Heater Tenders

Heater Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Corrigendum : Closing Date Modified
United States
Details: Project purchase Secondary Domestic Main Water Supply Piping & Accessories eugene J. Towbin Memorial Veterans Hospital (fort Roots) central Arkansas Veterans Healthcare System (cavhs) north Little Rock, Ar scope furnish And Deliver The Piping And Accessories For The Secondary Main Water Supply Products Described Below. The Proposal Price Shall Include All Labor, Tools, Materials, Equipment, Transportation, And Supervision Necessary To Furnish And Deliver Said Products. The Delivery Will Be To The Eugene J. Towbin Memorial Veterans Hospital Located At 2100 Fort Roots Drive, Building 201 In North Little Rock, Ar 72114. Materials & Accessories Shall Be Delivered To Cavhs Within 8 Weeks From Time Order Is Placed. products materials And Accessories Shall Include: two (2) 10"x10"x12" Ductile Iron Flanged Bullhead Tee mechanical-joint, Ductile-iron Pipe: Awwa C151, With Mechanical-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). mechanical-joint, Ductile-iron Fittings: Awwa C110, Ductile- Or Gray-iron Standard Pattern Or Awwa C153, Ductile-iron Compact Pattern. glands, Gaskets, And Bolts: Awwa C111, Ductile- Or Gray-iron Glands, Rubber Gaskets, And Steel Bolts. push-on-joint, Ductile-iron Pipe: Awwa C151, With Push-on-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). flanged Ductile Iron Pipe: Awwa C115/a21.11, With Factory Applied Screwed Long Hub Flanges. flanges: Asme B16.1 For 125 Psi (850 Kpa) Pressure Ratings, As Necessary. wall Sleeve Castings, Size And Types Shown On The Drawings, Shall Be Hot Dipped Galvanized Per Astm A123. cement Mortar Internal Lining: Cement Mortar Lining And Bituminous Seal Coat As Per Awwa C104. exterior Pipe Coating: The Exterior Of Pipe Shall Have The Standard Asphaltic Coating. four (4) 10" Ductile Iron Flanged 90-degree Elbow. mechanical-joint, Ductile-iron Pipe: Awwa C151, With Mechanical-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). mechanical-joint, Ductile-iron Fittings: Awwa C110, Ductile- Or Gray-iron Standard Pattern Or Awwa C153, Ductile-iron Compact Pattern. glands, Gaskets, And Bolts: Awwa C111, Ductile- Or Gray-iron Glands, Rubber Gaskets, And Steel Bolts. push-on-joint, Ductile-iron Pipe: Awwa C151, With Push-on-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). flanged Ductile Iron Pipe: Awwa C115/a21.11, With Factory Applied Screwed Long Hub Flanges. flanges: Asme B16.1 For 125 Psi (850 Kpa) Pressure Ratings, As Necessary. wall Sleeve Castings, Size And Types Shown On The Drawings, Shall Be Hot Dipped Galvanized Per Astm A123. cement Mortar Internal Lining: Cement Mortar Lining And Bituminous Seal Coat As Per Awwa C104. exterior Pipe Coating: The Exterior Of Pipe Shall Have The Standard Asphaltic Coating. four (4) 10"x12" Ductile Iron Flanged X Flanged Spool mechanical-joint, Ductile-iron Pipe: Awwa C151, With Mechanical-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). mechanical-joint, Ductile-iron Fittings: Awwa C110, Ductile- Or Gray-iron Standard Pattern Or Awwa C153, Ductile-iron Compact Pattern. glands, Gaskets, And Bolts: Awwa C111, Ductile- Or Gray-iron Glands, Rubber Gaskets, And Steel Bolts. push-on-joint, Ductile-iron Pipe: Awwa C151, With Push-on-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). flanged Ductile Iron Pipe: Awwa C115/a21.11, With Factory Applied Screwed Long Hub Flanges. flanges: Asme B16.1 For 125 Psi (850 Kpa) Pressure Ratings, As Necessary. wall Sleeve Castings, Size And Types Shown On The Drawings, Shall Be Hot Dipped Galvanized Per Astm A123. cement Mortar Internal Lining: Cement Mortar Lining And Bituminous Seal Coat As Per Awwa C104. exterior Pipe Coating: The Exterior Of Pipe Shall Have The Standard Asphaltic Coating. one (1) 12" Nrs Flanged Gate Valve gate Valves: Awwa C509, Non-rising Stem, Resilient Seat, 200 Psi (1380 Kpa) Class 125 valves 3 Inches (75 Mm) And Larger: Resilient Seat Valve With Gray- Or Ductile Iron Body And Bonnet; Cast Iron Or Bronze Double-disc Gate; Bronze Gate Rings; Non-rising Bronze Stem And Stem Nut. interior And Exterior Coating: Awwa C550, Thermo-setting Or Fusion Epoxy underground Valve Nut: Furnish Valves With 2-inch (50 Mm) Nut For Socket Wrench Operation. aboveground And Pit Operation: Furnish Valves With Hand Wheels. end Connections Shall Be Mechanical-joint. valve Boxes: Awwa M44 With Top Section, Adjustable Extension Of Length Required For Depth Of Burial Of Valve, Plug With Lettering "water," And Bottom Section With Base That Fits Over Valve And With A Barrel. two (2) 12"x10' Ductile Iron Flange X Pe Pipe mechanical-joint, Ductile-iron Pipe: Awwa C151, With Mechanical-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). mechanical-joint, Ductile-iron Fittings: Awwa C110, Ductile- Or Gray-iron Standard Pattern Or Awwa C153, Ductile-iron Compact Pattern. glands, Gaskets, And Bolts: Awwa C111, Ductile- Or Gray-iron Glands, Rubber Gaskets, And Steel Bolts. push-on-joint, Ductile-iron Pipe: Awwa C151, With Push-on-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). flanged Ductile Iron Pipe: Awwa C115/a21.11, With Factory Applied Screwed Long Hub Flanges. flanges: Asme B16.1 For 125 Psi (850 Kpa) Pressure Ratings, As Necessary. wall Sleeve Castings, Size And Types Shown On The Drawings, Shall Be Hot Dipped Galvanized Per Astm A123. cement Mortar Internal Lining: Cement Mortar Lining And Bituminous Seal Coat As Per Awwa C104. exterior Pipe Coating: The Exterior Of Pipe Shall Have The Standard Asphaltic Coating. two (2) 10" Watts Lf909m1-osy-fs Rpz Backflow Preventer reduced-pressure-principle Backflow Preventer: Awwa C511 For Continuous-pressure Applications. pressure Loss: 15 Psi (100 Kpa) Maximum, Through Middle 1/3 Of Flow Range body: Steel With Interior Lining Complying With Awwa C550 For Nps 2-1/2 (dn 65) Or Larger end Connections: Flanged For Nps 2-1/2 (dn 65) And Larger. configuration: Designed For Horizontal, Straight Through Flow valves: Resilient Seated Gate Type With Flanged Ends On Inlet And Outlet Of Nps 2-1/2 (dn 65) And Larger air-gap Fitting: Asme A112.1.2, Matching Backflow Preventer Connection two (2) 10" Watts 77f-di-fda-125 Ci Wye Pattern Flange Strainer mechanical-joint, Ductile-iron Pipe: Awwa C151, With Mechanical-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). mechanical-joint, Ductile-iron Fittings: Awwa C110, Ductile- Or Gray-iron Standard Pattern Or Awwa C153, Ductile-iron Compact Pattern. glands, Gaskets, And Bolts: Awwa C111, Ductile- Or Gray-iron Glands, Rubber Gaskets, And Steel Bolts. push-on-joint, Ductile-iron Pipe: Awwa C151, With Push-on-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). flanged Ductile Iron Pipe: Awwa C115/a21.11, With Factory Applied Screwed Long Hub Flanges. flanges: Asme B16.1 For 125 Psi (850 Kpa) Pressure Ratings, As Necessary. wall Sleeve Castings, Size And Types Shown On The Drawings, Shall Be Hot Dipped Galvanized Per Astm A123. cement Mortar Internal Lining: Cement Mortar Lining And Bituminous Seal Coat As Per Awwa C104. exterior Pipe Coating: The Exterior Of Pipe Shall Have The Standard Asphaltic Coating. two (2) Watts 909 Ag-m Air Gap metal Construction air Gap Fitting nuisance Discharge durable Coating two (2) 2"x4" Standard Red Brass Nipple red Brass Construction Supports Applications In Corrosive Environments. lead-free Construction Supports Applications For Human Consumption. designed To Be Used In Conjunction With Red Brass Fittings. nipple Conforms To Astm B.43 Red Brass Pipe Standards. threaded Ends Comply With Ansi/asme B1.20.1 Standards. two (2) 2" 3-piece Ball Valve Nibco Nl995xd connection Type: T -- Female Npt Thread (fipt) valve Size: 2 material: Lead Free Silicon Bronze description: T-595-y-lf 2 Thrd Full Pt 3-pc Bv eclass Classification: Lead-free Ball Valves turns/operation: Quarter-turn two (2) 2" Standard Brass Plug, 125#, Npt square Head Cored approved To Ansi/nsf 61-4 California Ab 1953 meets Federal State Drinking Water Act lead Free Requirement Brass Fittings Conform To Awwa C800 brass Castings Conform To Astm B584, Uns Alloy C89833 brass Fittings Dimensions Conform To Asme B16.15 npt Threads On All Fittings Conform To Asme B1.20.1 brass Unions Conform To Specification A-a-59617 eight (8) 10" U-type Floor Mount Saddle Support, 8727t27 Mcmaster-carr material: Galvanized Steel od: Inch 10 3/4", Metric 273 Mm pipe Size: 10 capacity: 10,000 Lbs. extension Pipe Size: 2 adjustment Screw Height 7"-10" saddle Width 2", Thickness 1/2" cushion Material: Neoprene Rubber base Material: Galvanized Steel base Length: 8" base Width: 8" base Thickness: 1/4" mounting Location: Floor mount Type: Bolt Down mounting Hole: Diameter 9/16" number Of Holes: 4 temperature Range: -70â° To 200â° F rohs 3 (2015/863/eu) Compliant schedule B: 732690.8630 eccn: Ear99 twenty-one (21) Feet Galvanized Pipe 2-3/8" Od 0.154 Wall Thickness a53 Bw Std 21ul T&c two (2) Steel Wall Sleeve (10" Diameter Pipe, 11.10"od) 16" Diameter X 16" Length twenty-six (26) Ss Innerlynx Seal 11.10" Od X 15.25" Id (13 Lynx Per Seal) the Pipe To Wall/casing Penetration Closures Shall Be A Modular Mechanical Type. consisting Of Interlocking Synthetic Rubber Links Shaped To Continuously Fill The Annular Space Between The Pipe And Wall/casing. once Opening Expanded The Mechanical Seals Shall Provide A Between Seal Watertight The Pipe And Wall/casing Opening. The Elastomer Element Size And Material Shall Be Selected Per Manufacturers Recommendations. the Pressure Plates Shall Be Manufactured Glass Reinforced Plastic With A Minimum Tensile Strength Of 27,000 Psi. one (1) Safe-t-cover Enclosure W/heat, Brushed Aluminum Finish, 180"x180"x96" freeze-protection Enclosures: Designed To Protect Aboveground Water Piping, Equipment, Or Specialties From Freezing And Damage, With Heat Source To Maintain Minimum Internal Temperature Of 40 Deg F (4 Deg C) When External Temperatures Reach As Low As Minus 34 Deg F (minus 36 Deg C) Meeting The Requirements Of Asse 1060. class I, For Equipment Or Devices Other Than Pressure Or Atmospheric Vacuum Breakers. class I-v, For Pressure Or Atmospheric Vacuum Breaker Equipment Or Devices. Include Drain Opening In Housing. reinforced -brushed Aluminum Housing With Dimensions Indicated, But Not Less Than Those Required For Access And Service Of Protected Unit. Include A Drain Opening For Units With Drain Connection; Access Doors With Locking Devices; Insulation Inside Housing; And Anchoring Devices For Attaching The Housing To The Concrete Base. include An Electric Heating Cable Or Heater With Self-limiting Temperature Control. forty (40) Feet 10" Ductile Iron Pipe, Cl/tv Cl350, Sj Pipe mechanical-joint, Ductile-iron Pipe: Awwa C151, With Mechanical-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). mechanical-joint, Ductile-iron Fittings: Awwa C110, Ductile- Or Gray-iron Standard Pattern Or Awwa C153, Ductile-iron Compact Pattern. glands, Gaskets, And Bolts: Awwa C111, Ductile- Or Gray-iron Glands, Rubber Gaskets, And Steel Bolts. push-on-joint, Ductile-iron Pipe: Awwa C151, With Push-on-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). flanged Ductile Iron Pipe: Awwa C115/a21.11, With Factory Applied Screwed Long Hub Flanges. flanges: Asme B16.1 For 125 Psi (850 Kpa) Pressure Ratings, As Necessary. wall Sleeve Castings, Size And Types Shown On The Drawings, Shall Be Hot Dipped Galvanized Per Astm A123. cement Mortar Internal Lining: Cement Mortar Lining And Bituminous Seal Coat As Per Awwa C104. exterior Pipe Coating: The Exterior Of Pipe Shall Have The Standard Asphaltic Coating. one (1) 10"x6" Mechanical-joint X Flange Reducer mechanical-joint, Ductile-iron Pipe: Awwa C151, With Mechanical-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). mechanical-joint, Ductile-iron Fittings: Awwa C110, Ductile- Or Gray-iron Standard Pattern Or Awwa C153, Ductile-iron Compact Pattern. glands, Gaskets, And Bolts: Awwa C111, Ductile- Or Gray-iron Glands, Rubber Gaskets, And Steel Bolts. push-on-joint, Ductile-iron Pipe: Awwa C151, With Push-on-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). flanged Ductile Iron Pipe: Awwa C115/a21.11, With Factory Applied Screwed Long Hub Flanges. flanges: Asme B16.1 For 125 Psi (850 Kpa) Pressure Ratings, As Necessary. wall Sleeve Castings, Size And Types Shown On The Drawings, Shall Be Hot Dipped Galvanized Per Astm A123. cement Mortar Internal Lining: Cement Mortar Lining And Bituminous Seal Coat As Per Awwa C104. exterior Pipe Coating: The Exterior Of Pipe Shall Have The Standard Asphaltic Coating. one (1) 10"x8" Coupling, Ductile Iron Mechanical-joint Red Less Accessories mechanical-joint, Ductile-iron Pipe: Awwa C151, With Mechanical-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). mechanical-joint, Ductile-iron Fittings: Awwa C110, Ductile- Or Gray-iron Standard Pattern Or Awwa C153, Ductile-iron Compact Pattern. glands, Gaskets, And Bolts: Awwa C111, Ductile- Or Gray-iron Glands, Rubber Gaskets, And Steel Bolts. push-on-joint, Ductile-iron Pipe: Awwa C151, With Push-on-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). flanged Ductile Iron Pipe: Awwa C115/a21.11, With Factory Applied Screwed Long Hub Flanges. flanges: Asme B16.1 For 125 Psi (850 Kpa) Pressure Ratings, As Necessary. wall Sleeve Castings, Size And Types Shown On The Drawings, Shall Be Hot Dipped Galvanized Per Astm A123. cement Mortar Internal Lining: Cement Mortar Lining And Bituminous Seal Coat As Per Awwa C104. exterior Pipe Coating: The Exterior Of Pipe Shall Have The Standard Asphaltic Coating. seven (7) 10" Coupling, Ductile Iron, Mechanical-joint 90-degree Elbow With Accessories mechanical-joint, Ductile-iron Pipe: Awwa C151, With Mechanical-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). mechanical-joint, Ductile-iron Fittings: Awwa C110, Ductile- Or Gray-iron Standard Pattern Or Awwa C153, Ductile-iron Compact Pattern. glands, Gaskets, And Bolts: Awwa C111, Ductile- Or Gray-iron Glands, Rubber Gaskets, And Steel Bolts. push-on-joint, Ductile-iron Pipe: Awwa C151, With Push-on-joint Bell And Plain Spigot End Unless Grooved Or Flanged Ends Are Indicated, 350 Psi (2400 Kpa). flanged Ductile Iron Pipe: Awwa C115/a21.11, With Factory Applied Screwed Long Hub Flanges. flanges: Asme B16.1 For 125 Psi (850 Kpa) Pressure Ratings, As Necessary. wall Sleeve Castings, Size And Types Shown On The Drawings, Shall Be Hot Dipped Galvanized Per Astm A123. cement Mortar Internal Lining: Cement Mortar Lining And Bituminous Seal Coat As Per Awwa C104. exterior Pipe Coating: The Exterior Of Pipe Shall Have The Standard Asphaltic Coating. fourteen (14) 10" 150# Bell & Gossett Kit 1/8 Red Rubber Full Face gr5 hex Zinc Screw & Nut one (1) 6 150# Bell & Gossett Kit 1/8 Red Rubber Full Face gr5 hex Zinc Screw & Nut one (1) 8" Ebaa 1108 Megalug Ci restraint Devices For Nominal Pipe Sizes 3 Inch Through 60 Inch Shall Consist Of Multiple Gripping Wedges Incorporated Into A Follower Gland Meeting The Applicable Requirements Of Ansi/awwa C110/a21.10. the Devices Shall Have A Working Pressure Rating Of 350 Psi For 3-16 Inch, 250 Psi For 18-54 Inch And 200 Psi For The 60 Inch. Ratings Are For Water Pressure And Must Include A Minimum Safety Factor Of 2 To 1 In All Sizes. all Ebaa Products Intended For Installation On Ductile Iron Pipe Are Designed For And Limited To Use On Ductile Iron Pipes That Comply With The Requirements Of Ansi/awwa C151/a21.51 And Have A Brinell Hardness Or Equivalent Measurement Value That Does Not Exceed 230bhn. gland Body, Wedges And Wedge Actuating Components Shall Be Cast From Grade 65-45 12 Ductile Iron Material In Accordance With Astm A536. one (1) 8" 08 Reg Mechanical-joint Bell & Gossett Set Less Gland nineteen (19) 10" Ebba 1110 Megalug Ci restraint Devices For Nominal Pipe Sizes 3 Inch Through 60 Inch Shall Consist Of Multiple Gripping Wedges Incorporated Into A Follower Gland Meeting The Applicable Requirements Of Ansi/awwa C110/a21.10. the Devices Shall Have A Working Pressure Rating Of 350 Psi For 3-16 Inch, 250 Psi For 18-54 Inch And 200 Psi For The 60 Inch. Ratings Are For Water Pressure And Must Include A Minimum Safety Factor Of 2 To 1 In All Sizes. all Ebaa Products Intended For Installation On Ductile Iron Pipe Are Designed For And Limited To Use On Ductile Iron Pipes That Comply With The Requirements Of Ansi/awwa C151/a21.51 And Have A Brinell Hardness Or Equivalent Measurement Value That Does Not Exceed 230bhn. gland Body, Wedges And Wedge Actuating Components Shall Be Cast From Grade 65-45 12 Ductile Iron Material In Accordance With Astm A536. nineteen (19) 10" 08 Reg Mechanical-joint Bell & Gossett Set Less Gland 3. Delivery Hours: all Deliveries Must Be Scheduled 48 Hours In Advance. Deliveries Pertaining To This Contract Will Need To Be Performed Monday Thru Friday Unless A Federal Holiday Falls On One Of These Days. Typical Hours Are Between 8am And 4pm. If Delivery Is Required Outside Of These Hours Of Operations, It Must Be Coordinated With The Project Contracting Officer S Representative (cor). On The Days Listed Below Delivery Shall Not Be Scheduled Unless Unique Situations Arrive And Prior Approval Between The Delivery And Cavhs Parties Involved Is Agreed Upon. materials Shall Be Delivered In No More Than Four (4) Deliveries, Unless Unique Situations Arrive And Prior Approval Between The Delivery And Cavhs Parties Is Agreed Upon. 4. Government Personnel Observed Holidays: the Government Hereby Provides Notice And Supplier Hereby Acknowledges Receipt That Government Personnel Observe The Listed Days As Holidays: new Year's Day martin Luther King's Birthday president's Birthday memorial Day juneteenth independence Day labor Day columbus Day veterans Day thanksgiving Day christmas in Addition To The Days Designated As Holidays, The Government Observes The Following Days: any Other Day Designated By Federal Statute any Other Day Designated By Executive Order any Other Day Designated By The President S Proclamation 5. General Requirements equipment Furnished Must Meet The Buy American Act. approved Equal Products May Be Considered As Long As They Meet The Specifications Provided Above. provide Full Manufacturer S Data, Literature, And Installation, Operation And Maintenance Instructions With The Proposal. 6. Changes To The Statement Of Work the Contracting Officer (co) Is The Only Individual Authorized To Approve Changes Or Modify Any Of The Requirements For This Purchase. The Supplier Shall Communicate With The Contracting Officer S Representative (cor) On All Matters Pertaining To Contract Administration. The Cor Is Designated To Represent The Contracting Officer (co) In Furnishing Technical Guidance And Advice Regarding The Purchase. The Foregoing Is Not To Be Construed As Authorization To Interpret Or Furnish Advice And Information To The Supplier Relative To The Financial Or Legal Aspects Of The Contract. Enforcement Of These Segments Is Vested In And Is The Responsibility Of The Co. Only The Co Is Authorized To Make Commitments Or Issue Changes Affecting Price, Quantity Or Performance Of This Contract. In The Event The Contractor Effects Any Such Change At The Direction Of Any Person Other Than The Co, The Change Shall Be Considered To Have Been Made Without Authority And No Adjustment Shall Be Made In The Contract Price To Cover Any Increase In Cost Incurred As A Result Thereof. 7. Reporting Requirements all Documents Will Be Given To The Contracting Officer And Or The Contracting Officer Representative In A Word Document, Or Adobe Pdf And Excel Spreadsheet File. 8. Confidentiality And Nondisclosure the Supplier Understands And Agrees That Confidential Information (patients, Employee, Or Facility) Must Always Be Secured And Protected. The Supplier And Its Personnel Shall Be Held Liable In The Event A Breach Of Confidentiality Occurs As A Result Of The Supplier Or Its Employees. Each Contract Employee Will Be Required To Read And Sign The Contractor Rules Of Behavior And Provide The Original Signature Page To The Cor. 9. Special Consideration: no One With A Cold Or Flu Like Symptoms Will Be Allowed On Va Property. In The Event That Symptoms Occur While On Site, The Contractor Will Notify The Cor Immediately. The Individual(s) May Be Required To Be Covid Tested And Quarantine Until Released By Infection Control To Return To Site. 10. Information System Officer, Information Protection: the Supplier Will Not Have Access To Va Desktop Computers, Nor Will They Have Access To Online Resources Belonging To The Government While Conducting Services. 11. Privacy Officer: the Supplier Will Not Have Access To Protected Patient Health Information (phi), Nor Will They Have The Capability Of Accessing Patient Information During The Services Provided To The Va. 12. Records Manager: supplier Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chapters. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. in Accordance With 36 Cfr 1222.32, Supplier Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. central Arkansas Veterans Healthcare System And Its Contractors/suppliers Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Central Arkansas Veterans Healthcare System Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Supplier Must Report To Central Arkansas Veterans Healthcare System. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. the Supplier Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Supplier Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Supplier Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government's Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Central Arkansas Veterans Healthcare System Control, Or The Supplier Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand-carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). the Supplier Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Supplier (and Any Sub-contractor) Is Required To Abide By Government And Central Arkansas Veterans Healthcare System Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. the Supplier Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Central Arkansas Veterans Healthcare System Policy. the Supplier Shall Not Create Or Maintain Any Records Containing Any Non-public Central Arkansas Veterans Healthcare System Information That Are Not Specifically Tied To Or Authorized By The Contract. the Supplier Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. the Central Arkansas Veterans Healthcare System Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Central Arkansas Veterans Healthcare System Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Supplier Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
Closing Date5 Feb 2024
Tender AmountUSD 132.4 K 
This is an estimated amount, exact amount may vary.

