training And Annually Complete Required Security Training; Successfully Complete The Appropriate Va Privacy Training And Annually Complete Required Privacy Training; And Successfully Complete Any Additional Cyber Security Or Privacy Training, As Required For Va Personnel With Equivalent Information System Access [to Be Defined By The Va Program Official And Provided To The Contracting Officer For Inclusion In The Solicitation Document - E.g., Any Role-based Information Security Training Required In Accordance With Nist Special Publication 800-16, Information Technology Security Training Requirements.] The Contractor Shall Provide To The Contracting Officer And/or The Cor A Copy Of The Training Certificates And Certification Of Signing The Contractor Rules Of Behavior For Each Applicable Employee Within 1 Week Of The Initiation Of The Contract And Annually Thereafter, As Required. Failure To Complete The Mandatory Annual Training And Sign The Rules Of Behavior Annually, Within The Timeframe Required, Is Grounds For Suspension Or Termination Of All Physical Or Electronic Access Privileges And Removal From Work On The Contract Until Such Time As The Training And Documents Are Complete.
Closing Date7 Jan 2025
Tender AmountRefer Documents 
8811-8820 of 8824 archived Tenders