University Of The Philippines Tender

Laboratory Equipment and Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description Supply Of Laboratory Equipment For The Project, Project 2: Establishment Of Pharmaceutical Sciences Services For Clinical Research Disintegration Test System General Specifications: Instrument Dimensions: Width: 35 - 45 Cm; Depth: 45 - 55 Cm; Height: 40 - 50 Cm Net Weight: Maximum Of 18 Kg ● Number Of Testing Stations: 3 Baskets ● Stroke Height: 50 - 60 Mm ● Stroke Frequency: 30 Strokes Per Minute ● Strokes Accuracy: ±1 Strokes ● Temperature Range: Adjustable From 25.0 To 45.0 °c ● Temperature Accuracy: ± 0.3 °c ● With Safety Systems Pressure Switch ● With Thermal Switch And Thermal Fuse ● Testing Time Range: 00:00:01 To 99:59:59 (hh:mm:ss) ● Stores At Least 250 Test Descriptions (methods) And 30 Users ● Complies To United States Pharmacopeia <701/2040> ● Determine Disintegration Time Of Tablets, Capsules And Other Dosage Forms ● Result Report Includes Disintegration Time, Actual Temperature And Number Of Persisting Samples After Tested, And Evaluation Of The Test Result ● Password Protected Access Through User Management System ● Export Test Reports As Text Files ● Self-sealing Quick Connect Water Bath Connectors ● User Management System ● Method Management System ● Integrated Calibration Programs ● Graphical Lcd Screen Showing Actual And Target Settings ● Data Entry Keypad With Function Keys And Click Wheel ● Programmable Qualification Interval Timer Reminds The User To Perform Instrument Calibration ● Dedicated Calibration Programs And Reports ● Instrument Housing Polished Stainless-steel Housing With Plastic Frame ● Power 220 Volt, 50/60 Hz Inclusions: ❖ One “a”-type Disintegration Basket For Each Testing Station ❖ One Set Of Six Glass Tubes For Each Disintegration Basket ❖ One Set Of Six Disintegration Disks For Each Disintegration Basket ❖ One Flat Bottom Disintegration Vessel For Each Testing Station ❖ One Temperature Probe ❖ One Bottle Of Water Preservative ❖ Comprehensive Documentation Included (pdf & Hardcopies): - User Manual - Dq/qc Instrument Compliance Test Certificate - Iq Documentation - Oq Documentation - Instrument Logbook Terms And Conditions: 1. Delivery And Installation Of Equipment Should Be Done Upon The Completion Of The Renovation Of Compounding & Product Development Facility At The College Of Pharmacy. 2. With Installation And Calibration Free Of Charge 3. With Iq/oq/pq Documentation Pack And Qualification Tools 4. All Parts Of The Equipment And Its Accessories Must Be Identified By Part Number Or Accessory Number 5. Installation And Calibration Of The Equipment And Initial Operation By Service Engineer 6. Qualified Service Engineers Must Perform Installation Qualification (iq) And Operational Qualification (oq) With Documentation And Report 7. Operations And Service Manual Must Be Provided 8. Local Training Of At Least 2 End-user (personnel) To Operate, Troubleshoot And Maintain Equipment 9. Warranty, Parts, And Preventive Maintenance For Two (2) Years Or More 10. Provision Of Free Accessories/consumables, If Applicable 11. Certification/guarantee On Availability Of Parts, Accessories, Supplies For The Next 10 Years Or More 12. Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Installation, Testing And Commissioning 13. Bi-annual Preventive Maintenance From The Distributor's Qualified Technician During The Warranty Period 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hours For Troubleshooting And Repair Of Unit Even After The Warranty Period. Friabilator General Specifications Instrument Dimensions: Width: 45 - 55 Cm; Depth: 35 - 45 Cm; Height: 40 - 50 Cm Net Weight: Maximum Of 20-kg ● Number Of Test Drums: 2 (1 Right Side And 1 Left Side) ● Drum Rotation Speed Range: 15 – 100 Rpm ● Speed Accuracy: ±1 Rpm ● Number Of Rotations: Adjustable From 2 To 9999 (switchable To Time Mode) ● Testing Time: Adjustable From 2 To 9999 Seconds (switchable To Rotations Mode) ● Method Management: Approximately Up To 256 Test Descriptions (methods) ● User Management: Approximately Up To 32 Users With Selectable User Right Levels ● Graphical Lcd Screen Showing Actual And Target Settings ● Instrument Housing Polished Stainless-steel Housing With Plastic Frame ● Keypad With Function Keys And Click Wheel ● Detailed Result Report Including Weight Loss Calculation And Evaluation Of The Results ● Determine Friability Of Uncoated Tablets ● Programmable For Number Of Drum Revolutions Or Rotating Time ● Fully Complies With United States Pharmacopeia <1216> ● User And Method Management System ● Drum Is Easy To Open For Loading And Cleaning, Alternatively Use Discharge Opening For Loading ● Automated Sample Discharge At The End Of A Test Run ● Dual Operation Mode: Number Of Revolutions Or Rotation Time ● Variable Drum Rotation Speed Or Locked Speed Mode ● Determine The Sample Weight By Balance To Automatically Calculate Weight Loss ● Programmable Qualification Interval Timer Reminds The User To Perform Instrument Calibration ● Dedicated Calibration Programs And Reports ● Export Test Reports As Text Files ● Power 230 Volt, 50/60 Hz Inclusions: ❖ Integrated Protocol Printer ❖ Two Friability Drums Made From Plexiglas In Compliance With The Us Pharmacopeia ❖ Comprehensive Documentation Included (pdf And Hardcopies): - User Manual - Dq/qc Instrument Compliance Test Certificate - Iq Documentation - Oq Documentation - Instrument Logbook Terms And Conditions: 1. Delivery And Installation Of Equipment Should Be Done Upon The Completion Of The Renovation Of Compounding & Product Development Facility At The College Of Pharmacy. 2. With Installation And Calibration Free Of Charge 3. With Iq/oq/pq Documentation Pack And Qualification Tools 4. All Parts Of The Equipment And Its Accessories Must Be Identified By Part Number Or Accessory Number 5. Installation And Calibration Of The Equipment And Initial Operation By Service Engineer 6. Qualified Service Engineers Must Perform Installation Qualification (iq) And Operational Qualification (oq) With Documentation And Report 7. Operations And Service Manual Must Be Provided 8. Local Training Of At Least 2 End-user (personnel) To Operate, Troubleshoot And Maintain Equipment 9. Warranty, Parts, And Preventive Maintenance For Two (2) Years Or More 10. Provision Of Free Accessories/consumables, If Applicable 11. Certification/guarantee On Availability Of Parts, Accessories, Supplies For The Next 10 Years Or More 12. Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Installation, Testing And Commissioning 13. Bi-annual Preventive Maintenance From The Distributor's Qualified Technician During The Warranty Period 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hours For Troubleshooting And Repair Of Unit Even After The Warranty Period. Reference Standard Temperature & Humidity Controlled Chamber General Specifications Tailor-made For Stability Studies According To International Council For Harmonization Instrument Dimensions: Width: 815 - 825 Mm; Height: 1715 - 1725 Mm; Depth: 650 - 660 Mm (width X Height X Depth) (d Around +50-mm Door Handle & Around +110-mm Peltier Element) Volume: Maximum Of 400 L ● Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Inner Glass Door ● Internals: 2 Stainless Steel Grid(s), Electropolished ● Max Number Of Internals: 14 ● Max Loading Of Chamber: 200-kg ● Max Loading Per Internal: 14-kg ● Installation: On Lockable Castors ● Housing: Rear Zinc-plated Steel ● Voltage Electrical Load: 230 V, 50/60 Hz, 700 W ● With Uninterruptible Power Supply Temperature Setting Temperature Range: Without Light, With Humidity: +5 To +70 °c With Light, With Humidity: +5 To +70 °c With Light, Without Humidity: 0 To +70 °c Without Light, Without Humidity: 0 To +70 °c Working Temperature Range: With Light, Without Or With Humidity: 15 To +40 °c Without Light, With Humidity: +5 (at Least 20 Below Ambient Temperature) To +70 °c Without Light, Without Humidity: 0 (at Least 20 Below Ambient Temperature) To +70 °c Humidity Setting Range Humidity: 10 - 90 % Rh Humidity: Humidity Supply With Distilled Water From External Tank By Self-priming Pump Humidification: Humidification By Hot Steam Generator Dehumidification: Dehumidification By Cold Trap Using The Peltier Technology Setting Accuracy Humidity: Around 0.5% Rh Settling Accuracy Temperature: Around 0.1 °c Inclusions: Control Technology ❖ Adaptive Multifunctional Digital Pid-microprocessor Controller With 2 High-definition Tft-colour Displays. ❖ Timer: Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days ❖ Function Heatbalance: Adapting The Distribution Of The Heating Performance Of The Upper And Lower Heating Circuit From -50 % To +50 % ❖ Calibration: Three Freely Selectable Values Each, Temperature And Humidity Communication ❖ Documentation: Program Stored In Case Of Power Failure Safety ❖ Temperature Control: Over- And Under Temperature Monitor Tww, Protection Class 3.3 Or Adjustable Temperature Limiter Twb, Protection Class 2, Selectable On Display ❖ Autosafety: Additionally Integrated Over- And Under Temperature Protection “asf”, Automatically Following The Setpoint Value At A Preset Tolerance Range, Alarm In Case Of Over- Or Under Temperature, Heating Function Is Switched Off In Case Of Overtemperature, Cooling Function In Case Of Under Temperature ❖ Autodiagnostic System: Integral Fault Diagnostics For Temperature And Humidity Control Heating Concept ❖ Peltier: Energy-saving Peltier Heating-/cooling System Integrated In The Rear (heat Pump Principle) ❖ Standard Accessories: Water Tank Including Connection Hose (110-750: 2.5 Liter, 1060-2200: 10 Liter) ❖ Works Calibration Certificate: Standard Values +10 °c And +37 °c, 60 % Rh At +30 °c Comprehensive Documentation Included (pdf And Hardcopies): - User Manual - Dq/qc Instrument Compliance Test Certificate - Iq Documentation - Oq Documentation - Instrument Logbook Terms And Conditions: 1. Delivery And Installation Of Equipment Should Be Done Upon The Completion Of The Renovation Of Compounding & Product Development Facility At The College Of Pharmacy. 2. With Installation And Calibration Free Of Charge 3. With Iq/oq/pq Documentation Pack And Qualification Tools 4. All Parts Of The Equipment And Its Accessories Must Be Identified By Part Number Or Accessory Number 5. Installation And Calibration Of The Equipment And Initial Operation By Service Engineer 6. Qualified Service Engineers Must Perform Installation Qualification (iq) And Operational Qualification (oq) With Documentation And Report 7. Operations And Service Manual Must Be Provided 8. Local Training Of At Least 2 End-user (personnel) To Operate, Troubleshoot And Maintain Equipment 9. Warranty, Parts, And Preventive Maintenance For Two (2) Years Or More 10. Provision Of Free Accessories/consumables, If Applicable 11. Certification/guarantee On Availability Of Parts, Accessories, Supplies For The Next 10 Years Or More 12. Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Installation, Testing And Commissioning 13. Bi-annual Preventive Maintenance From The Distributor's Qualified Technician During The Warranty Period 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hours For Troubleshooting And Repair Of Unit Even After The Warranty Period. Sieve Shaker Instrument Dimension: Width: 375 - 385 Mm; Depth: 375 - 385 Mm; Height: 1135 - 1145 Mm Net Weight: Maximum Weight Of 30 Kg General Specifications ● Variable-speed, Digital, Sieve Shaker, Variable-speed Option, Easy-to-use Digital Interface With An Accuracy Of 0.5% ● Can Be Used With 3", 5" And 8" Sieves ● Can Handle Up To Ten 8" Sieves, Twelve 5" Sieves, Sixteen 3" Full-height Sieves Or Eighteen Half-height 8" Sieves ● Provides A Wide Range Of Setting Inclusions: ❖ Analytical Sieves: 1. 8" Dia., No. 4 (4.75mm) Stainless Frame Stainless Mesh, 2" (50mm) Full Height Frame Standard Sieve 2. 8" Dia., No. 10 (2.00mm) Stainless Frame Stainless Mesh, 2" (50mm) Full Height Frame Standard Sieve 3. 8" Dia., No. 20 (850μm) Stainless Frame Stainless Mesh, 2" (50mm) Full Height Frame Standard Sieve 4. 8" Dia., No. 30 (600μm) Stainless Frame Stainless Mesh, 2" (50mm) Full Height Frame Standard Sieve 5. 8" Dia., No. 40 (425μm) Stainless Frame Stainless Mesh, 2" (50mm) Full Height Frame Standard Sieve 6. 8" Dia., No. 50 (300μm) Stainless Frame Stainless Mesh, 2" (50mm) Full Height Frame Standard Sieve 7. 8" Dia., No. 60 (250μm) Stainless Frame Stainless Mesh, 2" (50mm) Full Height Frame Standard Sieve 8. 8" Dia., No. 70 (212μm) Stainless Frame Stainless Mesh, 2" (50mm) Full Height Frame Standard Sieve 9. 8" Dia., No. 80 (180μm) Stainless Frame Stainless Mesh, 2" (50mm) Full Height Frame Standard Sieve 10. 8" Dia., No. 100 (150μm) Stainless Frame Stainless Mesh, 2" (50mm) Full Height Frame Standard Sieve ❖ Comprehensive Documentation Included (pdf And Hardcopies): - User Manual - Dq/qc Instrument Compliance Test Certificate - Iq Documentation - Oq Documentation - Instrument Logbook Terms And Conditions: 1. Delivery And Installation Of Equipment Should Be Done Upon The Completion Of The Renovation Of Compounding & Product Development Facility At The College Of Pharmacy. 2. With Installation And Calibration Free Of Charge 3. With Iq/oq/pq Documentation Pack And Qualification Tools 4. All Parts Of The Equipment And Its Accessories Must Be Identified By Part Number Or Accessory Number 5. Installation And Calibration Of The Equipment And Initial Operation By Service Engineer 6. Qualified Service Engineers Must Perform Installation Qualification (iq) And Operational Qualification (oq) With Documentation And Report 7. Operations And Service Manual Must Be Provided 8. Local Training Of At Least 2 End-user (personnel) To Operate, Troubleshoot And Maintain Equipment 9. Warranty, Parts, And Preventive Maintenance For Two (2) Years Or More 10. Provision Of Free Accessories/consumables, If Applicable 11. Certification/guarantee On Availability Of Parts, Accessories, Supplies For The Next 10 Years Or More 12. Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Installation, Testing And Commissioning 13. Bi-annual Preventive Maintenance From The Distributor's Qualified Technician During The Warranty Period 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hours For Troubleshooting And Repair Of Unit Even After The Warranty Period. Sonicator/ultrasonic Bath (5.7l Capacity) General Specifications Tank Size: Width: 285 - 295 Mm; Depth: 145 - 155 Mm; Height: 145 - 155 Mm Overall Size: Width: Width: 385 - 399 Mm; Depth: 305 - 320 Mm; Height: 325 - 340 Mm Maximum Weight: 6.0 Kg Tank Capacity: Exactly 5.7-l ● 40 Khz Rugged Industrial Transducers, Sweep Frequency ● With Heater (with Option For °c Or °f Temperature) ● Auto Ultrasonics Activation ● Front Panel Auto Temp Calibration ● Plastic Body & Chemical-resistant ● With Drain Functions: ● Dual Power ● Power Tracking ● Sleep Mode ● Degas Wave Modulation ● High-temp Alarm Inclusions: ❖ Comprehensive Documentation Included (pdf And Hardcopies): - User Manual - Dq/qc Instrument Compliance Test Certificate - Iq Documentation - Oq Documentation - Instrument Logbook Terms And Conditions: 1. Delivery And Installation Of Equipment Should Be Done Upon The Completion Of The Renovation Of Compounding & Product Development Facility At The College Of Pharmacy. 2. With Installation And Calibration Free Of Charge 3. With Iq/oq/pq Documentation Pack And Qualification Tools 4. All Parts Of The Equipment And Its Accessories Must Be Identified By Part Number Or Accessory Number 5. Installation And Calibration Of The Equipment And Initial Operation By Service Engineer 6. Qualified Service Engineers Must Perform Installation Qualification (iq) And Operational Qualification (oq) With Documentation And Report 7. Operations And Service Manual Must Be Provided 8. Local Training Of At Least 2 End-user (personnel) To Operate, Troubleshoot And Maintain Equipment 9. Warranty, Parts, And Preventive Maintenance For Two (2) Years Or More 10. Provision Of Free Accessories/consumables, If Applicable 11. Certification/guarantee On Availability Of Parts, Accessories, Supplies For The Next 10 Years Or More 12. Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Installation, Testing And Commissioning 13. Bi-annual Preventive Maintenance From The Distributor's Qualified Technician During The Warranty Period 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hours For Troubleshooting And Repair Of Unit Even After The Warranty Period Stereomicroscope General Specifications Instrument Dimensions: Width: 15 - 25 Cm; Depth: 20 - 30 Cm; Height: 30 - 50 Cm Microscope: ● Zoom Ratio: Around 6.0:1.0 ● Zoom Magnification: Around 0.65x To 4.5x ● Optical Components: Lead Free ● With Transmitted And Reflected Led Illumination ● With 5 Magnification Click / Zoom Stops: 0.67x, 1x, 2x, 3x, 4.5x ● Inocular Port With C-mount (built-in) ● Eyepiece 10x With Esd Capability Camera: ● At Least 6.4-megapixel Color Camera ● Imaging Sensor ● Sensor Type: Around 1/1.8-inch Color Cmos ● Shutter Type: Rolling Shutter ● Pixel Size: Around 2.4 Μm × 2.4 Μm ● Resolution: Around 3088 × 2076 (full Resolution) ● Measuring Function: Measurement Function Count, Distance Between 2 Points, Polyline, 3-point Circle, Rectangle, 3-point Angle, 4-point Angle, Perpendicular, Area And Perimeter Of Polygon, Distance Between 2 Centers, Ruler ● 60 Fps At Full Hd ● Compatible To 4k Display Inclusions: ❖ Pc System Processor: Intel Core I7 Memory: 8gb 2400 Ddr4 Hard Drive: 512 Gb Ssd Operating System: Windows 10 Mouse & Keyboard Monitor Microsoft Office ❖ Uninterruptible Power Supply (ups) ❖ Comprehensive Documentation Included (pdf And Hardcopies): - User Manual - Dq/qc Instrument Compliance Test Certificate - Iq Documentation - Oq Documentation - Instrument Logbook Terms And Conditions: 1. Delivery And Installation Of Equipment Should Be Done Upon The Completion Of The Renovation Of Compounding & Product Development Facility At The College Of Pharmacy. 2. With Installation And Calibration Free Of Charge 3. With Iq/oq/pq Documentation Pack And Qualification Tools 4. All Parts Of The Equipment And Its Accessories Must Be Identified By Part Number Or Accessory Number 5. Installation And Calibration Of The Equipment And Initial Operation By Service Engineer 6. Qualified Service Engineers Must Perform Installation Qualification (iq) And Operational Qualification (oq) With Documentation And Report 7. Operations And Service Manual Must Be Provided 8. Local Training Of At Least 2 End-user (personnel) To Operate, Troubleshoot And Maintain Equipment 9. Warranty, Parts, And Preventive Maintenance For Two (2) Years Or More 10. Provision Of Free Accessories/consumables, If Applicable 11. Certification/guarantee On Availability Of Parts, Accessories, Supplies For The Next 10 Years Or More 12. Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Installation, Testing And Commissioning 13. Bi-annual Preventive Maintenance From The Distributor's Qualified Technician During The Warranty Period 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hours For Troubleshooting And Repair Of Unit Even After The Warranty Period. Tablet Thickness And Hardness Tester General Specifications: Instrument Dimensions: Length: 255 - 265 Mm; Width: 495 - 505 Mm; Height: 255 - 265 Mm Packaging Dimensions: Length: 305 - 315 Mm; Width: 655 - 665 Mm; Height: 415 - 425 Mm Net Weight: Maximum Of 10.0 Kg Gross Weight: Maximum Weight Of 13.0 Kg ● Hardness Accuracy Better Than ±1 N ● Hardness Resolution: 0.1 N ● Thickness Testing Range: 2.00 – 45.00 Mm ● Thickness Accuracy Better Than ±0.02 Mm ● Width Testing Range: 2.00 – 45.00 Mm ● Width Accuracy Better Than ±0.02 Mm ● Diameter Testing Range: 2.00 – 45.00 Mm ● Diameter Accuracy Better Than ±0.02 Mm ● Thickness, Width & Diameter Resolution: 0.01 Mm ● Measuring Units Thickness, Width And Diameter Selectable Between Millimeter And Inches ● Hardness Selectable Between Newton, Kilopond And Strong Cobb ● Force Mode Selectable: Linear Force Increase Or Linear Speed Increase ● Deactivate Any Measurement Not Required For A Particular Test ● Instrument Housing Stainless Steel (304) ● Power 230 Volt Ac, 50/60 Hz ● Current Consumption 0.15 A At 230 V; 35 W Main Fuse 2 X T1.0 A ● Installation Requirements: Ambient Temperature 15-35 °c ● Relative Humidity: 15-80 % Rh ● Desk With At Least 50 Kg Working Load ● Fully Us Pharmacopeia <1217> Compliant ● Measure Hardness, Diameter (or Length), Width And Thickness Of Tablets ● Dual Force Mode Instrument With Linear Speed Increase And Linear Force Increase Modes ● Multiple Point Validation Procedure Built-in ● Programmable Print-out Of Force Increase Curve ● Set To Test Tension Strength Of Oblongs And Caplets Available ● Select Either Linear Force Or Linear Speed Increase (dual Mode Selection) ● Stepless Adjustment Of The Force Or Speed Increasing Rate ● Entry Of Time And Date Password Protected ● Enter A 12-digit Batch Number ● Automatic Restart Facility To Speed Up The Testing Sequence Inclusions: ❖ Documentation Of All Results Using A Separate Pcl Or Dot-matrix Printer ❖ Validation And Calibration Program For The Measurement Station ❖ Dual Point Adjustment Of The Load Cell For The Hardness Test Station ❖ Multiple Point Validation (calibration) Up To 30 Or 50 Kg ❖ Programmable Print-out Of Force Increase Curve ❖ Data Transfer Via Rs-232 Interface With Usb Port ❖ Test Program For Soft Gelatin Capsule Testing By Setting Up A Testing Distance ❖ With Password Feature And Width Measurement ❖ Standard Jaw Set To Allow Hardness Test Of All Size And Shape Samples ❖ Broken Sample Collector ❖ Comprehensive Documentation Folder Including (pdf And Hardcopies): ○ User Manual ○ Qc/dq Testing Certificate ○ Iq Documentation ○ Oq Documentation ○ Conformity Declaration ○ Instrument Logbook Terms And Conditions: 1. Delivery And Installation Of Equipment Should Be Done Upon The Completion Of The Renovation Of Compounding & Product Development Facility At The College Of Pharmacy. 2. With Installation And Calibration Free Of Charge 3. With Iq/oq/pq Documentation Pack And Qualification Tools 4. All Parts Of The Equipment And Its Accessories Must Be Identified By Part Number Or Accessory Number 5. Installation And Calibration Of The Equipment And Initial Operation By Service Engineer 6. Qualified Service Engineers Must Perform Installation Qualification (iq) And Operational Qualification (oq) With Documentation And Report 7. Operations And Service Manual Must Be Provided 8. Local Training Of At Least 2 End-user (personnel) To Operate, Troubleshoot And Maintain Equipment 9. Warranty, Parts, And Preventive Maintenance For Two (2) Years Or More 10. Provision Of Free Accessories/consumables, If Applicable 11. Certification/guarantee On Availability Of Parts, Accessories, Supplies For The Next 10 Years Or More 12. Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Installation, Testing And Commissioning 13. Bi-annual Preventive Maintenance From The Distributor's Qualified Technician During The Warranty Period 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hours For Troubleshooting And Repair Of Unit Even After The Warranty Period Tap Density Analyzer General Specifications Instrument Dimension: Width: 255 - 265 Mm; Depth: 335 - 345 Mm; Height: 555 - 565 Mm ● Test Station Capacity: 2 Cylinders ● Tapped Density Tester – Method 2, 250 Ml Cylinders ● Platform For Use With 100 Ml Cylinder ● Us Pharmacopeia Test Methods Supported ● Status Of ‘actual’ V ‘set’ Test Parameters Clearly Displayed Throughout Testing ● Resistive Touchscreen Interface Can Be Operated With Gloves On ● Calculation Of: Bulk Density Tapped Density Hausner Ratio Compressibility Index Inclusions: ❖ 100 Ml And 250 Ml Measuring Cylinder ❖ Comprehensive Documentation Folder Including (pdf And Hardcopies): ○ User Manual ○ Qc/dq Testing Certificate ○ Iq Documentation ○ Oq Documentation ○ Conformity Declaration ○ Instrument Logbook Terms And Conditions: 1. Delivery And Installation Of Equipment Should Be Done Upon The Completion Of The Renovation Of Compounding & Product Development Facility At The College Of Pharmacy. 2. With Installation And Calibration Free Of Charge 3. With Iq/oq/pq Documentation Pack And Qualification Tools 4. All Parts Of The Equipment And Its Accessories Must Be Identified By Part Number Or Accessory Number 5. Installation And Calibration Of The Equipment And Initial Operation By Service Engineer 6. Qualified Service Engineers Must Perform Installation Qualification (iq) And Operational Qualification (oq) With Documentation And Report 7. Operations And Service Manual Must Be Provided 8. Local Training Of At Least 2 End-user (personnel) To Operate, Troubleshoot And Maintain Equipment 9. Warranty, Parts, And Preventive Maintenance For Two (2) Years Or More 10. Provision Of Free Accessories/consumables, If Applicable 11. Certification/guarantee On Availability Of Parts, Accessories, Supplies For The Next 10 Years Or More 12. Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Installation, Testing And Commissioning 13. Bi-annual Preventive Maintenance From The Distributor's Qualified Technician During The Warranty Period 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hours For Troubleshooting And Repair Of Unit Even After The Warranty Period Viscometer General Specifications Instrument Dimension: Width: 255 - 265 Mm; Depth: 335 - 345 Mm; Height: 555 - 565 Mm Programming: ● Stand-alone And With Software With Lifetime Updates Touch Screen Display With The Following: ● Enhanced Controls ● Real-time Graphing ● Supports Multiple Languages Displayed Info Or Parameters: ● Viscosity (cp Or Mpa•s) ● Temperature (°c Or °f) ● Shear Rate/stress ● % Torque ● Speed/spindle ● Step Program Status ● Math Model Features: ● Accuracy: ±1.0% Of Fsr ● Displayed With Test Data ● Repeatability: ±0.2% ● Interface: Usb Pc Interface Provides Optional Computer Control And Automatic Data Collection Capability ● Standard Spindles: Rv 2-7 Spindles ● Viscosity Range: Around 100 - 40m Mpa.s ● Spring Torque: Around 0.7100 Mnm ● Accuracy (fsr): ±1.0% ● Speed Range: Around 0.01-250rpm ● Gel-timer Functionality ● Temperature Sensing Range: Around -100˚c To 300˚c ● Temperature Accuracy: ±1˚c | -100˚c To +149˚c ±2˚c | +150˚c To +300˚c ● Data Storage: 150 Mb With Date And Time Stamp File ● Input Voltage: 90 - 260 Vac ● Input Frequency: 50/60hz Inclusions: ❖ Viscosity Wizard: Built-in Math Models For Data Analysis In Stand-alone Mode. ❖ Built-in Options: ● Math Modeling ● Temperature Control ● Yield Tests ● Programmable Qc Limits, ● Alarms, End Conditions ● Gel Timer Functionality ❖ 50/50 Premix Ethylene Glycol Solution, 1 Gallon ❖ Refrigerated Bath/ Mx Controller 230v ❖ Insulated Tubing ❖ Small Sample Adapter With Rtd And Cable ❖ Digital Leveling ❖ Start-up Wizard ❖ Magnetic Coupling Attachment ❖ Barcode Scanner ❖ Ups Good For 600w ❖ Pc System Processor: Intel Core I5 Memory: 8gb 2400 Ddr4 Hard Drive: 512 Gb Ssd Operating System: Windows 10 Mouse & Keyboard Monitor ❖ Comprehensive Documentation Folder Including (pdf And Hardcopies): ○ User Manual ○ Qc/dq Testing Certificate ○ Iq Documentation ○ Oq Documentation ○ Conformity Declaration ○ Instrument Logbook Terms And Conditions: 1. Delivery And Installation Of Equipment Should Be Done Upon The Completion Of The Renovation Of Compounding & Product Development Facility At The College Of Pharmacy. 2. With Installation And Calibration Free Of Charge 3. With Iq/oq/pq Documentation Pack And Qualification Tools 4. All Parts Of The Equipment And Its Accessories Must Be Identified By Part Number Or Accessory Number 5. Installation And Calibration Of The Equipment And Initial Operation By Service Engineer 6. Qualified Service Engineers Must Perform Installation Qualification (iq) And Operational Qualification (oq) With Documentation And Report 7. Operations And Service Manual Must Be Provided 8. Local Training Of At Least 2 End-user (personnel) To Operate, Troubleshoot And Maintain Equipment 9. Warranty, Parts, And Preventive Maintenance For Two (2) Years Or More 10. Provision Of Free Accessories/consumables, If Applicable 11. Certification/guarantee On Availability Of Parts, Accessories, Supplies For The Next 10 Years Or More 12. Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Installation, Testing And Commissioning 13. Bi-annual Preventive Maintenance From The Distributor's Qualified Technician During The Warranty Period Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hours For Troubleshooting And Repair Of Unit Even After The Warranty Period
Closing Date19 Aug 2024
Tender AmountPHP 6.7 Million (USD 117.4 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|combo||tbd|n00104|tbd|tbd|tbd|tbd|tbd|tbd|tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| contractor Purchasing System Administration-basic (may 2014)|1|| authorized Deviations In Clauses (nov 2020)|2|federal Acquisition Regulation |chapter 1| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| small Business Program Representations (feb 2024)|4||||| royalty Information (apr 1984)|1|| certification Regarding Knowledge Of Child Labor For Listed End Products(feb 2021))|4||||| annual Representations And Certifications (may 2024)|13|334412|750 Employees|||||||||||| requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|email Only| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021))|7|||||||| type Of Contract (apr 1984)|1|ffp| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1|| the Reason For This Amendment Is The Add The Below Terms To This Solicitation / Resultant Contract: 1: The Government's Required Delivery Date (rdd) Is 31 December 2026 Or Earlier On All Deliveries. 2: The Following Term Applies To This Solicitation And Resultant Contract/order: "this Order �solicitation� Is Issued Under And Pursuant To The Provisions Of The Basic Ordering Agreement (boa). The Terms And Conditions Of The Boa Are Hereby Incorporated By Reference And, Except As Provided Herein By This Order �solicitation�, Remain In Full force And Effect. If Any Conflict Arises In The Terms Of This Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply." \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Heater Assembly,rad . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Heater Assembly,rad Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 5188230; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Soldering - The Requirements For Soldered Electrical And Electronic Assemblies Shall Conform To Ipc J-std-001, Class ;3; . 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Modulator . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Modulator Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 5336325; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Circuit Card Assemb Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 6166870; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Electrostatic Discharge Control - The Contractor Shall Comply With The Electrostatic Discharge Control Requirements Established In Mil-std-1686. 3.5 Soldering - The Requirements For Soldered Electrical And Electronic Assemblies Shall Conform To Ipc J-std-001, Class ;3; . 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Circuit Card Assemb Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 5543728; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Supply,electric . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Supply,electric Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;15090 6309885; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Radar Set . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Radar Set Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 6170342; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Circuit Card Assemb Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 6570452; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cable Assembly,spec . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Cable Assembly,spec Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 7044468; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Ot
Closing Date5 Dec 2024
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

United States
Details: The Baltimore Medical Center And The Loch Raven Medical Center's Clc Is Conducting This Sources Sought To Identify Contractors Who Possess Capabilities To Provide The Services Described In The Statement Of Work Below. As Permitted By The Far Part 10, This Is A Market Research Tool Being Utilized For The Informational And Planning Purposes. Your Responses Will Assist The Government In The Development Of Its Acquisition Strategy. Response Is Strictly Voluntary It Is Not Mandatory To Submit A Response To This Notice To Participate In Formal Rfq Process That May Take Place In The Future. However, It Should Be Noted That Information Gathered Through This Notice May Significantly Influence Our Acquisition Strategy. All Interested Parties Will Be Required To Respond Separately To Any Solicitation Posted As A Result Of This Sources Sought Notice. Respondents Will Not Be Notified Of The Results Of The Evaluation. We Appreciate Your Interest And Thank You In Advance For Responding To The Sources Sought. This Service Will Be Implemented Using The North American Industry Classification System (naics) Code 221310. If A Small Business Is Interested In This Procurement, They Must Provide At Least 51 Percent Of The Services Rendered. Notes All Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Only To Jennifer.elkins2@va.gov. Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted. Responses To This Sources Sought Notice Must Be Received No Later Than January 22, 2024 At 3:00 P.m. (eastern Standard Time). This Sources Sought Notice May Or May Not Assist The Va In Determining Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice. Disclaimer This Rfi Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi. Statement Of Work Secondary Domestic Water Treatment Baltimore And Loch Raven Medical Center The Va Is Soliciting Proposals From Qualified Contractors For Secondary Water Treatment Systems At Two (2) Facilities, The Baltimore Medical Center And The Loch Raven Medical Center's Clc. This Solicitation Is, For The Lease And Operation Of These Systems. The Period Of The Lease And Operation Shall Be For A Base Year And Four (4) Option Years. Included In The Scope Of Work Of The Lease And Operation Of The Secondary Water Systems Are The Following: Providing, Installing, Starting Up, Maintaining And Operating The Secondary Water Treatment Systems According To The Guidelines And Requirements Of The Maryland Department Of The Environment (moe). Also Included In The Scope Of Work The Contractor Shall Support The Va's Activities Related To Permitting And Licensing Of Those Systems. The Biocide The Contractor Shall Use At Both Sites Shall Be Approved By The Epa And Listed As An Approved Biocide In Va's Directive 1061, Dated August 13, 2014. For This Proposal The Contractor Shall Provide A System That Generates The Biocide On-site. The Use Of Chlorine Gas For The Generation Of The Biocide Shall Not Be Permitted. The Va Has Taken A Position That No Level Of Detectable Growth (cfu S) Of Legionella Is Acceptable In The Domestic Cold And Domestic Hot Water Systems. It Is The Va's Expectation That After A Secondary Water Treatment System(s) Is Installed And Has Been Operating Properly For A Period Periodic Legionella Testing Will Have Zero (0) Legionella Growth In The Domestic Cold And Domestic Hot Water Systems. For This Proposal The Contractor Is Free To Select Any Of The Approved Biocides For The Secondary Water Treatment Systems. This Proposal Is For The Installation Of A Secondary Water Treatment System On The Domestic Cold- Water System At Both Facilities. The Va Is Not Specifically Requesting A Secondary Water Treatment System On The Domestic Hot Water System. However, If The Contractor Does Not Have Total Confidence In The Secondary Water Treatment System, They Propose For The Cold Water System That It Will Be Effective To Achieve The Va's Goal Of Zero (0) Growth Of Legionella In The Domestic Hot Water System, They Are Encouraged To Include In Their Proposal An Additional Secondary Water Treatment System On That System. The Results Of Periodic Testing Of The Cooling Towers, At Baltimore, For Legionella Will Not Have Any Impact On This Proposal / Contract. If The Periodic Testing Of Either The Va's Domestic Cold Or Domestic Hot Water Systems Has Any Detectable Level Of Growth, The Va Will Consider This As The Secondary Water Treatment System Is Not Producing The Desired Results. The Va Will Then, At No Additional Cost, Expect The Contractor To Remediate The Area(s) With The Positive Test Results, Within Two (2) Calendar Days After Being Notified Of The Results. The Va Will Retest The Area. If The Retested Areas Test Positive, According To The Vamhcs Guidelines The Contractor Shall Again Remediate The Area, Within 2 Days. This Testing / Remediation Cycle Shall Continue Until There Are Satisfactory Test Results, According To The Vamhcs Guideline. If The Secondary Water Treatment System Does Not Achieve The Va's Goal Of Zero Level Of Detectable Growth For Consecutive Three Quarters, For The Initial Legionella Testing, The Va May, At Their Sole Discretion, Direct The Contractor Of Install Another Secondary Water System That Uses Another Approved Biocide, Without Any Cost To The Va. That Biocide Shall Also Be Approved By The Va's Directive 1061. The Selection Will Be The Sole Responsibility Of The Contractor. The Equipment Must Be Nsf/ansi 61 Certified The Contractor Shall Document, In Their Proposal That They Have Successfully Licensed And Operated Secondary Water Treatment Systems, In The State Of Maryland, Within The Past 5 Years. The Contractor Shall Include The Following: The Name Of The Facility The Facility's Address Mde Permit Number The Biocide Used Custom's Name And Contact Information Mde's Point-of-contact For Facility Customers. The Date Time The Contractor Was Awarded The Po For The Secondary Water System The Date The Mde Issued The License / Permit To Operate The System The Contractor Shall Include In Their Proposal A Copy Of The Current Mde Class 1 Water Plant Operators' Certification Of Any Individuals Who Will Be Assigned To Operate The System Being Bid On. Because These Systems Operate 24/7, The Va Has An Expectation That The Contractor Has The Resources For More Than One Person Who Meets The Moe Requirements To Operate The Systems Being Bid On. For Purposes Of This Proposal The Contractor Shall Assume That The Baltimore Medical Center And The Loch Raven Clc Consumes Approximately 115,000 Gallons/ Day And 15,000 Gallons/ Day, Respectively. The Actual Amount Of Water Used At Each Site Daily Will Vary Substantially From These Amounts. The Systems Proposed For Each Site Should Be Able To Compensate For Continuous Changes In Water Usage. The Secondary Water Treatment Systems Will Remain The Property Of The Contractor. The Contractor Will Operate And Maintain The System/ Equipment During The Period Of The Contract. The Contractor Shall Be Responsible For All Chemicals, Consumables, Testing Materials And Any Third Party Testing Necessary To Comply With The Moe's Requirements. The Contractor Shall Provide Necessary System Data In The Form And Format Required By The Moe To Comply With Their Permitting, Licensing And Ongoing Reporting Requirements And Meet The Moe's Deadlines. Should The Moe Change Their Reporting And/ Or Testing Requirements, At Any Time During The Contract Period, The Contractor Shall Comply With The New Requirements Without A Contract Modification. The Va Will Address Contract Modification At The Time The Next Option Year Is Exercised. There Will Not Be Any Contract Adjustments I Modifications For Changes In Regulatory Requirements During The Period Of The Existing Po. The Intent Of This Of This "scope Of Work'' Is To Outline The General Requirements Of The Secondary Water Treatment System And The Va's Expectations On The Effectiveness Of The System(s). It Is The Intent Of This Proposal That The Vendor Will Provide A Fully Functioning And Operational Turnkey System(s) That Will Meet Or Exceed The Requirements Of The Mde. The Contractor Will Work With The Va To Assure That The Moe's, And The Va's, Licensing, Permitting And Reporting Requirements Are Met In A Timely Manner. All Contacts And Correspondence With Respect To The Va's Permitting, Licensing, And Reporting Activities Shall Be Coordinated With And Thru The Va's Designated Point-of-contact. The Contractor Shall Not Contact The Moe, With Respect To Any Va Secondary Water Treatment System Issue, Without The Specific Approval Of The Va Cor Or Authorized Representative. The Vendor Will Work With Designated Members Of The Va' S Staff And Its Contractors To Develop The Necessary Drawings, Policies, Procedures, And Reporting Forms Etc. Necessary To Obtain And Maintain The Moe's Permits And/ Or Licenses For A Secondary Water Treatment At Both Medical Centers. The Vendor Should Be Aware That The Licensing Activities At Each Medical Centers' Secondary Water Treatment System Is Independent Activities, Without Any Relationship With Each Other. There May Be Several Months Between The Installation Of Each System. The Vendor Should Be Aware That The Pipes At The Baltimore Facility Have A Substantial Amount Of Build-up Of Material On The Inner Walls. It Should Not Be Assumed That An Ultrasonic Flowmeter Will Operate Properly At That Facility. The Contractor Will Provide Training On The Operation, Testing And Reporting Of The Secondary Water System Who Are Designated By The Va. These Members Of The Va Staff Will Not Operate The Equipment, Perform Any Maintenance Or Perform Routine Tests. The Intent Is That They Become Familiar With The System So That They Can Recognize Early Signs Of Potential Problems With The System. Va Supplied Items. The Va Will Provide At Each Location Up To Two (2) 20-amp 120v Electrical Circuits. The Circuits Will Be Part Of The Emergency Power System. These Electric Circuits Are Tested Periodically. During A Normal Test Power Will Be Interrupted In The Circuit For Up To 20 Seconds. Any Electrical Equipment Of The Secondary Water Treatment System Shall Have The Ability To Automatically Restart After A Loss Of Power, Without Any On- Site Human Action. If Restarting The System Or A Component Of That System Requires Human Action The Vendor Shall Provide A Suitable Uninterruptable Power Supply (ups) Devise That Will Power The System During The Power Disruptions And Until A Representative Of The Vendor Can Place The System In A Safe State Of Operation. The Va Will Install Two Piping Connections On The Incoming Water Supply And Domestic Hot Water System, At Each Facility, One For The Injection Of The Biocide And The Other For The Sampling Of The Biocide. The Location Of These Connections Will Be Determined By The Contractor. Any Additional Connections On The Existing Pipe For The Operation Of The Systems Shall Be The Responsibility Of The Contractor. The Contractor Shall Be Provided A Space At Both Baltimore And Loch Raven, Not To Exceed 36 Wide X 24 Deep And 72 High, For The Storage Of Supplies. The Contractor, At Their Expense, Be Allowed To Provide Storage Shelves For Spare Parts And Consumables, At Each Location. Although The Area Will Be In A Secure Room The Va Will Not Be Responsible For Any Material That Becomes Loss. The Location For The Secondary Water Treatment Of The Incoming Water At Baltimore Will Be In The Booster Pump Room Ba-115, The Secondary Water Treatment For The Baltimore S Domestic Hot Water System, If Installed, Shall Be On The 7th Floor Near The Hot Water Heaters. The Secondary Water Treatment Equipment For Loch Raven S Domestic Cold And Hot Water Will Be In The Clc S Mechanical Room On The Basement Level. The Secondary Water Treatment Equipment At Loch Raven May Have To Be Relocated To Another Location Within The Same Room Within The Period Of The Base Year Contract. The Contractor Should Factor This Cost Into Their Proposal. System Requirements The System Shall Meet The Following: The System Shall Generate The Biocides On Site. The Equipment Shall Conform In All Respects To A High Standard Of Design, Engineering And Workmanship And Shall Be Capable Of Performing The Required Duties In A Manner Acceptable To The Va. The Operation Of Biocide Generator Shall Be Completely Automatic And Monitored In A Manner That Complies With The Moe Requirements. The Contractor Shall Support Any Requests For Technical Assistance From The Va For Permitting And Licensing Activities For The Secondary Water Treatment System. Any Chemicals Used To Generate The Biocides Shall Be Delivered And Transferred To The System Storage Tanks In A Manner That Approved By The Va S Safety Department. Biocides Shall Continuously Be Injected Into The Water Being Treated. The Intent Is To Maintain For Chlorine And Or Monochloramine A Residual Free Chlorine Concentration Of 1.0 And 2.0 Ppm Or In The Case Of Chlorine Dioxide Free Residual Chlorine Dioxide Concentration Of 0.2 0.6 Ppm In Water Being Distributed Within To The Respective Facilities. The Injection Of The Biocide Shall Be Automatically Controlled Based On The Signal Received From An Appropriate Analyzer. All Chemical Storage Tanks Shall Have Automatic High And Low Level Cut Off. The Secondary Water Treatment System Shall Have Appropriate Leak Detection System. There Will Be Engineered Safeguards That Will Stop The Secondary Water Treatment System In Case Of Water Supply To The Generator Stops, If The Chemical Supply/ Injection Pumps Stop. There Will Be Local And Remote Notifications. There Shall Be A Local Emergency Switch, For Each System, That Will Tum The System Off In Case Of An Emergency. Generator Must Be Equipped With Systems To Measure The Reagents And Diluting Water. These Systems Must Be Able To Shut Down The System In Case Any Of The Supplies Are Cut Off. The Contractor Shall Provide The Necessary Piping, Valves, Instruments, Controls & Interlocks With The Systems For Auto Operation And Remote Operation And Control. The Secondary Water System Shall Be Certified To Nsf/ansi 61 Chlorine Gas Shall Not Be Used To Produce Any Biocide. All Equipment Shall Be In A Spill Containment Devise. The System Shall Have 24/7/365 Remote Access Using Cellular Technology. The Va Shall Access To The On- Line Data So That It Can View Current Operating Parameters, Review Historical Data And Download Reports. The Data Shall Include The Following: Incoming Water Free Chlorine (ppm) Incoming Water Total Chlorine (ppm) Incoming Water Pressure (psi) Incoming Water Temperature (f) Incoming Water Flow (gpm) Free Chlorine Dioxide I Free Chlorine Being Distributed To The Facility (ppm) Monitor Of The Tank Levels Of The Precursor Chemical Tanks Incoming Water Ph Ph In The Chlorine/ Monochloramine / Chlorine Dioxide Supply (dosing) Line Incoming Water Dissolved Solids Flow On All Chemical Feed Lines, Dilution Water Lines, Chlorine / Monochloramine / Chlorine Dioxide Solution Lines. The Biocide Generator Shall Have A Controller That Controls The Rate Of Production To Assure That It Is Within A Safe Range, As Well As A Method To Remotely Shut Off The Unit Safety, If Necessary. Service Agreement The Contractor Shall Inspect On Site, At Least Every Month, To Ensure The System Is Functioning Properly. The Contractor Shall Provide A Service Report Stating The Equipment That Was Inspected And Any Deficiencies. The Contractor Shall Provide, Deliver And Set Up All The Chemicals And Consumables Required To Maintain The Specific Concentrations. The Vendor Shall Provide A Monitoring System Operation 24/7 With Remote Monitoring And Functionality For Trouble Calls 24/7. The Vendor's Technicians Are Required To Service The Unit On A 24/7 Basis Within 2 Hours Of Notification By The Va Or The Remote Monitoring Location. The Equipment Shall Remain The Property Of The Vendor During The Period Of The Contract. The Vendor Will Maintain The Secondary Water Treatment Equipment In Accordance With The Manufactures' Suggested Preventative Maintenance Schedule. At The Time The System Is Started-up The Contractor Shall Provide The Va With Documentation On The Manufactures' Suggested Maintenance Program For The Various Pieces Of Equipment. Should A Piece Of Equipment Fail, For Any Reason, The Vendor Shall Take Necessary Action To Repair / Replace The Item To Return It To Full Service As Soon As Possible. The Vendor Shall Provide A Daily Status Of The Systems' Operation. This Report Shall Include A Daily Report On The Operational Status Of Each System Including Any Issue Impacting The System's Operation. Included In The Report Will Be The Estimated Completion Date Any Repairs As Well As Any Other Upcoming Activities, I.e. Testing And Upcoming Maintenance Activities. Testing Equipment To Be Provided The Va The Contractor Shall Provide Va Two Biocide Testing Devices, One For Baltimore And One For Loch Raven. The Testing Equipment Shall Be Identical To The Type That The One That The Contractor Uses For Periodic Testing Of The Biocide Concentration. The Contractor Shall Provide The Va The Equipment, For Each Site, At The Time The System Is Permitted By The Mde. Va's Expectations For Secondary Water Treatment System Effectiveness. The Va's Expectation Is That There Will Be Zero (0) Detectable Growth Of Legionella In Both The Domestic Cold-water And Domestic Hot Water Systems. If There Is Detectable Growth, As Documented By The Periodic Testing, The Contractor Shall Remediate The System, Which Tested Positive For Legionella, Within 2 Calendar Days After Being Notified Of The Positive Results. The Remediation Shall Be Between 2.0 Ppm And Not To Exceed 4.0 Ppm Of Free Chlorine. The Concentration Shall Maintain This Concentration For One Hour. Chlorine Is The Only Acceptable Biocide For Remediation According To The Va Directive 1061. Thermal Eradication Is Not An Acceptable Option At Either Baltimore Or Loch Raven Clc. If The Contractor Recommends/ Requires Remediation At A Concentration Level Higher Than 4.0 Ppm The Contractor Shall Give The Va Prior Notification As Well As Provide A Safety Plan To Assure Patient And Staff Safety. If The Secondary Water Treatment System Does Not Achieve The Va's Zero Level Of Detectable Growth For Three Consecutive Quarters, For The Initial Legionella Testing For Each Period/quarter, The Va Shall Have The Right To Direct The Contractor To Use Another Biocide, Approved By The Va In Directive 1061, Without Any Cost To The Va. That Biocide Shall Be Approved By The Va's Directive 1061 And The Selection Will Be The Sole Responsibility Of The Contractor. If It Is Determined, Through The Va' S Internal Investigative Process That A Patient/ Staff Or Visitor Has Developed Healthcare-associated Legionella, At Either The Baltimore Or Lock Raven Clc That Is Attributed To The Domestic Cold Or Hot Water; The Va Reserves The Right To Direct The Contractor To Remediate The Facility Within 24 Hours And To Replace The Secondary Water Treatment System With A Different Biocide, Selected By The Va, At No Additional Cost To The Va. , Bid Items: Support Of Va's Loch Raven Permitting And Licensing Activities. Support Of Va's Baltimore Permitting And Licensing Activities. Provide, Install, Startup Loch Raven Secondary Water System. Provide, Install, Startup Baltimore Secondary Water System. Monthly / Annual Cost To Operate And Maintain A Secondary Water System At Loch Raven In A Manner To Comply With The Requirements Of The Moe. Monthly / Annual Cost To Operate And Maintain A Secondary Water System At Baltimore In A Manner To Comply With The Requirements Of The Moe. The Proposal Shall Be Evaluated Shall Be Based On: The Contractor's Demonstration Of Number Of The Systems That They Have Assisted In Permitting And Licensing, Within The Past 5 Years. 25% The Length Of Time That The Contractor Has Taken To Obtain A Permit/ License From The Moe, Within The Past 5 Years. 20% The Evaluations Of The Contractor's Clients On The Manner And Performance Of The Secondary Water System. 20% Input From The Moe On The Contractor's Performance Of Their Timeliness And Compliance Of The Reporting Requirements Of Operating Secondary Water Treatment Systems That They Operate. 20% The Cost Of The Monthly / Annual Of Operating The Secondary Water Treatment System. 15%.
Closing Date22 Jan 2024
Tender AmountRefer Documents 

University Of The Philippines Tender

Healthcare and Medicine
Philippines
Details: Description Supply Of Various Laboratory Equipment For The Project, Project 2: Establishment Of Pharmaceutical Sciences Services For Clinical Research Chemical Storage Cabinet General Specifications: - Internal Volume: 440 To 450 L - Dimensions Interior (w X D X H): 20-22 X 17-19 X 66-68 Inches - Dimensions Exterior (w X D X H): 24-26 X 20-22 X 73-75 Inches - Can Put 3 To 6 Shelves Inside - Can Put 4 To 7 Trays Inside - Maximum Load Per Shelf Is 50 Kg Or More - Made With Corrosion-resistant Interior Material - With Built-in Ventilation Hole - Compatible With Extraction Module As Filter Inclusions: - 3 Shelves - 4 Corrosion-resistant Pp Trays - 1 Extraction Module Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila And Setup, Which Should Be Done Within 90-120 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Operational Qualification With Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Safety Cabinet For Corrosives General Specifications: - External Dimensions (w X D X H): 680-687 Mm X 700-705 X 2045-2055 Mm - Can Put 4 Trays Per Section - Tray Capacity Per Volume Of Bottle: - Each Tray Can Fit 9 Bottles With 2.5-4l Volume Capacity - Each Tray Can Fit 12 Bottles With 2.0l Volume Capacity - Main Body Is Made Of Industrial-grade Electro-galvanized Steel - Trays Are Made Of Polypropylene Material - Door Should Be Made With Powder-coated Electro-galvanized Steel With 6 Mm Thick Acrylic Window And A Lockable Swing Handle - With Voc Sensor And Alarm - Power Requirements: 220-240 Vac, 50-60 Hz, 1 Phase Power Supply - Uses A Microprocessor-based Control System - With Airflow Monitoring Via An Easy-to-read Lcd Panel Inclusion: - 1 Compatible Avr Per Unit - 1 Activated Carbon Filter Per Unit Features: - Has Dual Filtration System (main Filter Uses Activated Carbon Filter And Secondary Filter Is Hepa Filter) - With Antimicrobial Powder Coating - With Door Safety Lock Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila And Setup, Which Should Be Done Within 90-120 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Operational Qualification With Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. Multi-position Hotplate Stirrer General Specifications: - 6 Position Hotplate Stirrer - Independent Heat And Stirring Control For Each Plate - Heat Up To 380°c - Electronically Controlled Stirring From 60 To 150 Rpm - Durable Bearing Type Motor - Ceramic Coated Stainless Steel Top Plate - Each Plate Dimension Is 180 Mm X 180 Mm - Has Anti-corrosive Powder-coated Steel Body - Uses An Electronic Solid-state Controller - Temperature Range: Ambient +5°c To 380°c - Motor Is Heavy Duty Bearing Operated Shaft - Electric Supply: 220v 50/60 Hz Inclusions: - Cylindrical Magnetic Stirring Bars Of Different Sizes: - 6 Pieces; Size Of Approximately 0.31 In. Diameter And 2 In. Length - 6 Pieces; Size Of Approximately 0.125 In. Diameter And 0.5 In. Length - 6 Pieces; Size Of Approximately 0.31 In. Diameter And 1.61 In. Length - 6 Pieces; Size Of Approximately 0.31 In. Diameter And 1 In. Length Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila And Setup, Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. Price Should Be Inclusive Of All Applicable Taxes 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Ultralow Freezer General Specifications: - External Dimensions (w X D X H): 665-675 X 878-885 X 1835-1845 Mm - Internal Dimensions (w X D X H): 485-495 X 595-605 X 1225-1235 Mm - With Total Capacity Of 360 Liters Or More - Temperature Control Range Is From -50 To -86°c In 1° Increments - Has A Microprocessor Controller With Non-volatile Memory - Has Lcd Touch Screen Display - Uses Pt-1000 As Temperature Sensor - Has Independent Dual-cooling Refrigeration System With 2 Compressors At 1100 W - Uses Hfc Mixed Refrigerant - Uses Puf/vip Plus As Insulation Material With 80 Mm Thickness - Has 1 Outer Door With Lock - Has 2 Inner Doors - Has 3 Stainless Steel Shelves Inside With A Maximum Load Of 50 Kg - With 2 Vacuum Release Ports (1 Automatic, 1 Manual) - With 3 Access Ports: 1 At The Back And 2 At The Bottom - Has 4 Casters (with 2 Leveling Feet) - Has Visual, Buzzer, And Remote Alarm For Power Failure, High Temperature, And Low Temperature - Has Visual And Buzzer Alarm If Door Left Open - Filterless Design - Power Supply: 230v - Noise Level: 50 Dba Inclusions: - Compatible Avr - Compatible Liquid Co2 Back-up (with Filled Tank) - Cryosafety Gloves - Ice Scraper Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Installation, Which Should Be Done Within 90-120 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Installation Qualification And Operational Qualification With Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Safety Shower And Eyewash General Specifications: - Eyewash Bowl And Shower Head Diameter: 255-265 Mm - Dimensions Of Assembled Station: 295-305 Mm X 845-855 Mm X 2375-2385 Mm - Pipe Wall Thickness: ~2.5 Mm - Work Pressure: 0.2~0.6 Mpa (2~6 Bar) - Eye Wash Flow: >11.4l/min (3 Us Gallon) - Shower Flow: >75.7l/min (20 Us Gallon) - Working Temperature Range From 5-35°c - Shower Should Be Operated Using A Pull Rod Lever - Eyewash Should Be Operated Using A Flag Handle Switch Valve And/or Foot Pedal Switch Valve - Floor Mounted Using Expansion Bolt - All Parts Should Be Made From High-quality 304 Stainless Steel (except For Eyewash That Can Include Abs Plastic) - With 12-month Rust-free Warranty - Should Be Ansi Z358.1-2014 (us Standard) Certified Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Installation To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 90-120 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Installation Qualification And Operational Qualification With Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Accessories Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Nitrogen Evaporation System General Specifications: - Ambient Temperature Range Is From +5°c To 120°c - Microprocessor Digital Pid For Temperature Control With Increments Of 0.1°c - Has Heating Temperature Method - With Touch Buttons And Led Display For Operating Panel - Manifold Size (w X D X H): 128-132 X 108-112 X 28-32 Mm - Flow Rate For Each Nozzle Control (20ea) - Has A Pinion Motion Stand - With Flow Control Valve To Serve As Connecting Port - Block Capacity: 2 Blocks (bl X 2ea) - Block Dimensions (w X D X H) Is 108-112 X88- 92 X 43-47 Mm - Overall Dimensions (w X D X H): 308-312 X248-252 X 433-437 Mm - Each Nozzle Exhaust System Should Be Contamination Free Inclusions: - 2 Blocks Of 1.5 Ml Microtube X 20 Holes With Ø11 Mm - 2 Blocks Of 10 Ml Tube X 20 Holes With Ø13 Mm - 2 Blocks Of 15 Ml Tube X 20 Holes With Ø16 Mm - 1 Filled Nitrogen Tank With Appropriate Connectors Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Hot Wire Anemometer With Sd Card Logger General Specifications: - Can Read The Following Units Of Measurements: - Ft/min: 40 To 3940 - Km/h: 0.4 To 38.8 - Mph: 0.2 To 25.0 - Knots: 0.7 To 72.0 - M/s: 0.5 To 44.7 - Type K: -50 To 1300°c - Type J: -50 To 1100°c - Air Temp: 0 To 5°c - Handheld Size But With Comes With A Fold-out Tripod - With Low Battery Indicator - With Hold Function - Has Auto Power Off Feature - With Backlit Lcd Inclusions: - Soft Carrying Case - Detachable Probe - 6 Aa Batteries - Instruction Manual - Sd Card With 32 Gb Memory Or More Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And/or Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 6. The Equipment Must Be Delivered And Ready To Use. Connectors, Adapters, And/or Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 7. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 8. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 9. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 10. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 11. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 12. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 13. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 14. Provide Operator’s And Service Manual (in English) Upon Delivery. 15. Price Should Be Inclusive Of All Applicable Taxes. Refrigerated Centrifuge General Specifications: - Speed - Maximum Speed Is 18,000 Rpm (in 100-rpm Increments) - Maximum G-force Is 29,000 X G Or Higher - Actual Rotor Speed Should Only Be ± 50 Rpm Of Set Speed - Displayed Speed Should Be Actual Rotor Speed In 100-rpm Increments Or In Rcf - Time - Can Set Time Up To To 9:59 (h:min) Or Set In Continuous Mod - Has Hold And Pulse (short Run) Options - Time Is Either Displayed– Time Remaining In Run (timed Run ± 1 Min Accuracy) Or ∞ And Elapsed Time (continuous Run) - Temperature - Temperature Can Be Set From -20 To +40°c (in 1°c Increments) - Temperature Control (after Equilibration) Is At ± 2.5°c Of Set Temperature - Temperature Display (after Equilibration) – Chamber Temperature In 1°c Increments - Operating Range Is From 2 To 40°c - Ambient Temperature Range Is From 10 To 35°c - With Cfc-free Refrigeration System - Has 10 Acceleration And Deceleration Profiles - Mechanical And Electrical Requirements - Unit Should Weigh <80 Kg - Requires A Maximum Of 3 In. Clearance On All Sides - Noise Level 3 Ft In Front Of Instrument Should Be <68 Dba - Dimensions: Width Is 50 Cm Or Less, Depth Is 75 Cm Or Less, Height When Door Is Closed Should Be 40 Cm Or Less, Height When Door Open Should Be 82 Cm Or Less - Maximum Heat Dissipation Into Room Under Steady-state Conditions Should Be 3311 Btu/h (0.97 Kw) Or Less - Electrical Requirements: 220-240 Vac, 6.2 A, 50-60 Hz - Class I Electrical Supply Inclusions: - Compatible Avr - Fixed Angle Aluminum Rotor For 50 Ml Tubes - Fixed-angle Conical Tube Aluminum Rotor For 15 Ml Tubes - Biocontainment Aluminum Rotor For 2.0 Ml Tubes - Swinging Bucket Aluminum Rotor For Microplates And Deep Well Microplates Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Installation To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Emergency Response Kit General Specifications: - Contains A Portable Spill Kit And First Aid Kit - The Portable Spill Kit Should Include The Following Items Packed In A Reusable Bag With Shoulder Strap - 32 Pcs Of 15 In. X 17-19 In. General Purpose Pads - 5 Pcs Of 3 In. X 4 Ft. Universal Socs - 1 Pc Of 18 In. X 18 In. Universal Absorbent Pillows - 1 Pair Of Nitrile Gloves - 2 Disposable Bags - 1 Pc Of Goggles - 1 Instruction Sheet - The First Aid Kit Should Include The Following Items Packed In A Bag With Handle - Gauze Pad 3x3 Inches (at Least 2pcs) - Gauze Pad 4x4 Inches (at Least 2pcs) - Gauze Bandage 3x10 Inches - Elastic Bandage - Triangular Cotton Bandage - Facemask - Aluminum Whistle - Alcohol At Least 60 Ml - Adhesive Bandage Strip (at Least 10pcs) - Povidone Iodine Pads (at Least 4pcs) - Alcohol Applicator Pad (at Least 10pcs) - Povidone Applicator Stick (at Least 5pcs) - Rubber Tourniquet - Cpr Barrier - Thermal Blanket - Surgical Tape - Burn Ointment - Instant Ice Pack - Tweezers - At Least 10 Pcs Of Safety Pins - Pocket Flashlight - Scissors Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. Supplier Will Provide A Notarized Certificate Indicating That The Items Included Are Brand New And Not Reconditioned/refurbished. 3. Comes With Free Delivery To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of The Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Help Unpack The Bags To Ensure That All Items Are Included Inside And Are In Good Condition. 5. Price Should Be Inclusive Of All Applicable Taxes. Laboratory Water Bath General Specifications: - Dimensions (w X L X H) Are 68-72 X 33-37 X 24-28 Cm - Filling Volume Is Maximum Of 20l - Usable Immersion Depth Is Maximum Of 18 Cm - Bath Tank Is Made Of Stainless Steel - Usable Bath Opening Is At Least (w X L / D) Is 50 X 30 / 18 Cm Features: - Has Shaking Feature - Shaking Frequency (linear) Is 20 To 200 Rpm - Shaking Stroke Is At 15 Mm - Has Temperature Control - Uses Pid1 Microprocessor Temperature Control - Temperature Display Is Led - Has Keypad For Temperature Setting - Working Temperature Range Is At 20 To 100 °c - Temperature Stability Is At ±0.2 °c - Ambient Temperature Ranges From 5 To 40 °c - Splash-proof Design - Warning And Cut-off Protection For High/low Temperature - Comes With Bath Drains At The Bottom Portion Of The Unit - Electronic Timer For Setting The Running Time From 0:01 To 9:59 (h:min) - Has Removable Shaking Carriage - Provides Dry-running Protection With Audible And Optical Alarm - Has Removable Platform For Full Immersion Of The Sample Containers - Has Atc3 (absolute Temperature Calibration) 1-point-calibration - Has High-temperature Stability Inclusions: - Lift-up Cover - Basic Tray For Assembling Erlenmeyer Flasks From 25 To 1000 Ml Including Spring Clamps - Compatible Test Glass Insert 16/17 Mm Ø For 50 Test Tubes - Compatible Test Glass Insert 30 Mm Ø For 21 Test Tubes Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Vortex Mixer And Accessories General Specifications: - Mixing Frequency Ranges From 300-3000 Rpm - Dimensions (w X D X H) Should Be Less Than 22 X 32 X 15 Cm - Weighs Less Than 7 Kg - Ø Of Mixing Orbit Is 3 Mm - Has A Timer That Ranges From 15 Sec To 99:30 Hours And Capable Of Continuous Mode - Has Mix Control, Anti-spill Technology, Short/interval Mix, Time/temp Mode, And Pause Function - Can Accommodate Various Sample Vessels And Plate Formats From 5 Μl To 50 Ml - Temperature Ranges From 15 °c Below Rt Up To 100 °c - Capable Of Heating, Mixing, And Cooling Accessories Included: - Compatible Holder For Microtiter Plates And Deep Well Plates With Suitable Lid/cover - Compatible Holder For 1.5 Ml Microtubes - Compatible Holder For 15 Ml Conical Tubes Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Ultrasonic Waterbath General Specifications: - Tank Capacity Is 9.5 L With The Following Dimensions (l X W X D) 11-13 X 9-11 X 5-7 Inches - Overall Size Of The Equipment Should Be Around (l X W X D) 15-17 X 15-17 X 14-16 Inches - Frequency Should Be At 40 Khz - Needs To Have A Drain - Comes With A Cover - Has 40 Khz Rugged Industrial Transducers With Sweep Frequency - With Heater That Heat Up To 69°c - Has A Dual Power And Power Tracking - Has A Sleep Mode - Capable Of Degas Wave Modulation And Auto Ultrasonics Activation - Has High Temperature Alarm - Front Panel Auto Temp Calibration - Body Is Made Of Chemical-resistant Plastic Inclusions: - Compatible Perforated Tray - Compatible Mesh Basket - Compatible Beaker Positioning Cover - Compatible Solid Insert Tray - Compatible Support Rack Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories And Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-user And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide A Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Laboratory Refrigerator General Specifications: - External Dimensions Measure 708-802 X 463-467 X 1088-1092 Mm (w X D X H) - Internal Dimensions Measure 718-722 X 298-302 X 723-727 Mm (w X D X H) - Volume Capacity Is 150 Liters Or More - External Cabinet Is Made With Galvanised Steel With Baked-on Finish - Internal Cabinet Is Made With Stainless Steel - Has Sliding Glass Doors Made With Double-glazing Glass And Heat-reflective Film - The Shelves Are Made Of Hard Steel Wire - Insulation Material Is Polyurethane Foam - Has Hfc Refrigerant - Has Led/2 Casters For Lighting - Mechanical Components Are As Follows: - Access Port: Ø30 Mm On Back Wall - Compressor: Hermetic Type, 90w - Evaporator: Fin & Tube, Forced-air Circulation - Condenser: Wire & Tube - Defrosting: Cyclical Defrosting And Evaporator Temp. Detection System - Defrosting Heaters: 87w - Temperature Control Ranges From 2 To 14 °c - Temperature Is Displayed Digitally With 1°c Increments When Adjusted - Unit Should Have An Alarm System To Indicate Changes In The Set Temperature Value - Unit Should Have Buzzer And/or Door Ajar Lamp - Rohs Compliant Inclusions: - With Compatible Avr Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Installation To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 90-120 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And/or Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Installation Qualification And Operational Qualification With Documentation And Report. 7. The Equipment Must Be Delivered Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories And Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-user And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide A Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least 2-year Warranty On Parts And Services. Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Water Filtration System With Vacuum Pump General Specifications: - All-in-one Filtration System - Has Vacuum Source With Filtration Apparatus - Oil-free - With Vacuum Regulator And Thermal Protection - Chemical Resistant - Has Maximum Vacuum Of 99 Mbar Abs. - Has Maximum Flow Rate Of 20l/min - Noise Level Is At 50 Db - Hose Barb Size Is Id8 (5/16 Inch) - Dimensions (l X W X H): 32-36 X 22-26 X 28-32 Cm - Electrical Data Are As Follows: - Max Power: 60w - Max Current: 0.3a - Comes With 2 Sets Of Glass Filtration Apparatus With The Following Specifications: - Funnel And Support Base Is Made Of Borosilicate Glass - Funnel Capacity Is 300 Ml - Membrane Support Is Made Of Sintered Glass - Clamp Is Made Of Aluminum - The Included Rubber Stopper Is Made Of Silicone Rubber (no. 8) - Filtration Adaptor Is Made Of Pp Material - The Filter Diameter Is 47 Mm - The Storage Bottle Should Be Made Of Borosilicate Glass And Has 1000 Ml Storage Capacity With Id8 Hose Barb Inclusions: - Comes With 1 Pack Of 47 Mm Membrane Filter Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories And Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-user And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Delivery And/or Installation. 11. Provide A Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Automated Solid Phase Extraction Manifold General Specifications: - Gas Regulator And Gas Gauge Range: - Output: 0-30 Psi - Input: 100 Psi Maximum - Dimensions (hxwxd): 20-23 X 22-25 X 25-27 In - Sample Rack Dimensions (hxwxd): 6-8 X 16-18 X 10-13 In - With Operating System Software With 24 Default Methods Stored In The Software - Liquid Management - Air Syringe: One 10 Ml Air Syringe - Lh Syringe: One 10 Ml Liquid Handling Syringe - 12-port Rotary Valve With Sliding Seal - Stainless Steel Nozzle - With 6 Or More Sample Inlet And Are Made Of Tfe Tubing, 1/16” Id - Sample Pumps - Has Positive Displacement - Accuracy Is At +/- 2.5% - Ceramic Piston And Liner - Non Use Of Acetic Acid, Acetone - Has Various Spe Configurations - 1 Ml Syringe: Compatible Cartridges - 3 Ml Syringe: Compatible Cartridges - 6 Ml Syringe: Compatible Cartridges - Disk Version: 47 Mm Spe Disk Features: - Automates Sample Loading Of Liquids Onto Spe Cartridges - Automates Eluting Of Spe Cartridges With Organic Solvent - Has Closed Systems With Fan To Vent Solvent Vapors - Spe Technology For Liquid-liquid Extraction - Uses Positive Pressure Loading And Elution Of Samples And Solvents Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And/or Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreedsupply Of Various Laboratory Equipment For The Project, Project 2: Establishment Of Pharmaceutical Sciences Services For Clinical Research Chemical Storage Cabinet General Specifications: - Internal Volume: 440 To 450 L - Dimensions Interior (w X D X H): 20-22 X 17-19 X 66-68 Inches - Dimensions Exterior (w X D X H): 24-26 X 20-22 X 73-75 Inches - Can Put 3 To 6 Shelves Inside - Can Put 4 To 7 Trays Inside - Maximum Load Per Shelf Is 50 Kg Or More - Made With Corrosion-resistant Interior Material - With Built-in Ventilation Hole - Compatible With Extraction Module As Filter Inclusions: - 3 Shelves - 4 Corrosion-resistant Pp Trays - 1 Extraction Module Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila And Setup, Which Should Be Done Within 90-120 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Operational Qualification With Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Safety Cabinet For Corrosives General Specifications: - External Dimensions (w X D X H): 680-687 Mm X 700-705 X 2045-2055 Mm - Can Put 4 Trays Per Section - Tray Capacity Per Volume Of Bottle: - Each Tray Can Fit 9 Bottles With 2.5-4l Volume Capacity - Each Tray Can Fit 12 Bottles With 2.0l Volume Capacity - Main Body Is Made Of Industrial-grade Electro-galvanized Steel - Trays Are Made Of Polypropylene Material - Door Should Be Made With Powder-coated Electro-galvanized Steel With 6 Mm Thick Acrylic Window And A Lockable Swing Handle - With Voc Sensor And Alarm - Power Requirements: 220-240 Vac, 50-60 Hz, 1 Phase Power Supply - Uses A Microprocessor-based Control System - With Airflow Monitoring Via An Easy-to-read Lcd Panel Inclusion: - 1 Compatible Avr Per Unit - 1 Activated Carbon Filter Per Unit Features: - Has Dual Filtration System (main Filter Uses Activated Carbon Filter And Secondary Filter Is Hepa Filter) - With Antimicrobial Powder Coating - With Door Safety Lock Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila And Setup, Which Should Be Done Within 90-120 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Operational Qualification With Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. Multi-position Hotplate Stirrer General Specifications: - 6 Position Hotplate Stirrer - Independent Heat And Stirring Control For Each Plate - Heat Up To 380°c - Electronically Controlled Stirring From 60 To 150 Rpm - Durable Bearing Type Motor - Ceramic Coated Stainless Steel Top Plate - Each Plate Dimension Is 180 Mm X 180 Mm - Has Anti-corrosive Powder-coated Steel Body - Uses An Electronic Solid-state Controller - Temperature Range: Ambient +5°c To 380°c - Motor Is Heavy Duty Bearing Operated Shaft - Electric Supply: 220v 50/60 Hz Inclusions: - Cylindrical Magnetic Stirring Bars Of Different Sizes: - 6 Pieces; Size Of Approximately 0.31 In. Diameter And 2 In. Length - 6 Pieces; Size Of Approximately 0.125 In. Diameter And 0.5 In. Length - 6 Pieces; Size Of Approximately 0.31 In. Diameter And 1.61 In. Length - 6 Pieces; Size Of Approximately 0.31 In. Diameter And 1 In. Length Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila And Setup, Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. Price Should Be Inclusive Of All Applicable Taxes 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Ultralow Freezer General Specifications: - External Dimensions (w X D X H): 665-675 X 878-885 X 1835-1845 Mm - Internal Dimensions (w X D X H): 485-495 X 595-605 X 1225-1235 Mm - With Total Capacity Of 360 Liters Or More - Temperature Control Range Is From -50 To -86°c In 1° Increments - Has A Microprocessor Controller With Non-volatile Memory - Has Lcd Touch Screen Display - Uses Pt-1000 As Temperature Sensor - Has Independent Dual-cooling Refrigeration System With 2 Compressors At 1100 W - Uses Hfc Mixed Refrigerant - Uses Puf/vip Plus As Insulation Material With 80 Mm Thickness - Has 1 Outer Door With Lock - Has 2 Inner Doors - Has 3 Stainless Steel Shelves Inside With A Maximum Load Of 50 Kg - With 2 Vacuum Release Ports (1 Automatic, 1 Manual) - With 3 Access Ports: 1 At The Back And 2 At The Bottom - Has 4 Casters (with 2 Leveling Feet) - Has Visual, Buzzer, And Remote Alarm For Power Failure, High Temperature, And Low Temperature - Has Visual And Buzzer Alarm If Door Left Open - Filterless Design - Power Supply: 230v - Noise Level: 50 Dba Inclusions: - Compatible Avr - Compatible Liquid Co2 Back-up (with Filled Tank) - Cryosafety Gloves - Ice Scraper Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Installation, Which Should Be Done Within 90-120 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Installation Qualification And Operational Qualification With Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Safety Shower And Eyewash General Specifications: - Eyewash Bowl And Shower Head Diameter: 255-265 Mm - Dimensions Of Assembled Station: 295-305 Mm X 845-855 Mm X 2375-2385 Mm - Pipe Wall Thickness: ~2.5 Mm - Work Pressure: 0.2~0.6 Mpa (2~6 Bar) - Eye Wash Flow: >11.4l/min (3 Us Gallon) - Shower Flow: >75.7l/min (20 Us Gallon) - Working Temperature Range From 5-35°c - Shower Should Be Operated Using A Pull Rod Lever - Eyewash Should Be Operated Using A Flag Handle Switch Valve And/or Foot Pedal Switch Valve - Floor Mounted Using Expansion Bolt - All Parts Should Be Made From High-quality 304 Stainless Steel (except For Eyewash That Can Include Abs Plastic) - With 12-month Rust-free Warranty - Should Be Ansi Z358.1-2014 (us Standard) Certified Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Installation To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 90-120 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Installation Qualification And Operational Qualification With Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Accessories Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Nitrogen Evaporation System General Specifications: - Ambient Temperature Range Is From +5°c To 120°c - Microprocessor Digital Pid For Temperature Control With Increments Of 0.1°c - Has Heating Temperature Method - With Touch Buttons And Led Display For Operating Panel - Manifold Size (w X D X H): 128-132 X 108-112 X 28-32 Mm - Flow Rate For Each Nozzle Control (20ea) - Has A Pinion Motion Stand - With Flow Control Valve To Serve As Connecting Port - Block Capacity: 2 Blocks (bl X 2ea) - Block Dimensions (w X D X H) Is 108-112 X88- 92 X 43-47 Mm - Overall Dimensions (w X D X H): 308-312 X248-252 X 433-437 Mm - Each Nozzle Exhaust System Should Be Contamination Free Inclusions: - 2 Blocks Of 1.5 Ml Microtube X 20 Holes With Ø11 Mm - 2 Blocks Of 10 Ml Tube X 20 Holes With Ø13 Mm - 2 Blocks Of 15 Ml Tube X 20 Holes With Ø16 Mm - 1 Filled Nitrogen Tank With Appropriate Connectors Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Hot Wire Anemometer With Sd Card Logger General Specifications: - Can Read The Following Units Of Measurements: - Ft/min: 40 To 3940 - Km/h: 0.4 To 38.8 - Mph: 0.2 To 25.0 - Knots: 0.7 To 72.0 - M/s: 0.5 To 44.7 - Type K: -50 To 1300°c - Type J: -50 To 1100°c - Air Temp: 0 To 5°c - Handheld Size But With Comes With A Fold-out Tripod - With Low Battery Indicator - With Hold Function - Has Auto Power Off Feature - With Backlit Lcd Inclusions: - Soft Carrying Case - Detachable Probe - 6 Aa Batteries - Instruction Manual - Sd Card With 32 Gb Memory Or More Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And/or Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 6. The Equipment Must Be Delivered And Ready To Use. Connectors, Adapters, And/or Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 7. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 8. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 9. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 10. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 11. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 12. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 13. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 14. Provide Operator’s And Service Manual (in English) Upon Delivery. 15. Price Should Be Inclusive Of All Applicable Taxes. Refrigerated Centrifuge General Specifications: - Speed - Maximum Speed Is 18,000 Rpm (in 100-rpm Increments) - Maximum G-force Is 29,000 X G Or Higher - Actual Rotor Speed Should Only Be ± 50 Rpm Of Set Speed - Displayed Speed Should Be Actual Rotor Speed In 100-rpm Increments Or In Rcf - Time - Can Set Time Up To To 9:59 (h:min) Or Set In Continuous Mod - Has Hold And Pulse (short Run) Options - Time Is Either Displayed– Time Remaining In Run (timed Run ± 1 Min Accuracy) Or ∞ And Elapsed Time (continuous Run) - Temperature - Temperature Can Be Set From -20 To +40°c (in 1°c Increments) - Temperature Control (after Equilibration) Is At ± 2.5°c Of Set Temperature - Temperature Display (after Equilibration) – Chamber Temperature In 1°c Increments - Operating Range Is From 2 To 40°c - Ambient Temperature Range Is From 10 To 35°c - With Cfc-free Refrigeration System - Has 10 Acceleration And Deceleration Profiles - Mechanical And Electrical Requirements - Unit Should Weigh <80 Kg - Requires A Maximum Of 3 In. Clearance On All Sides - Noise Level 3 Ft In Front Of Instrument Should Be <68 Dba - Dimensions: Width Is 50 Cm Or Less, Depth Is 75 Cm Or Less, Height When Door Is Closed Should Be 40 Cm Or Less, Height When Door Open Should Be 82 Cm Or Less - Maximum Heat Dissipation Into Room Under Steady-state Conditions Should Be 3311 Btu/h (0.97 Kw) Or Less - Electrical Requirements: 220-240 Vac, 6.2 A, 50-60 Hz - Class I Electrical Supply Inclusions: - Compatible Avr - Fixed Angle Aluminum Rotor For 50 Ml Tubes - Fixed-angle Conical Tube Aluminum Rotor For 15 Ml Tubes - Biocontainment Aluminum Rotor For 2.0 Ml Tubes - Swinging Bucket Aluminum Rotor For Microplates And Deep Well Microplates Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Installation To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Emergency Response Kit General Specifications: - Contains A Portable Spill Kit And First Aid Kit - The Portable Spill Kit Should Include The Following Items Packed In A Reusable Bag With Shoulder Strap - 32 Pcs Of 15 In. X 17-19 In. General Purpose Pads - 5 Pcs Of 3 In. X 4 Ft. Universal Socs - 1 Pc Of 18 In. X 18 In. Universal Absorbent Pillows - 1 Pair Of Nitrile Gloves - 2 Disposable Bags - 1 Pc Of Goggles - 1 Instruction Sheet - The First Aid Kit Should Include The Following Items Packed In A Bag With Handle - Gauze Pad 3x3 Inches (at Least 2pcs) - Gauze Pad 4x4 Inches (at Least 2pcs) - Gauze Bandage 3x10 Inches - Elastic Bandage - Triangular Cotton Bandage - Facemask - Aluminum Whistle - Alcohol At Least 60 Ml - Adhesive Bandage Strip (at Least 10pcs) - Povidone Iodine Pads (at Least 4pcs) - Alcohol Applicator Pad (at Least 10pcs) - Povidone Applicator Stick (at Least 5pcs) - Rubber Tourniquet - Cpr Barrier - Thermal Blanket - Surgical Tape - Burn Ointment - Instant Ice Pack - Tweezers - At Least 10 Pcs Of Safety Pins - Pocket Flashlight - Scissors Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. Supplier Will Provide A Notarized Certificate Indicating That The Items Included Are Brand New And Not Reconditioned/refurbished. 3. Comes With Free Delivery To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of The Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Help Unpack The Bags To Ensure That All Items Are Included Inside And Are In Good Condition. 5. Price Should Be Inclusive Of All Applicable Taxes. Laboratory Water Bath General Specifications: - Dimensions (w X L X H) Are 68-72 X 33-37 X 24-28 Cm - Filling Volume Is Maximum Of 20l - Usable Immersion Depth Is Maximum Of 18 Cm - Bath Tank Is Made Of Stainless Steel - Usable Bath Opening Is At Least (w X L / D) Is 50 X 30 / 18 Cm Features: - Has Shaking Feature - Shaking Frequency (linear) Is 20 To 200 Rpm - Shaking Stroke Is At 15 Mm - Has Temperature Control - Uses Pid1 Microprocessor Temperature Control - Temperature Display Is Led - Has Keypad For Temperature Setting - Working Temperature Range Is At 20 To 100 °c - Temperature Stability Is At ±0.2 °c - Ambient Temperature Ranges From 5 To 40 °c - Splash-proof Design - Warning And Cut-off Protection For High/low Temperature - Comes With Bath Drains At The Bottom Portion Of The Unit - Electronic Timer For Setting The Running Time From 0:01 To 9:59 (h:min) - Has Removable Shaking Carriage - Provides Dry-running Protection With Audible And Optical Alarm - Has Removable Platform For Full Immersion Of The Sample Containers - Has Atc3 (absolute Temperature Calibration) 1-point-calibration - Has High-temperature Stability Inclusions: - Lift-up Cover - Basic Tray For Assembling Erlenmeyer Flasks From 25 To 1000 Ml Including Spring Clamps - Compatible Test Glass Insert 16/17 Mm Ø For 50 Test Tubes - Compatible Test Glass Insert 30 Mm Ø For 21 Test Tubes Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Vortex Mixer And Accessories General Specifications: - Mixing Frequency Ranges From 300-3000 Rpm - Dimensions (w X D X H) Should Be Less Than 22 X 32 X 15 Cm - Weighs Less Than 7 Kg - Ø Of Mixing Orbit Is 3 Mm - Has A Timer That Ranges From 15 Sec To 99:30 Hours And Capable Of Continuous Mode - Has Mix Control, Anti-spill Technology, Short/interval Mix, Time/temp Mode, And Pause Function - Can Accommodate Various Sample Vessels And Plate Formats From 5 Μl To 50 Ml - Temperature Ranges From 15 °c Below Rt Up To 100 °c - Capable Of Heating, Mixing, And Cooling Accessories Included: - Compatible Holder For Microtiter Plates And Deep Well Plates With Suitable Lid/cover - Compatible Holder For 1.5 Ml Microtubes - Compatible Holder For 15 Ml Conical Tubes Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered And Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-users And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least A 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Ultrasonic Waterbath General Specifications: - Tank Capacity Is 9.5 L With The Following Dimensions (l X W X D) 11-13 X 9-11 X 5-7 Inches - Overall Size Of The Equipment Should Be Around (l X W X D) 15-17 X 15-17 X 14-16 Inches - Frequency Should Be At 40 Khz - Needs To Have A Drain - Comes With A Cover - Has 40 Khz Rugged Industrial Transducers With Sweep Frequency - With Heater That Heat Up To 69°c - Has A Dual Power And Power Tracking - Has A Sleep Mode - Capable Of Degas Wave Modulation And Auto Ultrasonics Activation - Has High Temperature Alarm - Front Panel Auto Temp Calibration - Body Is Made Of Chemical-resistant Plastic Inclusions: - Compatible Perforated Tray - Compatible Mesh Basket - Compatible Beaker Positioning Cover - Compatible Solid Insert Tray - Compatible Support Rack Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories And Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-user And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide A Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Laboratory Refrigerator General Specifications: - External Dimensions Measure 708-802 X 463-467 X 1088-1092 Mm (w X D X H) - Internal Dimensions Measure 718-722 X 298-302 X 723-727 Mm (w X D X H) - Volume Capacity Is 150 Liters Or More - External Cabinet Is Made With Galvanised Steel With Baked-on Finish - Internal Cabinet Is Made With Stainless Steel - Has Sliding Glass Doors Made With Double-glazing Glass And Heat-reflective Film - The Shelves Are Made Of Hard Steel Wire - Insulation Material Is Polyurethane Foam - Has Hfc Refrigerant - Has Led/2 Casters For Lighting - Mechanical Components Are As Follows: - Access Port: Ø30 Mm On Back Wall - Compressor: Hermetic Type, 90w - Evaporator: Fin & Tube, Forced-air Circulation - Condenser: Wire & Tube - Defrosting: Cyclical Defrosting And Evaporator Temp. Detection System - Defrosting Heaters: 87w - Temperature Control Ranges From 2 To 14 °c - Temperature Is Displayed Digitally With 1°c Increments When Adjusted - Unit Should Have An Alarm System To Indicate Changes In The Set Temperature Value - Unit Should Have Buzzer And/or Door Ajar Lamp - Rohs Compliant Inclusions: - With Compatible Avr Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Installation To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 90-120 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And/or Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Installation Qualification And Operational Qualification With Documentation And Report. 7. The Equipment Must Be Delivered Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories And Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-user And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide A Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least 2-year Warranty On Parts And Services. Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Water Filtration System With Vacuum Pump General Specifications: - All-in-one Filtration System - Has Vacuum Source With Filtration Apparatus - Oil-free - With Vacuum Regulator And Thermal Protection - Chemical Resistant - Has Maximum Vacuum Of 99 Mbar Abs. - Has Maximum Flow Rate Of 20l/min - Noise Level Is At 50 Db - Hose Barb Size Is Id8 (5/16 Inch) - Dimensions (l X W X H): 32-36 X 22-26 X 28-32 Cm - Electrical Data Are As Follows: - Max Power: 60w - Max Current: 0.3a - Comes With 2 Sets Of Glass Filtration Apparatus With The Following Specifications: - Funnel And Support Base Is Made Of Borosilicate Glass - Funnel Capacity Is 300 Ml - Membrane Support Is Made Of Sintered Glass - Clamp Is Made Of Aluminum - The Included Rubber Stopper Is Made Of Silicone Rubber (no. 8) - Filtration Adaptor Is Made Of Pp Material - The Filter Diameter Is 47 Mm - The Storage Bottle Should Be Made Of Borosilicate Glass And Has 1000 Ml Storage Capacity With Id8 Hose Barb Inclusions: - Comes With 1 Pack Of 47 Mm Membrane Filter Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. The Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories And Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-user And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Delivery And/or Installation. 11. Provide A Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Automated Solid Phase Extraction Manifold General Specifications: - Gas Regulator And Gas Gauge Range: - Output: 0-30 Psi - Input: 100 Psi Maximum - Dimensions (hxwxd): 20-23 X 22-25 X 25-27 In - Sample Rack Dimensions (hxwxd): 6-8 X 16-18 X 10-13 In - With Operating System Software With 24 Default Methods Stored In The Software - Liquid Management - Air Syringe: One 10 Ml Air Syringe - Lh Syringe: One 10 Ml Liquid Handling Syringe - 12-port Rotary Valve With Sliding Seal - Stainless Steel Nozzle - With 6 Or More Sample Inlet And Are Made Of Tfe Tubing, 1/16” Id - Sample Pumps - Has Positive Displacement - Accuracy Is At +/- 2.5% - Ceramic Piston And Liner - Non Use Of Acetic Acid, Acetone - Has Various Spe Configurations - 1 Ml Syringe: Compatible Cartridges - 3 Ml Syringe: Compatible Cartridges - 6 Ml Syringe: Compatible Cartridges - Disk Version: 47 Mm Spe Disk Features: - Automates Sample Loading Of Liquids Onto Spe Cartridges - Automates Eluting Of Spe Cartridges With Organic Solvent - Has Closed Systems With Fan To Vent Solvent Vapors - Spe Technology For Liquid-liquid Extraction - Uses Positive Pressure Loading And Elution Of Samples And Solvents Terms And Conditions: 1. Supplier Shall Indicate Brand, Model, And Country Of Origin. 2. Supplier Will Provide A Notarized Certificate Indicating That The Product Is Brand New, Not Reconditioned/refurbished Including Parts And Accessories. 3. Comes With Free Delivery And Setup To The Institute Of Pharmaceutical Sciences, National Institutes Of Health, Up Manila Which Should Be Done Within 60-90 Days Upon Acceptance Of Notice To Proceed. Note That Acknowledgment By The Supplier Through Email Constitutes The Date Of Acceptance. 4. The Supplier Will Witness And/or Help The Unpacking Of The Equipment To Ensure That All Items Are Included Inside And In Good Condition. 5. Free Relocation And Re-setup Of Equipment If Requested By The End-user Within The University Of The Philippines Manila Area Within The Warranty Period With Subsequent Installation Qualification And Operational Qualification With Documentation And Report. 6. Qualified Service Engineer/s Must Perform Equipment Start-up, Testing, Operation, And/or Installation With Proper Documentation And Report. 7. The Equipment Must Be Delivered Ready To Use. Cables, Connectors, Adapters, And Accessories Even Not Specified But Are Essential For The Unit To Function Must Be Provided Free By The Winning Bidder. 8. Certification From The Manufacturer/local Distributor That In The Event Of A Change Of Local Distributor, Preventive Maintenance, Warranty, And Services Agreed Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories And Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-user And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide A Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes. Here Upon Will Be Honored By The Principal Manufacturer. 9. Certification Or Guarantee Letter From The Manufacturer/local Distributor To Ensure The Availability Of Parts, Supplies, And Accessories And Will Not Be Discontinued For The Next 10 Years. 10. Undertaking To Provide Product Orientation And Operations Training For End-user And Troubleshooting Training For Research Staff Within Seven Days After Completion Of Installation. 11. Provide A Bi-annual Preventive Maintenance And Calibration From The Distributor’s Qualified Engineer During The Warranty Period. 12. At Least 2-year Warranty On Parts And Services. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user, Testing, And Commissioning. 13. The Bidder Must Submit Certification That They Have The Capability For Corrective And Preventive Maintenance Of The Unit. 14. Availability Of Trained Service Engineers With Guaranteed Uptime Within 48 Hrs For Troubleshooting And Repair Of Unit Even After The Warranty Period. 15. Provide Operator’s And Service Manual (in English) Upon Delivery. 16. Price Should Be Inclusive Of All Applicable Taxes.
Closing Date15 Jul 2024
Tender AmountPHP 6.8 Million (USD 118.2 K)

Provincial Police Headquarters In Katowice Tender

Poland
Details: In connection with the commencement of the public procurement procedure for the purchase of parts for a VW T6 car, the Transport Department of the Provincial Police Headquarters in Katowice requests the submission of a price offer in this procedure. Vw T6 Vin: wv1zzz7hzjx008035 Year: 2017, capacity 1984/110kw The subject of the order is the purchase of: - Intake Manifold Gasket - 655.840 1 Pcs - Intake Manifold Gasket 330.170 1 set - Knock Sensor 06e905377a 1 Pcs - Mechanical Water Pump 06h121026ee 1 Pcs - Radiator Hose/Heater 7e0-122-157-bk 1 Pcs - Oil Cooler Gasket El898010 1 Pcs - Water Pump Connector - Oil Cooler 1 Pcs - Camshaft Adjuster 06h103697c 1 Pcs The Assortment Supplied Should Be Produced as Brand New, Free from Technical and Legal Defects, Authorized for Trading and First Class. The Unit Price Offered by the Contractor Should Include the Cost of the Subject Assortment, As Well as the Cost of Its Delivery to the Warehouse of So Bielsko Biala, Transport Department 43 - 300 Bielsko Biala Ul.wapienna 45 Conditions: Execution of the Order Will Take Place on the Basis of a One-Off Delivery Resulting from the Issued Order. Delivery Should Be Made Within 2 Days from Signing the Order The Contractor Undertakes to Deliver the Subject of the Order At His Own Cost to the Warehouse of Sobb Bielsko Biala, Transport Department, Kwp In Katowice 43 300 Bielsko Biala Ul.wapienna 45 Delivery Should Be Made From Monday to Friday Between 8:00 and 14:00; Payment Method: Bank Transfer; Payment Term: Min. 21 – 30 Days from the Date of Delivery and Delivery of the Purchase Invoice. Warranty: Manufacturer's Warranty In the event of non-conformity of the Goods, damaged Goods or Goods not matching the given Car Model, the cost of return and exchange for another matching the given model is borne by the Contractor. The Goods to be delivered should match the numbers given in the Proceedings!!! Please provide prices for each part separately in the Proceedings or in the attachment. The Ordering Party reserves the right to withdraw from the award of the order without giving a reason, which cannot be the basis for any claims of the Invited Contractor against the Ordering Party. Please submit all inquiries via the Purchasing Platform. In the event of problems with submitting the offer, please contact the Eb2b Helpdesk - Contact in the footer of the website.
Closing Date26 Sep 2024
Tender AmountNA 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023 revision: 01 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02 Effective Date 12-22-2023 And Vaar Update 2008-37(eff. 07/28/2023. this Solicitation 36c24224q0289 Is Set-aside For Small Business Set Aside Open Market. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333120, With A Small Business Size Standard Of 1,250. the Fsc/psc Is 2420. the Fingerlakes Healthcare System Is Seeking To Purchase Is Seeking To Purchase Bobcat Uw56 Toolcat Utility Work Machine And T66 T4 Bobcat Compact Track Loader. all Interested Companies Shall Provide Quotations For The Following: supplies/services line Item description quantity unit Of Measure unit Price total Price 0001 bobcat Uw56 Toolcat Deluxe Road Package Includes: -backup Alarm -turn Signals -flashers -tail Lights -brake Lights -rear View Mirror -side Mirrors -horn -rear Work Lights -headlights High Flow Package, 29x12.5 Turf Tires, Heavy Duty Battery, Attachment Control, Power Bob-tach, Traction Control, Engine Block Heater, And Rear Window Guard. 1.00 ea line Item description quantity unit Of Measure unit Price total Price 0002 t66 T4 Bobcat Compact Track Loader Comfort Package: -enclosed Hvac Cab -radio -adjustable Heated Cloth Air Ride Seat -power Bob-tach -solid Undercarriage -5" Display -premium Lights -keyless Start -two Speed Travel -7-pin Attachment Control -dual Direction Bucket Positioning -rear Camera -sound Reduction Selectable Joystick Controls, 15.7" C-pattern Rubber Track, High-flow Hydraulics, 7" Touch Display, 74" Heavy Duty Bucket, And Bolt On Cutting Edge, 74" 1.00 ea line Item total 2. Contract Title. brand Name Or Equal Bobcat Uw56 Toolcat Utility Work Machine Bath Vamc 3. Background. the Va Finger Lakes Healthcare System Bath Campus Grounds Department Needs 1 Brand Name Or Equal Bobcat Uw56 Toolcat Utility Work Machine To Replace The Previously Owned Uw56 Toolcat That Was Turned In And Deemed Scrap By The Facilities Department Mechanic. 4. Scope. the Toolcat Uw56 Or Equal Will Be Designed To Handle A Variety Of Tasks. It Must Have The Ability To Quickly Switch Between The Va Finger Lakes Healthcare Systems Several Owned Bobcat Attachments, Listed Under Section 6 Salient Characteristics For Versatile Grounds Maintenance Needs. The Brand Name Or Equal Toolcat Uw56 Must Combine The Best Features Of A Tractor, Pickup Truck, Loader, And Utility Vehicle Into The Ultimate, All In One Toolkit For Our Ground S Maintenance Department. With Its Compact Size And Maneuverability, The Toolcat Uw56 Or Equal Must Navigate Tight Spaces On Our Campus Setting. This Efficiency Is Crucial For Tasks Like Landscaping, Snow Removal, And General Maintenance In Areas With Limited Access. With Many Buildings On 210 Acres Of Land, 6.7 Miles Of Roadway And 4.2 Miles Of Sidewalk This Will Be Able To Perform Many Functions For Max Production For The Grounds Department Year-round. The Toolcat Uw56 Or Equal Must Be Built To Operate In Various Weather Conditions. This Makes It Suitable For Year-round Use, Addressing Seasonal Needs Like Snow Plowing In Winter And Landscaping In Warmer Months. The Machine S Multi-functionality And Ease Of Use Will Contribute To Time And Labor Savings. It Allows The Grounds Crew To Accomplish A Range Of Tasks With A Single Piece Of Equipment, Reducing The Need For Multiple Specialized Machines. The Toolcat Uw56 Or Equal S Design Is Conductive To Working In Confined Spaces And Adapting To The Layout Of Our Campus. This Adaptability Is Crucial For Efficiently Maintaining Diverse Areas Within Our Campus Environment. The Machine S Power And Features Contribute To Enhanced Productivity. Whether It S Moving Snow, Or Performing Landscaping Tasks, The Toolcat Uw56 Or Equal Will Complete Jobs Efficiently, Allowing The Grounds Crew To Focus On Other Important Responsibilities. 5. Specifications: 1 Each Brand Name Or Equal Bobcat Uw56 Toolcat Utility Work Machine. Part Number: M1225 o Deluxe Road Package: Part Number: M1225-p01-c01 - Backup Alarm - Turn Signals - Flashers - Tail Lights - Brake Lights - Rear View Mirror - Side Mirrors - Horn - Rear Work Lights - Headlights o Adjustable Vinyl Seats o All-wheel Steer o Automatically Activated Glow Plugs o Auxiliary Hydraulics o Variable Flow With Dual Direction Detent o Beverage Holders o Boom Float o Cargo Box Support o Cruise Control o Speed Management o Dual Port Usb Charger o Lower Engine Guard o Limited Slip Transaxle o Engine And Hydraulic Monitor With Shutdown o Front Led Work Lights o Full-time Four-wheel Drive o Horsepower Management o Roll Overprotective Structure (rops) o Falling Object Protective Structure (fops) o Dome Light o Standard 5 Display With Keyless Start, Engine Temperature And Fuel Gauges, Hour Meter, Rpm, And Warning Indicators. Includes Maintenance Interval Notifications, Fault Display, Job Codes, Quick Start, And Security Lockouts. o Joystick, Manually Controlled With Lift Arm Float o Lift Arm Support o Parking Brake, Automatic o Power Steering With Tilt Steering Wheel o Radiator Screen o Rear Receiver Hitch o Seat Belts, Shoulder Harness o Spark Arrestor Muffler o Suspension, 4-wheel Independent o Interlock Control System (ics) o Two-speed Transmission 6. Salient Characteristics. o At A Minimum, It Must Have An Operating Weight Of 5600 Lbs o At A Minimum, Capable Of Hauling 2000 Lbs o Towing Capacity Of 4000 Lbs o At A Minimum 61 Horsepower o Turbocharged Engine o Engine Fuel Must Be Diesel With 20-gallon Capacity o At A Minimum, 1,500 Lb Rated Operating Capacity o Max Speed: 16.5 Mph o Auxiliary Standard Flow 18.8 Gal/min o Auxiliary High Flow 27.9 Gal/min o A 50.5 In Turning Radius o Enclosed Cab With Hvac o 56 In Cargo Box Length o Hydraulic Dump Box o Must Be Compatible, Plug And Play With The Following Facility Owned Bobcat Attachments: - Bobcat 3-point Adaptor (bob-tach Mounting System For Quick Attachment Mounting.) For Category I And Ii Implements That Meet The Asae Standard For Quick Hitch. - Bobcat Landscape Rake 6b - Bobcat 18 Planer, High Flow - Bobcat 32x60 Snowblower - Bobcat 68 Angle Broom - Bobcat 86 Snow Blade-heavy Duty - Bobcat 72 Snow V Blade - Bobcat 96 Snow V Blade - Bobcat 72 Mower - Bobcat 90 Mower - Bobcat Grapple-utility, 55 - Bobcat Stump Grinder Sg, 60 - Ability To Use More Than 45 Attachments Up Front 7. Security. the C&a Requirements Do Not Apply, A Security Accreditation Package Is Not Required. 8. Requirement Need Date. twelve (12) Months Or Less From Date Of Award. 9. Place Of Performance. vamc Bath 76 Veterans Avenue warehouse Building 103 bath, Ny 14810-0810 poc: Mark Labarr: Mark.labarr@va.gov / 607-664-48 clin0002 Requirement 2. Contract Title. brand Name Or Equal T66 T4 Bobcat Compact Track Loader Canandaigua Vamc 3. Background. the Va Finger Lakes Healthcare System Canandaigua Campus Facilities Management Grounds Department Needs 1 Brand Name Or Equal T66 T4 Bobcat Compact Track Loader For Several Maintenance Needs. 4. Scope. the Brand Name T66 T4 Bobcat Compact Loader Or Equal Must Be Known For Its Versatility, Capable Of Handling Various Attachments For Different Tasks. The Adaptability Of The Attachments Allows It To Perform Multiple Duties Without The Need For Separate Machines. It Must Have The Ability To Quickly Switch Between The Va Finger Lakes Healthcare Systems Several Owned Bobcat Attachments, Listed Under Section 6 Salient Characteristics For Versatile Grounds Maintenance Needs. The Compact Design Will Be Beneficial For Navigating Tight Spaces Found On Our Campus, Such As Buildings, Walkways, And Parking Areas. This Enhances Accessibility For Maintenance Tasks Without Causing Disruption To The Overall Medical Center Flow. The Brand Name T66 Or Equal Will Be Designed To Provide A Balance Of Power And Efficiency. Compact Track Loaders Offer Better Traction And Stability, Especially On Challenging Terrains. The Brand Name T66 Or Equal Shall Be Equipped With A Powerful Engine That Provides Efficient Performance. Its Robust Capacities And Hydraulic Power, Make It Suitable For A Wide Range Of Tasks, From Lifting And Carrying To Digging And Grading. The Brand Name T66 Or Equals Versatility Makes It An Asset For Snow Removal Operations. It Will Have The Ability To Be Equipped With Facility Owned Bobcat Attachments Such As A Snow Blower Or Plow Attachment, Ensuring Safe And Accessible Pathways For Our Visiting Patients For Medical Care, And Facility Employees. Our Campus Often Undergoes Construction Or Renovation Projects. The Brand Name Or T66 T4 Bobcat Compact Track Loader Or Equal Must Be Known For Its Low Ground Disturbance. This Feature Is Crucial In Preserving The Integrity Of Lawns And Landscaped Areas, Minimizing The Impact On The Campus Environment During Maintenance Activities. Whether It S Snow Removal In Winter Or Landscaping In Spring And Summer, The Brand Name T66 Or Equals Year-round Usability Provides A Cost-effective Solution For Maintaining Campus Grounds Without The Need For Multiple Specialized Machines. The Loader S Lifting Capacity And Hydraulic Power Make It Efficient For Handling And Transporting Materials. This Is Beneficial For Tasks Such As Moving Soil, Mulch, Or Construction Materials Around The Va Medical Center. 5. Specifications: 1 Each Brand Name Or Equal T66 Bobcat T4 Bobcat Compact Track Loader. Part Number: M0349 o Comfort Package: Part Number: M0349-p11-c07 - Enclosed Hvac Cab - Radio - Adjustable Heated Cloth Air Ride Seat - Power Bob-tach - Solid Undercarriage - 5 Display - Premium Lights - Keyless Start - Two-speed Travel - 7-pin Attachment Control - Dual Direction Bucket Positioning - Rear Camera - Sound Reduction o Selectable Joystick Controls. Part Number: M0349-r01-c04 o 15.7 C-pattern Rubber Track. Part Number: M0349-r09-c02 o High-flow Hydraulics. Part Number: M0349-r03-c03 o 7 Touch Display. Part Number: M0349-r08-c03 o 74 Heavy Duty Bucket. Part Number: 7272680 o Bolt-on Cutting Edge, 74 . Part Number: 6718007 o Backup Alarm o Bobcat Interlock Control System (bics) o Controls: Bobcat Standard o Cylinder Cushioning Lift, Tilt o Engine / Hydraulic Performance De-rate Protection o Glow Plugs (automatically Activated) o Horn o Instrumentation: Standard 5 Display With Keyless Start, Engine Temperature And Fuel Gauges, Hour Meter, Rpm, And Warning Indicators. Includes Maintenance Interval Notifications, Fault Display, Job Codes, Quick Start, And Security Lockouts. o Lift Arm Support o Lift Path: Vertical o Lights, Front And Rear Led o Operator Cab o Includes: Adjustable Suspension Seat, Top And Rear Windows, Parking Brake, Seat Bar And Seat Belt o Roll Overprotective Structure (rops) o Falling Object Protective Structure (fops) o Parking Brake: Spring Applied, Pressure Released (sapr) o Solid Mounted Carriage With 4 Rollers 6. Salient Characteristics. o A Sealed And Pressurized Environment With Heated Air-ride Seat, Clear-side Enclosure, Automatic Heat, And Air Conditioning. o 74.0 Hp o 28.3-gallon Tank, Diesel Engine Fuel o Turbocharged Engine o At A Minimum, 3500 Lb. Operating Capacity o At A Minimum, 7000 Lb. Tipping Load o 8,927 Lb. Operating Weight o Auxiliary Standard Flow Of 17.6 Gallons A Minute o Auxiliary High Flow Of 26.9 Gallons A Minute o Auxiliary Hydraulics: Variable Flow o Overall Length Of 134.9 Inches o 68 Inches Of Width When Bucket Is Attached o 80.5 Inches In Height With Operator Cab. o 36.7 Maximum Reach Height o 81.5 Inches Turning Radius o Enclosed Hvac Cab o Tracks: Rubber, 12.6 Wide o Counterweights 200 Lbs o Telematics Machine Iq o Must Be Compatible, Plug And Play With The Following Facility Owned Bobcat Attachments: - Bobcat 3-point Adaptor (bob-tach Mounting System For Quick Attachment Mounting.) For Category I And Ii Implements That Meet The Asae Standard For Quick Hitch. - Bobcat Landscape Rake 6b - Bobcat 18 Planer, High Flow - Bobcat 32x60 Snowblower - Bobcat 68 Angle Broom - Bobcat 86 Snow Blade-heavy Duty - Bobcat 72 Snow V Blade - Bobcat 96 Snow V Blade - Bobcat 72 Mower - Bobcat 90 Mower - Bobcat Grapple-utility, 55 - Bobcat Stump Grinder Sg, 60 - Bobcat Fc200 Flail Cutter - Bobcat 48 Vibratory Roller, Padded Drum - Bobcat 73 Vibratory Roller, Smooth Drum 7. Security. the C&a Requirements Do Not Apply, A Security Accreditation Package Is Not Required. 8. Requirement Need Date. 1 Year Or Less From Date Of Award. (or Normal Production Time) 9. Place Of Performance. vamc Canandaigua 400 Fort Hill Avenue canandaigua, Ny 144 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)north American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits A Quote, Other Than On A Construction Or Service Acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If The Acquisition (1) Is Set Aside For Small Business And Has A Value Above The Simplified Acquisition Threshold; Or (2) Uses The Hubzone Price Evaluation Preference Regardless Of Dollar Value, Unless The Quoter Waives The Price Evaluation Preference; Or (3) Is An 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b) Submission Of Quotes. Submit Signed And Dated Quotes To The Office Specified In This Request For Quote (rfq) At Or Before The Exact Time Specified. Quotes May Be Submitted On Letterhead Stationery, Or As Otherwise Specified In The Rfq. As A Minimum, Quotes Must Show (1) The Solicitation Number. (2) The Time Specified In The Solicitation For Receipt Of Quotations. (3) The Name, Address, And Telephone Number Of The Quoter; (4) A Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary. (5) Terms Of Any Express Warranty. (6) Price And Any Discount Terms. (7) "remit To" Address, If Different Than Mailing Address. (8) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Quoter Shall Complete Electronically); (9) Acknowledgment Request For Quotation Amendments. (10) Past Performance Will Not Be Considered In Simplified Acquisition Procurements. (11) Quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Quotes That Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. (c) Period For Acceptance Of Quotes. The Quoter Agrees To Hold The Prices In Its Quote Firm For 30 Calendar Days From The Date Specified For Receipt Of Quotes Unless Another Time Period Is Specified In An Addendum To The Solicitation. (d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Quotes. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e) Multiple Quotes. Quoters Are Encouraged To Submit Multiple Quotes Presenting Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Quote Submitted Will Be Evaluated Separately. (f) Late Submissions, Revisions, And Withdrawals Of Quotes. (1) Quoters Are Responsible For Submitting Quotes So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Quotes Are Due. (2) Any Quotation Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Quotes Is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And The Contracting Officer (co) Determines That Accepting The Late Quotation Would Not Unduly Delay The Acquisition. (3) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Quotations Cannot Be Received At The Government Office Designated For Receipt Of Quotes By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Quotes Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume. (g) Issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, The Quoter S Initial Quote Should Contain The Best Terms From A Price And Technical Standpoint. However, The Government May Reject Any Or All Quotes If Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h) Multiple Awards. The Government May Issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless The Quoter Qualifies The Quotation By Specific Limitations. Unless Otherwise Provided In The Schedule, Quotations May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless The Quoter Specifies Otherwise In The Quotation. (1) Availability Of Requirements Documents Cited In The Solicitation. (i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Following Assist Websites: assist ( Https://assist.dla.mil/online/start/). (ii) Quick Search ( Http://quicksearch.dla.mil/). (3) Documents Not Available From Assist May Be Ordered From The Department Of Defense Single Stock Point (dodssp) By- using The Assist Shopping Wizard ( Https://assist.dla.mil/wizard/index.cfm); Phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii) Ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j) Unique Entity Identifier (uei). Applies To All Quotes That Exceed The Micro-purchase Threshold, And Quotes At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Quoter Must Enter, In The Block With Its Name And Address On The Cover Page Of Its Quote, The Annotation "unique Entity Identifier" Followed By The Unique Entity Identifier That Identifies The Quoters Name And Address. The Quoter Also Must Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Uei. The Suffix Is Assigned At The Discretion Of The Quoter To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Quoter Does Not Have a Uei, It Should Contact The Entity Designated At Www.sam.gov. For Uei Establishment Directly To Obtain One. The Quoter Should Indicate That It Is A Quoter For A Government Contract When Contacting The Entity Designated At Www.sam.gov. For Establishing The Uei. (k) [reserved] (l) Requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision) the Following Provision Are Incorporated Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023). 52.204-7 System For Award Management (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) addendum To 52.212-2 Evaluation Commercial Products And Commercial Services (a) Basis For Award. The Government Will Issue A Purchase Order To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. (b) The Following Factors Shall Be Used To Evaluate Quotations: Award May Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. 2. Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services www.sam.gov. Registration Is Required To Be Complete At Time Of Submission Of Response. offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal. In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services Dec 2022. the Following Clauses Are Incorporated Into Addendum To Far 52.212-4. 52.204-7 System For Award Management (oct 2018) [all Solicitations Except When Conditions At Far 4.1102(a) Apply] 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) vaar Clauses 852.203-70 Commercial Advertising (may 2018) 852.211-70 Equipment Operation And Maintenance Manuals (nov 2018) 852.211-72 Technical Industry Standards (nov 2018) 852.232-72 Electronic Submission Of Payment Requests (nov 2018) 852.247-71 Delivery Location (oct 2018) 852.247-72 Marking Deliverables (oct 2018) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) [if Quotation, Solicitation, Or Contract Incorporates By Reference A Far Or Vaar Provision Or Clause That Requires Completion & Submission By Offeror] far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services Sep2023 the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.204-10, Reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) indicate Which Far Clauses Listed In Far 52.212-5 Will Be Applicable: 52.203-13, Contractor Code Of Business Ethics And Conduct (nov 2021) 52.209-6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) 52.219-28, Post Award Small Business Program Rerepresentation (sep 2023) 52.219-33, Nonmanufacturer Rule (sep 2021) 52.219-28, Post Award Small Business Program Rerepresentation (sep 2023) 52.219-33, Nonmanufacturer Rule (sep 2021) 52.222-19, Child Labor--cooperation With Authorities And Remedies (dec 2022) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). 52.222-35, Equal Opportunity For Veterans (jun 2020) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-37, Employment Reports On Veterans (jun 2020) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) 52.222-50, Combating Trafficking In Persons (nov 2021) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) 52.225-1, Buy American--supplies (oct 2022) 52.225-3, Buy American--free Trade Agreements--israeli Trade Act (dec 2022) 52.225-5, Trade Agreements (dec 2022) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) all Quoters Shall Submit The Following: This Is A Brand Name Or Equal Requirement T66 T4 Bobcat Compact Track Loader Canandaigua Vamc. brand Name Or Equal Bobcat Uw56 Toolcat Utility Work Machine Bath Vamc all Quotes Shall Be Sent To The William Brewington Contract Specialist And The Email Address Is William.brewington@va.gov. 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 10:00 On 2/23/2024 At William.brewington@va.gov. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. 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 anthony Murray-contracting Officer, Email: Anthony.murray2@va.gov. Phone: (518)626-6138 william Brewington-contract Specialist, Email: William.brewington@va.gov.
Closing Date23 Feb 2024
Tender AmountRefer Documents 

Municipality Of Kalilangan, Bukidnon Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Kalilangan Bids And Award Committee (bac) Invitation To Bid For Goods 2024-03-010 The Local Government Unit – Kalilangan, Bukidnon Through The Bids And Awards Committee (bac) Now Invites Bids For The Herein Mentioned Project: Name Of Project : Purchase Of Various Other Supplies And Materials, Agricultural And Marine Supplies, Animal/zoological Expenses And Food Supplies For 1st Quarter 2024 Location : Kalilangan, Bukidnon Approved Budget For The Contract : Php 1,945,095.41 Delivery Period / Contract Duration : 30 Days Brief Description : Other Supplies And Materials, Agricultural And Marine Supplies, Animal/zoological Expenses And Food Supplies Stock No. Unit Item Description Qty Unit Cost Total Cost I Lot Animal/zoological Expenses 1 186,900.00 186,900.00 Bot Rabisin (10ml) 56 500.00 28,000.00 Bot Dicalcium Mono Glutamate (dcm)100ml 10 200.00 2,000.00 Bot Robi Penstrip 10ml 10 140.00 1,400.00 Bot Vitamin Ade Injectable 100ml 5 800.00 4,000.00 Liters Dewormer (valbazine) 5 2,500.00 12,500.00 Bot Vitamin B Complex Injectable 19 800.00 15,200.00 Bot Ivermectin (shimectin)100ml 9 800.00 7,200.00 Bot Vitamin Ade Injectable 100ml 19 800.00 15,200.00 Box Surgical Gloves 100 Pcs/box (small & Medium) 4 1,500.00 6,000.00 Box Al Gloves 100 Pcs/box 3 1,500.00 4,500.00 Pcs Sugical Needle # 8 10 40.00 400.00 Pcs Sugical Needle # 10 10 50.00 500.00 Pcs Sugical Needle # 11 10 60.00 600.00 Pcs Needle #17g 5 50.00 250.00 Pcs Needle #16g 5 40.00 200.00 Pcs Needle #21g 5 50.00 250.00 Bot Anti Tetanus 10 180.00 1,800.00 Bot Robi Penstrip 10ml 20 140.00 2,800.00 Pcs Fiber Glass Syrine 10ml 1 600.00 600.00 Pcs Dewormer (albendasole) 23 2,500.00 57,500.00 Bot Oxytetracycline La (terramycin)100ml 10 800.00 8,000.00 Kilo Liquid Nitrogen (ln2) 150 120.00 18,000.00 Sub-total 186,900.00 Ii Lot Food Supplies Expenses 0 26,337.00 26,337.00 Sack Clean Rice, 50kgs/sack 4 3,000.00 12,000.00 Case Instant Noodles, Beef Flavor 3 979.00 2,937.00 Case Sardines, 155gms, 50cans/case 4 2,850.00 11,400.00 Sub-total 26,337.00 Iii Lot Agricultural And Marine Supplies Expenses 1 165,656.75 165,656.75 Agricultural Products 0 - Can Ampalaya, 100kg/can 25 500.00 12,500.00 Can Cucumber, 500g/can 25 900.00 22,500.00 Can Eggplant, 50kg/can 25 1,500.00 37,500.00 Bag Kangkong, 1kl/bag 15 1,500.00 22,500.00 Pack Polyethelene Bags 6x10(1000/pack) 20 793.15 15,863.00 Pack Polyethelene Bags 5x12(1000/pack) 25 495.75 12,393.75 Bag Okra, 1kl/bag 14 1,300.00 18,200.00 Can Pechay, 100kg/can 28 500.00 14,000.00 Bag Pole Sitao, 1kg/bag 17 600.00 10,200.00 Sub-total 165,656.75 Iv Lot Agricultural Herbicides And Fertilizers 1 17,600.00 17,600.00 Gal Herbicide, Clear Out, 5 Liters/gal 11 1,600.00 17,600.00 Sub-total 17,600.00 Other Supplies And Materials V Lot Janitorial Supplies 1 126,810.66 126,810.66 Various Offices Bot Alcohol Rubbing 70% Solution 11 95.21 1,047.31 Can Air Freshener 280ml/150g Min Lemon Scent 8 298.00 2,384.00 Bot Air Freshener, Bottle Spray 280ml, Lemon Scent 15 395.00 5,925.00 Pc Albatross 12 45.00 540.00 Pc Bathroom Soap Regular, 70gms 17 45.00 765.00 Bot Bleach Liquid 100ml 13 195.00 2,535.00 Pc Broom Soft 16 120.00 1,920.00 Pc Broom Stick 8 35.00 280.00 Bar Detergent Bar, Jumbo 9 40 360.00 Pack Detergent Powder All Purpose, 1kg 13 150.00 1,950.00 Pc Dipper 6 48.00 288.00 Pad Dishwashing Pad 12 35.00 420.00 Pack Dishwashing Paste 400g 4 130.00 520.00 Bot Diswashing Liquid 500ml 34 65.00 2,210.00 Pc Door Mat Large 7 350.00 2,450.00 Pc Dustpan Non Rigid Plastic W/detachable Handle 6 75.00 450.00 Bot Fabric Conditioner, 500ml 3 165.00 495.00 Pc Feather Duster 3 200.00 600.00 Bot Furniture Cleaner, Aerosol Type 300ml 5 250.00 1,250.00 Bot Glass Cleaner 500ml 8 310.00 2,480.00 Pc Mop Head, Cotton/rayon, 400g Min 5 180.00 900.00 Pc Mop Handle Screw Type, Aluminum 2 295.00 590.00 Gal Muriatic Acid 3 395.00 1,185.00 Pc Pail Plastic, Large 3 326.70 980.10 Pc Pail Plastic, Medium 2 180.00 360.00 Pc Rags, All Cotton, 32 Pcs/kg Min 1 845.00 845.00 Pc Spin Mop, Durable 3 1,950.00 5,850.00 Bot Toilet Bowl & Urinal Cleaner 900ml 4 245.00 980.00 Pc Toilet Bowl Brush 4 125.00 500.00 Pack Toilet Deodorant Cake 3pcs/pack 2 98.00 196.00 Pack Toilet Tissue 2 Ply (12 Pcs/pack) 29 220.00 6,380.00 Pc Towel Medium White 6 150.00 900.00 Pc Trash Can W/cover, Standard Size 6 440.00 2,640.00 Bndl Trashbag, Plastic Gusseted Type Black 100pcs 7 595.00 4,165.00 Meedmo Bot Air Freshener, Bottle Spray 280ml, Lemon Scent 2 395.00 790.00 Pc Albatross 10 45.00 450.00 Pc Bathroom Soap Regular, 70gms 24 45.00 1,080.00 Bot Bleach Liquid 100ml 10 195.00 1,950.00 Pc Broom Soft 9 120.00 1,080.00 Pc Broom Stick 31 35.00 1,085.00 Pc Brush, Plastic 21 39.00 819.00 Bar Detergent Bar, Jumbo 17 40.00 680.00 Pack Detergent Powder All Purpose, 1kg 23 150.00 3,450.00 Bot Disinfectant Spray 5 249.00 1,245.00 Pcs Disinfectant Hand Gel Sanitizer 5 148.00 740.00 Pad Dishwashing Pad 3 35.00 105.00 Pack Dishwashing Paste 400g 1 130.00 130.00 Bot Diswashing Liquid 500ml 11 65.00 715.00 Pc Door Mat Large 4 350.00 1,400.00 Pc Door Mat Medium 1 300.00 300.00 Pc Dustpan Non Rigid Plastic W/detachable Handle 4 75.00 300.00 Bot Fabric Conditioner, 500ml 6 165.00 990.00 Pc Flower Pot, Big With Base Cover 10 110.00 1,100.00 Bot Furniture Cleaner, Aerosol Type 300ml 6 250.00 1,500.00 Unit Grass Cutter 1 20,000.00 20,000.00 Bot Handsoap Liquid & Bacteria 1 148.00 148.00 Bot Glass Cleaner 500ml 7 310.00 2,170.00 Pair Gloves Rubber 3 500.00 1,500.00 Pc Multifunctional Brush, Floor Cleaning, Long Handle, Adjustable 1 349.00 349.00 Pc Mop Head, Cotton/rayon, 400g Min 4 180.00 720.00 Pc Mop Handle Screw Type, Aluminum 2 295.00 590.00 Pc Pail Plastic, Large 3 326.70 980.10 Pair Rubber Boots,size 8 16 845.00 13,520.00 Pair Rubber Boots Size 8 To 9 2 933.08 1,866.15 Pc Rug Mop 6 16.50 99.00 Bot Tiles Cleaner,stain Remover 500ml 2 399.00 798.00 Bot Toilet Disfenctant Spray,500ml 2 249.00 498.00 Bot Toilet Bowl & Urinal Cleaner 900ml 5 245.00 1,225.00 Pc Toilet Bowl Brush 3 125.00 375.00 Pack Toilet Deodorant Cake 3pcs/pack 1 98.00 98.00 Pack Toilet Tissue 2 Ply (12 Pcs/pack) 16 220.00 3,520.00 Pc Trash Can W/cover, Small 2 440.00 880.00 Pc Trash Can W/cover, Standard Size 1 440.00 440.00 Bndl Trashbag, Plastic Gusseted Type Black 100pcs 3 595.00 1,785.00 Sub-total 126,810.66 Vi Lot Carpentry And Gardening Tools 1 27,155.70 27,155.70 Various Offices Boxes 3 "chicago Screws /srew Posts (100 Sets/box) 3 1,500.00 4,500.00 Meedmo Pc Adjustable 1 2,035.00 2,035.00 Pc Bareta Solid Or Digging Bar 5ft,12" Ø Corrugated Steel Bar 1 907.50 907.50 Pc Hack Saw Blade 8 85.80 686.40 Pc Hammer 1 902.00 902.00 Pc Howning Stone 1 217.80 217.80 Pc Masonry Hammer 1 1,200.00 1,200.00 Pc Multi Function Grass Cutting Tool(lampas) 5 350.00 1,750.00 Pc Pvc Pipes Cutters Heavy Duty Tube Cutter Ppr Hose Cutting Hand Water Pipe 2 500.00 1,000.00 Pair Sander Blade 2 181.50 363.00 Pc Saw 1 484.00 484.00 Pc Shovel Small Heavy Duty Pointed 3 300.00 900.00 Pc Shovel, Big, Heavy Duty 4 511.50 2,046.00 Pc Wheel Borrow 2 5,082.00 10,164.00 Sub-total 27,155.70 Vii Lot Cooking And Kitchen Utensils 1 70,520.95 70,520.95 Various Offices Pc Big And Smart Drawer Dish Cabinet / Organizer 1 2,873.75 2,873.75 Pc Bowl, Soup, Glass 12 85.00 1,020.00 Set Cups & Saucers Breakable (12pcs/set) 2 1,000.00 2,000.00 Pc Dish Drainer, Plastic 1 3,762.00 3,762.00 Doz Drinking Glass, Breakable (plain) 1 550.00 550.00 Pc Fork, Stainless 14 100.00 1,400.00 Pc Frying Pan , Large Non Stick 1 2,000.00 2,000.00 Pc Induction Cooker, Single Burner, 2000 Watts 1 5,000.00 5,000.00 Pc Knife 2 250.00 500.00 Set Lpg Gas Stove, Double Burner With 11kgs Lpg Tank 1 5,082.00 5,082.00 Tank Lpg Refill 1 1,495.00 1,495.00 Pc Microwave Oven 23l With Quick Defrost And Auto Cook Function 1 5,625.00 5,625.00 Pc Paper Towel, 2 Ply 6 78.00 468.00 Pc Plate, Breakable, Plain 12 200.00 2,400.00 Pc Plate, Melamine 10 100.00 1,000.00 Pc Rice Cooker, Electric, 10 Cups 1 5,874.00 5,874.00 Doz Tablespoon, Heavy Duty 5 281.60 1,408.00 Doz Teaspoon, Heavy Duty 2 281.60 563.20 Unit Water Dispenser With Water Jug, Hot And Cold 2 12,000.00 24,000.00 Pc Electric Water Heater, Stainless, Heavy Duty 1 1,200.00 1,200.00 Meedmo Set Cups & Saucers Breakable (12pcs/set) 1 1,000.00 1,000.00 Pc Frying Pan , Non Stick Coating 1 1,300.00 1,300.00 Sub-total 70,520.95 Viii Lot Sports Equipment And Supplies 1 70,000.00 70,000.00 Set Soft Ball Equipment (9 Gloves,1 Bat, I Body & Under Protector. 1 Batter's Head Protector, 1 Pitcher Mask, 4 Pcs Softball Balls) 1 35,000.00 35,000.00 Pcs Soft Ball Balls 4 400.00 1,600.00 Lot Table Tennis Table 1 20,000.00 20,000.00 Tube Table Tennis Ball 4 500.00 2,000.00 Pc Volley Ball Net Cable Cord W/ White Band In Each Side 1 1,500.00 1,500.00 Pcs Volleyball Leather 2 3,750.00 7,500.00 Tube Lawn Tennis Ball 4 600.00 2,400.00 Sub-total 70,000.00 Ix Lot Electricals 1 53,665.05 53,665.05 Various Offices Pc Money Counting Machine 1 5,000.00 5,000.00 Meter Welding Cable 10 250.00 2,500.00 Unit Welding Machine,500 A, Pure Copper Coil, Heavy Duty With Complete Accessories (welding Mask,cable, Gloves & Electrode) 1 35,000.00 35,000.00 Box Welding Electrode (5kgs/box) 4 1,000.00 4,000.00 Meedmo - Pc 50 Meters Extension Wheel Cable Reel 240v 1 2,500.00 2,500.00 Pc 5m Heavy Duty Power Socket Extension Moveable Multi Function With 4 2 700.00 1,400.00 Roll Electrical Tape, Big 0.16mmx19mmx16m 3 100.00 300.00 Pc Light Bulb, 12 Watts, Led 4 326.70 1,306.80 Pc Money Detector 1 1,226.28 1,226.28 Pc Pliers 1 431.97 431.97 Sub-total 53,665.05 X Lot Office Equipment, Tools And Devices 1 483,950.00 483,950.00 Various Offices Unit Aircon Window Type 2hp Inverter 1 45,010.00 45,010.00 Pc Cash Register Drawer Insert Tray (5 Bills) 1 600.00 600.00 Pc Cash Box Portable Steeel Security Lock (30x24x9cm) 1 550.00 550.00 Pc Chairs Monoblock Heavy Duty 30 600.00 18,000.00 Pc Chairs, Elegant And Comfortable 3 1,650.00 4,950.00 Unit Executive Chair (90 -180) Recliner Back Tilt, 360 Degree Swivel, Seat Height Adjustment For Multitasking Convinience, Ergonomic Cushion, Fixed Armrests, Sgs Gas Lift, Smooth & Quiet Rolling With Controller Of Chair Back Angle 1 15,000.00 15,000.00 Unit Ergonomic Mesh Office Chair (ergonomic Back Rest, Double Curved Handrails, Thick Spondge & Latex Cushion, Thick Arched Frame, Non Slip Silent Foot 1 3,000.00 3,000.00 Unit High Performance Active 100 Watts Commercial Installed Sound Speaker 1 20,000.00 20,000.00 Pc Office/computer Chairs, With Wheels 2 5,950.00 11,900.00 Pc Office Tables, With Top Glass, 6 Side Drawer, 1 Front Drawer, Wooden 1 9,500.00 9,500.00 Unit Printer, Dot Matrix 0 15,000.00 - Unit Printer, All-in-one (print-scan-copy) With Built-in Ciss 10 16,445.00 164,450.00 Unit Printer All In One(print Scan Copy) 1 14,950.00 14,950.00 Pc Storage Box, 155l Heavy Duty 3 4,235.00 12,705.00 Unit Steel Cabinet, 4 Drawers, White 2 16,390.00 32,780.00 Set Wireless Microphone 1 4,500.00 4,500.00 Set L-type Sofa 4 Inch With Button 1 25,000.00 25,000.00 Meedmo 1 Unit Laptop, A315-59-729s I7-1255u8gb 512gb Ssd 15.6"shared Win11 H&s Silver 1 47,680.00 47,680.00 Pcs Leather Storage Rectangular Chair Box, Stoolman 38cm X76cm, Brown Color 2 625.00 1,250.00 Unit Printer, Dot Matrix 1 15,000.00 15,000.00 Unit Printer, All-in-one (print-scan-copy) With Built-in Ciss 2 16,445.00 32,890.00 Pc Storage Box, 155l Heavy Duty 1 4,235.00 4,235.00 Sub-total 483,950.00 Xi Lot Clothing And Textiles 1 73,550.00 73,550.00 Pcs Uniform Full Sublimated Polo Shirt Assorted Sizes 55 800.00 44,000.00 Pc Sweat Shirt Sublimation 35 730.00 25,550.00 Pc Leather Cowboy Hat 20 200.00 4,000.00 Sub-total 73,550.00 Xii Lot Water Supplies And Utilities 1 275,050.00 275,050.00 Various Offices Boxes Aquatabs (trociosene Sodium)100 Tabs 10 495.00 4,950.00 Pails Chlorine Granules 45kls 3 8,350.00 25,050.00 Meemo Kilo Chlorine 5 300.00 1,500.00 Kilo Chlorine Granules 6 300.00 1,800.00 Pail Chlorine 45 Kls Pail 2 11,500.00 23,000.00 Pc Water Meter,15mm Anti Magnetic,uni-directional Brass Dry 125 1,750.00 218,750.00 Sub-total 275,050.00 Xiii Lot Tarpaulin 1 25,630.43 25,630.43 Various Offices Pc Tarpaulin, 4x8 10 731.83 7,318.30 Pc Tarpaulin, 4x9 6 823.35 4,940.10 Pc Tarpaulin, 6x12 2 1,756.54 3,513.08 Pc Tarpaulin, 8x12 1 2,084.50 2,084.50 Pc Tarpaulin, 15ft X20ft 1 7,500.00 7,500.00 Meedmo Pc Tarpaulin, 2x3 2 137.23 274.45 Sub-total 25,630.43 Xiv Lot Communication Tools, Supplies And Equipment 1 10,600.00 10,600.00 Unit Bluetooth Speaker Rechargeable Heavy Duty 1 9,000.00 9,000.00 Pc Studio Speaker 1 1,600.00 1,600.00 Sub-total 10,600.00 Xv Lot Other Categories 1 331,668.87 331,668.87 Various Offices Pack Assorted Packed Cakes And Pastries, 10s/pack 24 101.20 2,428.80 Bag Assorted Biscuits, 10 Pcs/pack 24 93.50 2,244.00 Bot Bottled Water,250ml 88 26.18 2,303.84 Pack Coffee, 3 In 1, 36pcs/pack 2 235.24 470.48 Pack Disposable Cup/styro Cup 3 37.90 113.70 Pack Juice Ready Mix Drink,500 Grms/pack 24 266.20 6,388.80 Pc Ceramic Steam Hair Straightener Fast Heating Hair Flat Iron 5 1,405.00 7,025.00 Unit Document Shreder, Automatic Paper Shreder 1 3,800.00 3,800.00 Pc Electric Mosquito Repellant Tasteless, Smokeless Safe For All 5 99.00 495.00 Lot Fresh Flowers 1 7,810.50 7,810.50 Mtr Cloth (color To Be Determined) 135 85.00 11,475.00 Lot Decoration 1 15,000.00 15,000.00 Mtr Artificial Plastic Bermuda Grass 160 100.00 16,000.00 Unit Foldable Table 40x80cm 2 1,700.00 3,400.00 Unit Foldable Table 76.2x183.8cm 3 3,000.00 9,000.00 Pc Foldable Table Premium Quality White Steel, 4ft, Heavy Duty 5 3,000.00 15,000.00 Pc High Grade Long Handle Glass Wiper Home And Office Cleaning 3 132.00 396.00 Pc Outdoor Umbrella, 45, High Density Polyster Fabric, Heavy Duty 4 2,650.00 10,600.00 Set Plaque, Acrylic,assorted Sizes, 32pcs 1 28,720.00 28,720.00 Pcs Retractable Tent, Oudoor Heavy Duty Size:3ft X3ft With Ldrrmo 10 3,500.00 35,000.00 Pcs Token Frosted Mug With Mdrrmc Logo 200 200.00 40,000.00 Pcs Hair Clipper 4 1,450.00 5,800.00 Pc Map Printed On Sintra Pvc Board Size A0 2 2,210.00 4,420.00 Pcs Professional Hair Dryer/dryer Heavy Duty 5 1,400.00 7,000.00 Unit Stand Fan With Powerful Motor 1 1,618.75 1,618.75 Pc Token Special 5 500.00 2,500.00 Pc Lei Special 8 295.00 2,360.00 Pc Token 2 750.00 1,500.00 Pc Token 4 550.00 2,200.00 Pc Wooden Box With Top Opening Cover, Size Length 3,5 Feet, Width 1,5 Feet, Height 1,5 Feet 1 2,100.00 2,100.00 Pcs Cutting Disc, #4 Heavy Duty 9 115.00 1,035.00 Pcs Grinding Disc, #4 Heavy Duty 9 175.00 1,575.00 Pcs Grease Gun, Heavy Duty With Flex Hose Pistol Grip 2 2,439.50 4,879.00 Pcs Jack, 20 Tones Heavy Duty 1 9,011.00 9,011.00 Pc 26 Inch 54w Foldable 6 Tube Studio Light 1 3,669.00 3,669.00 Pc Rca Jack 2 150.00 300.00 Meedmo 1 Pcs Heavy Duty ,paper Cutter, Wood,metal Base With Adjuster 1 710.00 710.00 Kilo Twine 1 250.00 250.00 Set Water Quality Test Kit 2 350.00 700.00 Pc Paper Binding Machine 1 5,000.00 5,000.00 Roll Welding Rod 1 350.00 350.00 Unit Filling Cabinet Multipurpose Metal Cabinet Storageorganizer With Lock 2 7,000.00 14,000.00 Pcs Office Table Megabox Mg 167 Small Drawers 4 Layers White Width 6.3 Inches 1 500.00 500.00 Pcs Heavy Duty Monoblack Chair Plastic Color Blue 12 600.00 7,200.00 Roll Caution Tape 300m 3 300.00 900.00 Pc Warning Device Triangle 1 350.00 350.00 Pc Rectactable Tent Outdoor Heavy Duty Size 3ft X3ft With Print 2 3,500.00 7,000.00 Pcs High Quality Raincoat Rubberized 15 500.00 7,500.00 Pc Grinder Tool 1 7,520.00 7,520.00 Pc Maso 1 1,180.00 1,180.00 Pc Well Barrow 1 2,870.00 2,870.00 Pc Pipe Wrench #10 1 2,450.00 2,450.00 Pc Adjustable Wrench 1 1,250.00 1,250.00 Pc Socket Wrench Set 1 4,300.00 4,300.00 Sub-total 331,668.87 *nothing Follows* Grand Total 1,945,095.41 Bidders Should Have Completed, Within Three Years (3 Yrs.) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulation (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnership, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organization Country The Laws Or Regulation Of Which Grant Similar Rights Or Privileges To Filipino Citizen Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Bids And Award Committee Secretariat And Inspect The Bidding Documents At The Address Given Below During 8:00am – 5:00pm, Mondays To Fridays. Activities: Issuance Of Bid Documents: March 26, 2024 - April 16, 2024; Until 9:30 Am, At The Bids And Awards Committee Office (bac), Administrative Building, Kalilangan, Bukidnon. Pre-bid Conference: April 2, 2024; 9:00 Am, At The Municipal Conference Room, Municipal Building, Kalilangan, Bukidnon. Submission Of Eligibility Documents, April 16, 2024; Until 9:30 Am, At The Municipal Conference Room, Municipal Building, Kalilangan, Bukidnon. Opening Of Bids And Bid Evaluation: April 16, 2024; 10:00 Am, At The Municipal Conference Room, Municipal Building, Kalilangan, Bukidnon. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On The Above Schedule From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand (php5,000.00) Pesos. Bids Must Be Delivered To The Address Below On The Above Schedule. All Bids Must Be Accomplished By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bids Will Be Opened In The Presence Of The Bidders And/or Bidder’s Representative Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. The Local Government Unit – Kalilangan, Bukidnon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Annalyn C. Abriol Head Bac Secretariat Bac Office- Lgu-kalilangan, Bukidnon Contact No. 096-3969-3358 Email Add: Kalilangan.procurement@gmail.com (sgd) Josefina C. Chaves Municipal Assessor/bac Chairman
Closing Date16 Apr 2024
Tender AmountPHP 1.9 Million (USD 34.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Details: Combined Synopsis-solicitation For Commercial Products And Commercial Services effective Date: 03/15/2023 revision: 01 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac 2024-02 (eff. 12/22/2023) this Solicitation Is A Total Set-aside For Sdvosb Small Business. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811310 Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance With A Small Business Size Standard Of $12.0 Million. The Fsc/psc Is J059 Maintenance, Repair, And Rebuilding Of Equipment-electrical And Electronic Equipment Components. the James J. Peter Va Medical Center At 130 West Kingsbridge Rd., Bronx Ny Is Seeking Replacements Of Batteries And Radiators For Their Generac Generators To Include All Installation Parts And Testing To Ensure Replacement Parts Are Compliant And Functioning. all Interested Companies Shall Provide Quotations For The Following: Line-item Number, Description Details, Quantity, Unit Of Measure, Unit Of Price, Total Price, And Grand Total Price. please Ensure That Your Quote Covers The Cost For Everything Requested In The Sow. We Must See The Breakdown Of Every Line Item. services statement Of Work replace Batteries And Radiators for Generac Generators 1. Background engineering Service Is Seeking To Replace The Existing Batteries, Radiators, And Appurtenances For The Generac Generators Units 1, 2, 4, And 5 With New Batteries, Radiators, And Appurtenances. The Information For The Generac Generators Is As Follows: generator rating model fuel Type serial location areas Serves generac#1 600kw/750kva 12458200100 natural Gas/#2 Diesel 2108384 motor Pool Area life Safety, Critical, Essential Equipment, Penthouse Fans, Fire Pump generac#2 600kw/750kva 12458200100 natural Gas/#2 Diesel 2108823 warehouse Loading Area life Safety, Critical, Essential Equipment, Penthouse Fans, Fire Pump generac#4 600kw/750kva 12458200100 natural Gas/#2 Diesel 2108822 warehouse Loading Area life Safety, Critical, Essential Equipment, Penthouse Fans, Fire Pump generac#5 600kw/750kva 12458200100 natural Gas/#2 Diesel 2108814 warehouse Loading Area life Safety, Critical, Essential Equipment, Penthouse Fans, Fire Pump 2. Place Of Performance department Of Veterans Affairs James J. Peters Va Medical Center (jjp Vamc) 130 West Kingsbridge Road Bronx Ny 10468 3. Period Of Performance the Contractor Shall Complete All Work Within 8 Weeks From Ntp. 4. Type Of Contract firm Fixed Price (ffp) 5. Environmental Procedures the Contractor Shall Adhere To All Federal, State, And Local Codes And Requirements For Campus At All Times. 6. Site Conditions a. All Work Is To Be Coordinated With Va Poc. b. This Is An Occupied Facility. c. A Material And Equipment Staging Area Is To Be Coordinated And Confirmed With The Va Poc. The Staging Area Is To Be Considered Unsecure. d. The Contractor Is To Leave No Area Unsafe At The End Of The Working Day. 7. Hours Of Operation (applicable When Working At A Va Site) work Shall Be Completed During Normal Business Hours, Monday Through Friday, 8:00 Am To 4:00 Pm. contractor May For His/her Convenience Request Authorization In Advance From The Cor To Work Outside Of Regular Working Hours Of Regular Workdays At No Additional Cost To The Medical Center. Authorization Shall Be At The Discretion Of The Cor. the Contractor Is Not Required To Perform Services On The Following Holidays: new Year S Day Labor Day martin Luther King Jr. S Birthday Columbus Day washington's Birthday Veteran S Day memorial Day Thanksgiving Day juneteenth National Independence Day Christmas Day independence Day 8. Housekeeping The Project Site Shall Be Kept In A Neat, Orderly, And Safe Condition At All Times. 9. Exclusions the Contractor Shall Not Be Liable For Any Loss, Damage Or Delay Caused By Acts Of Fire, Explosion, Floods, Riot, Civil Commotion, War, Act Of God, Or By Any Cause Beyond His/her Reasonable Control, Nor Shall He/she Be Liable For Consequential Damages From Such Causes. The Following Work Is Specifically Excluded From This Contract: repair Or Replacement Made Necessary Due To The Negligence Or Misuse Of The Equipment By Persons Other Than The Contractor, His/her Representatives Or His/her Employees. the Contracting Officer Must Approve, In Advance, Any Extra Charge Work Attributed To Vandalism Or Misuse. No Invoice Will Be Paid Without Prior Approval. any Repairs Due To Misuse Or Negligence Shall Be Billed According To The Labor Rate Specified In The Pricing Schedule. Parts Will Be Billed At Actual Invoiced Cost. 10. Security Requirements contractor Personnel Must Have In Their Possession For Inspection By Va Police Department A Valid State Or Government Issued Identification Such As Drivers License Or Passport. personnel May Be Required To Surrender Their Id To The Va Police To Obtain A Temporary Day Pass At The Discretion Of Va Police. Id Will Be Returned Upon Leaving Us Government Property. the Contractor Shall Not Have Access To The Department Of Veterans Affairs Computer System. 11. Government Furnished Items, Services & Responsibilities, And Definitions contracting Officer (co): The Contracting Officer Has The Overall Responsibility For The Administration Of This Contract. He/she, Alone, Without Delegation, Is Authorized To Take Action On Behalf Of The Medical Center To: Amend, Modify Or Deviate From The Contract Terms, Conditions, Requirements, Specifications, Details And/or Delivery Schedules. However, He/she May Delegate Certain Other Responsibilities To His/her Authorized Representatives. contracting Officer's Representative (poc): The Service Line Poc Will Assist The Co In The Discharge Of His/her Responsibilities. The Responsibility Of The Poc Includes But Are Not Limited To: Determining The Adequacy Of Performance By The Contractor In Accordance With The Terms And Conditions Of This Contract; Acting As The Medical Center's Representative In Charge Of The Work At The Site; Ensuring The Compliance With Contract Requirements Insofar As The Work Is Concerned; And Advising The Co Of Any Factors Which May Cause Delay In Performance Of The Work. 12. Scope Of Work: the Contractor Shall Furnish All Material, Labor, Supervision, Tools, And Equipment Necessary To Perform The Following Work For The Generac Generator Units 1, 2, 4, And 5(oem Equipment As Per The Manufacturer S Recommendations): a) Batteries And Appurtenances: perform Lock Out Procedures. remove & Install New Batteries, Air Filters, Fan Belts, Fuel Lines, Turbo Oil Return Lines, And Jacket Water Heater Hoses. test Run Unit For Proper Operation. Place Unit Back Into Auto With Breaker Closed. radiators And Appurtenances: all Work To Replace Radiators For The Generac Generators Units 1, 2, 4, And 5. pressure Test System. test Run Unit And Top Off Coolant As Needed. clean Work Area. once The Battery Installation Is Completed The Contractor Shall Test The Batteries And Radiators And Provide A Written Report Of Results To The Va Poc To Confirm Proper Installation. 14. Submittals: a. Submit, For Review And Approval To The Va Poc, The Manufacturers/supplier S Spec Sheets, Shop Drawings (if Requested), And Any Other Requested Information For All Materials To Be Used As Part Of This Project. b. Submit Only Materials Which Are Known To Be Fully Compatible With The Actual Installation Conditions. 15. General Safety Requirements the Contractor Is Responsible And Shall Continue Management And Implementation Of A Safety And Health Program Throughout Duration Of The Project. the Contracting Officer And Va Staff Reserve The Right To Suspend Work When Patient, Staff And Supplier's Safety And Health Program Is Inadequate Or Non-complying. the Contractor Shall Provide All Personal Protective Equipment For The Workers As Per The Requirement Of The Site. Work Will Be Stopped In Case The Proper Protection Equipment Is Not Found With The Workers And The Lapse Of Time Shall Be At The Supplier S Expense. all Work Must Be In Compliance With Osha Safety Standards And Nfpa Electrical Work Requirements. The Contractor Shall Also Be Familiar With Working On All Applicable Electrical Equipment. 16. Guarantee & Warranty the Contractor Shall Guarantee That All Work Performed Will Be Free From All Defects In Workmanship And Materials And That All Installation Will Provide The Capacities And Characteristics Specified. The Contract Further Guarantees That If, During A Period Of One Year From The Date Of The Certificate Of Completion And Acceptance Of The Work, Any Such Defects Will Be Repaired By The Contractor At His Own Cost. final Inspection Is To Be Done By The Contractor And Va Service Line Poc. the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.204-7 System For Award Management (oct 2018) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov2021) 52.204-29 Federal Acquisition Supply Chain Security Act Orders-representations And Disclosures (dec2023). 52.212-2 Evaluation-commercial Products And Commercial Services (nov 2021) 52.212-3 Offeror Representations And Certifications Commercial Products And Commercial Services (nov2023) 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) (end Of Addendum Far 52.212-1) far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sept 2023) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ solicitation. However, The Small Business Size Standard For A Concern That Submits Anâ offer, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees Forâ information Technologyâ value-added Resellers Under Naics Code 541519, If Theâ acquisition (1)is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; (2)uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ offerorâ waives The Price Evaluation Preference; Or (3)is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ offers. Submit Signed And Datedâ offersâ to The Office Specified In Thisâ solicitationâ at Or Before The Exact Time Specified In Thisâ solicitation.â offersâ mayâ be Submitted On Theâ sf 1449, Letterhead Stationery, Or As Otherwise Specified In Theâ solicitation. As A Minimum,â offersâ mustâ show (1)â theâ solicitationâ number; 36c24224q0355 (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ offers; (3)â the Name, Address, And Telephone Number Of Theâ offeror; (4)â a Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; (5)â terms Of Any Expressâ warranty; (6)â price And Any Discount Terms; (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ offerorâ shallâ complete Electronically); (9)â acknowledgment Ofâ solicitationâ amendments; (10)â past Performanceâ information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And (11)â if Theâ offerâ is Not Submitted On Theâ sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â offersâ that Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ offers. Theâ offerorâ agrees To Hold The Prices In Itsâ offerâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ offers Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ offers. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Preaward Testing. (e)â multipleâ offers.â offerorsâ are Encouraged To Submit Multipleâ offersâ presenting Alternative Terms And Conditions, Including Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ offerâ submitted Will Be Evaluated Separately. (f)â late Submissions, Modifications, Revisions, And Withdrawals Ofâ offers. (1)â offerorsâ are Responsible For Submittingâ offers, And Any Modifications, Revisions, Or Withdrawals, To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ offersâ or Revisions Are Due. (2) (i)â anyâ offer, Modification, Revision, Or Withdrawal Of Anâ offerâ received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ offersâ is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, Theâ contracting Officerâ determines That Accepting The Lateâ offerâ would Not Unduly Delay Theâ acquisition; And- (a)â if It Was Transmitted Through Anâ electronic Commerceâ method Authorized By Theâ solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Workingâ dayâ prior To The Date Specified For Receipt Ofâ offers: Or (b)â there Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Ofâ offersâ and Was Under The Government S Control Prior To The Time Set For Receipt Ofâ offers; Or (c)â if Thisâ solicitationâ is A Request For Proposals, It Was The Only Proposal Received. (ii)â however, A Late Modification Of An Otherwise Successfulâ offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received Andâ mayâ be Accepted. (3)â acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On Theâ offerâ wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel. (4)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ offersâ cannot Be Received At The Government Office Designated For Receipt Ofâ offersâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude Amendment Of Theâ solicitationâ or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ offersâ will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (5)â offersâ mayâ be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Ofâ offers. Oralâ offersâ in Response To Oralâ solicitationsâ mayâ be Withdrawn Orally. If Theâ solicitationâ authorizes Facsimileâ offers,â offersâ mayâ be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Ofâ offers, Subject To The Conditions Specified In Theâ solicitationâ concerning Facsimileâ offers. Anâ offerâ mayâ be Withdrawn In Person By Anâ offerorâ or Its Authorized Representative If, Before The Exact Time Set For Receipt Ofâ offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For Theâ offer. (g)â contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluateâ offersâ and Award A Contract Without Discussions Withâ offerors. Therefore, Theâ offeror S Initialâ offerâ shouldâ contain Theâ offeror S Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By Theâ contracting Officerâ to Be Necessary. The Governmentâ mayâ reject Any Or Allâ offersâ if Such Action Is In The Public Interest; Accept Other Than The Lowestâ offer; And Waive Informalities And Minor Irregularities Inâ offersâ received. (h)â multiple Awards. The Governmentâ mayâ accept Any Item Or Group Of Items Of Anâ offer, Unless Theâ offerorâ qualifies Theâ offerâ by Specific Limitations. Unless Otherwise Provided In The Schedule,â offersâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless Theâ offerorâ specifies Otherwise In Theâ offer. (i)â availability Of Requirements Documents Cited In Theâ solicitation. (1) (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101 29, And Copies Of Federal Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website Atâ https://assist.dla.mil. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Assist Website Atâ https://assist.dla.mil. (3)â defense Documents Not Available From The Assist Websiteâ mayâ be Requested From The Defense Standardization Program Office By (i)â using The Assist Feedback Module (â https://assist.dla.mil/ Feedback); Or (ii)â contacting The Defense Standardization Program Office By Telephone At 571 767 6688 Or Email Atâ assisthelp@dla.mil. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier. (applies To Allâ offersâ that Exceed Theâ micro-purchase Threshold, Andâ offersâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ offerorâ shallâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ offer, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ offeror's Name And Address. Theâ offerorâ alsoâ shallâ enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ unique Entity Identifier. The Suffix Is Assigned At The Discretion Of Theâ offerorâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ offerorâ does Not Have Aâ unique Entity Identifier, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ unique Entity Identifierâ establishment Directly To Obtain One. Theâ offerorâ shouldâ indicate That It Is Anâ offerorâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ unique Entity Identifier. (k)â [reserved] (l) Requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. questions: Request For Information (rfi)/questions Shall Be Submitted In Writing Via Email To Lorraine.hussain@va.gov. Telephonic Questions Will Not Be Accepted. Request For Information/questions Will Not Be Accepted After February 9th, 2024, 10:00 Am Est. Questions Will Be Answered In An Amendment To The Solicitation. submission Instructions: Technical Packages (proposals) Must Be Received Not Later Than February 20, 2024, 3:00 Pm Est. The Government Will Only Accept Electronic Submissions Via Email. Send All Quotations To Lorraine.hussain@va.gov. The Email Subject Line Must Identify Solicitation 36c24224q0355. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). offers That Do Not Adhere To These Instructions May Be Determined To Be Incomplete And, Therefore, Risk Being Rejected Without Further Consideration For Award. Offer Submissions Shall Include: a. Completed Acknowledgement Of Amendments Sections (if Applicable). b. A Technical Submission To Describe The Offeror S Capability And Experience In Delivering The Services In The Statement Of Work (sow) Via 52.212-2 Evaluation Of Commercial Items Section. c. Past Performance Information Via 52.212-2 Evaluation Section. d. Completed Section Price/cost Schedule. e. Offers That Fail To Furnish Required Representation Or Information Or Reject The Terms And conditions Of The Solicitation Will Be Excluded From Consideration. (end Of Provision) 2. Far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) addendum To 52.212-2 Evaluation Commercial Products And Commercial Services basis For Award. The Government Will Award A Contract Resulting From This Solicitation To The Responsible Quoter Whose Quotation Conforming To The Solicitation Will Be Most Advantageous And Best Value To The Government, Given Price And Other Factors Considered. Comparative Analysis May Be Used. The Following Factors Shall Be Used To Evaluate Quotations: technical Capability: Technical Capability Is Defined As An Offeror S Ability To Satisfy The Solicitation S Requirements, Providing The Highest Quality Service To The Specified Facilities. The Technical Capability Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Sow, Solicitation, And Based On The Information Requested In The Instructions To Quoters Section Of The Solicitation. the Contractor Must Demonstrate In Their Technical Capability The Understanding Of This Requirement Needs By Providing A Capability Statement With Relevance Of The Scope Of Work Regarding The Medrad Preventative Maintenance As Stated In The Sow. specific Scope Of Work: The Quoter Will Be Evaluated On How Well Their Technical Capability Statement Demonstrates How The Vendor Will Meet The Needs Of This Requirement For Medrad Preventative Maintenance As Specified In Scope Of Work. See The Sow. technical Experience: The Quoter Will Be Evaluated On How Well Their Technical Experience Reflects That The Offeror Is A Firm Who Regularly Is Engaged In The Performance Of Work As Stated In Scope Of Work And Complexity. The Offeror's Experience Will Be Evaluated On Their Proficiency In Performance Of The Duties As Requested. authorization: Provide Documentation The Vendor Performing The Services Have Been Trained, Authorized And Licensed By Bayer Healthcare To Provide Preventative Maintenance And Calibration On Equipment Specified In Sow. past Performance: The Offeror Will Provide At A Minimum Three Past Performance Of Similar Scope Or Complexity. Information To Include A Description Of Work Done. The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. price: The Government Will Evaluate The Price By Adding The Total Of All Line-item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. evaluation Approach. The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: (end Of Addendum To Far 52.212-2) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (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 Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) addendum To Far 52.212-4 Show Far Clauses Followed By Vaar Clauses In Numeric Order. List All Clauses Incorporated By Reference In Numeric Order Under 52.252-2 (see Below), Starting First With Far And Followed By Vaar. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (dec2023) 52.252-2 Clauses Incorporated By Reference (feb 1998) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 852.211-72 Technical Industry Standards (nov2018) 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan2023) (deviation) 852.219-75 Va Notice Of Limitations On Subcontracting-certificate Of Compliance For Services And Construction (jan2023) (deviation) 852.232-72 Electronic Submission Of Payment Requests (nov 2018) 852.242-71 Administrative Contracting Officer (oct 2020) (end Of Addendum To Far 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (nov 2023) the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.204-10, Reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) 52.209-6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) 52.219-28, Post Award Small Business Program Rerepresentation (sep 2023) 52.222-3, Convict Labor (jun 2003) 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26, Equal Opportunity (sep 2016) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c Chapter 67. 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67 52.222-50, Combating Trafficking In Persons (nov 2021) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment - Requirements (may 2014) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67 52.222-55, Minimum Wages Under Executive Order 13658 (dec 201 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 1370 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer - System For Award Management (oct 2018) 52.242-5, Payments To Small Business Subcontractors (jan 2017) all Quotes Must Be Sent To The Nco2 Lorraine.hussain@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. Options Will Be Evaluated At Time Of Award. the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than February 23th, 2024, At 3:00 Pm Est. Lorraine.hussain@va.gov. telephonic Communication Will Not Be Accepted, All And Any Matter Regarding This Combined Synopsis/solicitation Must Be Sent By Email To Lorraine.hussain@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 lorraine Hussain, Contracting Office- Lorraine.hussain@va.gov
Closing Date23 Feb 2024
Tender AmountUSD 235 K 
This is an estimated amount, exact amount may vary.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Transportation and Logistics
United States
Details: The Minneapolis Va Health Care System Requires Wheelchair Patient Transportation Services In Accordance With The Draft Statement Of Work (sow) Below. this Is A Sources Sought/proof Of Capability Solicitation Looking For Vendors To Perform The Services Per The Sow For Market Research Purposes. No Awards Of A Contract Will Be Made From This Announcement. identify Your Organization's Socio-economic Category. if You Are A Vendor That Can Complete The Work Described In The Sow With Competitive Pricing, Please Send Your Contact And Organization Information With A Description Of Proof Of Capability To: Jeffrey.brown8@va.gov On Or Before April 15th, 2024. *if Applicable, Vaar Provision, 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction, Will Apply To The Potential Solicitation If Set-aside For Veteran Owned Small-businesses.* *if Applicable, Far Provision 52.219-14 Limitations On Subcontracting, Will Apply To The Potential Solicitation If Set-aside For Small-businesses.* statement Of Work- Wheelchair Van Transport Mvahcs (minneapolis Va Health Care System) 1. Requirements contractor To Provide Sufficient Vehicles, Drivers, And Attendants When Required, To Transport Wheelchair Patients Of The Minneapolis Veteran Affairs Medical Center (mvahcs), Minneapolis, Mn 55417, In Accordance With The Specifications Of This Performance Work Statement. contract Period Of Performance Shall Be For A Base Ordering Period Of Twelve (12) Months, With Four (4) Additional Twelve (12) Month Ordering Periods. the Quantity Of Trips And Mileages Are Estimated Only, And The Government Makes No Guarantee That These Estimates Will Be Actual Quantities Of Trips Or Mileages. 2. Rates (a) Rates Are To Include Vehicle And The Services Of A Qualified Driver. If The Contractor Is Required To Provide An Attendant (in Addition To The Driver), The Contractor Will Be Notified At The Time Service Is Requested. Contractor Shall Only Be Reimbursed For The Services Of An Attendant Which Are Authorized In Advance By Cor. (b) Payment For Trips Shall Be Computed As Follows: (1) The Base Rate Plus Mileage. (2) Mileage Shall Be Charged From Patient Pick Up Point To Destination. (3) Payments For Trips Are Limited To One Way Only Loaded Miles. (4) No Loads - A No Load Is Defined As A Request For Service By Authorized Medical Center Personnel (cor Or Authorized Representative From The Call List), Whereby The Contractor Arrives At The Destination Pick-up Point And No Veteran Is Transported Due To A Chance In The Medical Center S Needs, Veteran Refuses Pick-up, Veteran Not Home Or Veteran Not Medically/mentally Suitable For Transport. The Contractor Will Be Entitled To The Applicable Base Rate Only (no Mileage) When No Loads Are Encountered Due To No Fault Or Negligence Of The Contractor. (5) When More Than One Patient Is Transported: Contractor May Invoice Mileage For The Total Distance Traveled Plus The Base Rate For Each Transported Patient. Contractor Must Ensure That The Pick-ups And Drop-offs Are Scheduled So That The Total Distance Traveled Will Result In The Most Economical Charge To The Government. (6) Contractor S Odometer Will Be Used To Measure Actual Miles. (c) Waiting Time: Rates To Include One Quarter Hour Of Waiting Time At Either End Or Both Ends Of A Trip. Waiting Time Shall Begin At The Actual Point Of Pick-up (i.e., On The Ward, At The Clinic, Or The Patient S Residence). The Contractor Shall Be Reimbursed At The Rate Indicated Per Quarter Hour, In Excess Of The Initial One Quarter Hour Allowed. Anytime That The Contractor Anticipates A Delay For Which The Contractor Expects To Claim Reimbursement, The Contractor Shall Call The Beneficiary Travel Office And Advise That A Delay Is Anticipated And The Approximate Time Of Such Delay For Which The Contractor Expects To Claim Reimbursement. Contractor S Failure To Notify The Beneficiary Travel Office When Waiting Beyond The Initial One Quarter Hour Shall Result In Non-payment For Waiting Time. This Call Is Only For The Purpose Of Verifying The Contractor S Arrival Time At The Pick-up Or Drop-off Point And Is Not Necessary If The Contractor Anticipates No Delay For Which The Contractor Will Be Claiming A Reimbursement. However, If Prior Notification Has Been Given To The Contractor That Waiting Time In Excess Of The Initial 15 Minutes Will Be Required, The Contractor Is Not Obligated To Call For Verification. The Contractor Shall Be Responsible For All Costs Incurred In Verifying Waiting Time. (d) If The Contractor S Place Of Business Is Located Beyond The Local Telephone Call Zone Of Locations Listed In The Schedule Of Items, The Contractor Agrees To Accept Telephone Orders For Service On A Collect Basis. (e) Approximately 50% Of All Runs Picked Up Will Be Within 30 Miles Of The Medical Center. Approximately 95% Of All Runs Picked Up Will Occur Monday Through Friday. (f) An Estimated Five (5) Trips Per Week Are Outside The State Of Minnesota. 3. Vehicles And Equipment Regulations Contractor Shall Meet: Minnesota State Statutes, Chapter 8840, Department Of Special Transportation Services, Operating Standards, Subpart 8840.5100 Through 8840.6300 (revised) And Code Of Federal Regulations (cfr) Title 49, Section 38. (the Contracting Officer Shall Provide A Copy Of Referenced Materials Upon Written Request.) (a) The Vehicles And Equipment With Which The Contractor Renders The Above Services Shall Meet All State Of Minnesota (or Equal) Requirements For Insurance, Registration, And Equipment And Are To Include, But Not Be Limited To The Following: (1) Approved System For Wheelchair Securement Devices And A Tool Designed For Cutting Securement Straps In Case Of Emergency. (2) Safety Requirements For Seat Belts And Handling Of Motorized Or Electric Wheelchair. (3) Contractor Must Furnish Shoulder/chest Harness For Double Amputee Patients When Applicable. (b) Provide Vehicles With Interior Of Sufficient Height To Ensure That An Individual Of 6' Has Adequate Head Clearance. (c) Vehicles Shall Be Handicapped Accessible And Meet All Applicable Federal And State Motor Vehicle Safety Standards. (d) The Ramp Or Lift Shall Have A Slip-proof Surface. (e) All Additional Items Such As First Aid Kits, Flashlights, Warning Triangles, Ice Scrapers, Blankets, Etc. Shall Be Secured And Stored Below The Level Of Seat Backs. (f) Dry Chemical Fire Extinguishers Shall Be Securely Mounted In A Bracket And Readily Accessible To The Driver In An Emergency. Extinguishers Shall Be Serviced Annually And Display A Tag Indicating Date Of Service. (g) Heater(s) Shall Be Of Sufficient Capacity To Maintain Patient S Warmth During Winter Months. (h) All Vehicles Shall Be Air Conditioned. (i) Mvahcs Reserves The Right To Inspect Contractor's Equipment And Vehicles Or Require Documentation Of Compliance With Contract Specifications, And State Laws, Rules, Regulations And Guidelines Governing Transport Vehicles. Mvahcs Is Not Required To Obtain A Warrant To Inspect Contractor S Vehicles And Equipment To Ensure Contract Compliance. All Issues Found During Inspection Shall Be Reported To Contractor, And Any Illegal Issues Shall Be Reported To Mvahcs Police. Mvahcs Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles Which Need Repair, Unclean, Unsafe, Damaged On The Interior Or Exterior Body, And Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performing In Accordance With The Strict Intent And Meaning Of The Contract. 4. Standards For Maintenance (a) All Vehicles Shall Be Maintained In A Clean And Orderly Condition, Free From Debris And Any Accumulations Which May Constitute An Accident, Injury, Or Fire Hazard. (b) Vehicles Shall Be Maintained In Accordance With Manufacturer S Recommended Maintenance Schedule, Or An Improved Schedule Based On Actual Vehicle Operating Conditions. maintenance Log Shall Be Provided To Co Or Cor Upon Request. (c) Contractor Shall Correct A Deficiency That Might Interfere With Safe Operation Of Vehicle Before Vehicle Is Placed In Service. (d) Windows And Lights Shall Be Kept Clean And Operational. (e) The Interior Of Vehicles Shall Be Clean And In Good Repair. (f) Wheelchair Lifts Shall Be Maintained In Conformance With Operation/maintenance Manual Instructions Provided By Lift Manufacturer. When A Vehicle Is Serviced, The Mechanic Or Service Facility Shall Inspect, Repair, Or Service The Lift In Accordance With The Manufacturer S Instructions. (g) Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. (h) A Statement From The Offeror Indicating Compliance Of Vehicle Maintenance Files Is In Place Shall Be Submitted At Time Of Offer For Evaluation Purposes; Requested Submission And Verification Of These Documentation Requirements Shall Be A Quality Assurance Procedure During The Contract Period. 5. Driver Qualifications (a) Drivers Shall Have The Following Qualifications To Perform Work On This Contract: (1) Has Visual Acuity Of 20/20 In Each Eye Corrected, And A Field Of Vision Of At Least 70 Degrees In The Horizontal Meridian Of Each Eye; The Ability To Recognize The Colors Of Traffic Signals And Devices Showing Standard Red, Green, And Amber. (2) Does Not Have A Hearing Loss Greater Than 30 Db In The Better Ear With Or Without A Hearing Aid; And (3) Has No Current Medical Condition Which Interferes With The Ability To Drive Safely. (b) Every Two Years Each Driver Shall Obtain A Physician S Statement, Or The Statement Of A Nurse Practitioner Certified By The American Nurses Association (or Other Professional Nursing Certifying Organization Having Authority To Certify Registered Nurses In Advanced Nursing Practice) That The Driver Has No Current Medical Condition That Interferes With The Driver S Ability To Drive Safely. It Must Be Obtained Before Driving A Special Transportation Service Vehicle. Drivers For Facilities That Are Licensed By The Department Of Health Or The Department Of Human Services And Required By Either Of Those Departments To Provide A Physician S Or Nurse Practitioner S Statement Of Health On A Regular Basis May Substitute That Form Or Statement For The Form Required In This Part. A Driver Who Has A Driver S License Containing A Valid School Bus Endorsement Issued Under Minnesota Statutes, Section 171.321, (or Other State Equal) Or The Rules Of The Commissioner Of Public Safety, Or A Current United States Department Of Transportation Health Card, May Furnish A Copy Of That Endorsement Or Card Instead Of Furnishing The Physician S Statement Of Health. (c) Each Driver Shall Be Able To Perform A Vehicle Safety Inspection Daily To Ensure Their Vehicle Is In Proper Working Condition. This Includes Checking Service Brakes, Parking Brakes, Steering System, Lights And Reflectors, Tires, Wheels, Rims, Horn(s), Windshield Wipers, Rearview Mirrors, Oil/coolant Levels, Emergency Equipment. (d) Each Driver And Attendant, When A Vehicle Is Staffed By Both A Driver And An Attendant, Shall Be Able To Assist A Passenger Into And Out Of The Vehicle And Operate A Wheelchair Lift Or Ramp. (e) (1) Possess A Driver S License Which Is Valid For The Class Of Vehicle Driven And If Required Under Minnesota Statutes, (or Other State Equal), Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety. (2) Be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And (3) For The Past Three Years: (a) Have Not Had A Driver S License Canceled Under Minnesota Statutes, Section 171.14, Revoked Under Minnesota Statutes, Section 171.17, Or Suspended Under Minnesota Statutes, Section 171.18, Clause (2), (3), (4), (5), (7), Or (11) (or Other State Equal). (b) Have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven; And (c) Have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance Under Minnesota Statutes, Section 169a.20, Or An Ordinance In Conformity With That Section, Of Alcohol-related Driving By Commercial Vehicle Drivers Under Minnesota Statutes, Section 169a.20, And Of Driver's License Revocations Under Minnesota Statutes, Sections 169a.51 To 169a.53 (or Other State Equal). f) Each Driver Shall Also Have A Record Clear Of Criminal Convictions Of Crimes Or Anticipatory Crimes Against Persons, And Crimes Or Anticipatory Crimes Reasonably Related To Providing Special Transportation Services. Background Checks Are To Be Completed By Contractor. Mvahcs May Requests Records At Any Time. (h) Contractor Personal Must Follow Federal Motor Carrier Safety Administration (fmcsa) Regulations. 6. Driver And Attendant Training Requirements (a) Contractor Employees Performing Services To Va Beneficiaries Under This Contract Shall Meet All Requirements Of Minnesota Department Of Transportation Chapter 8840.5900/5910 (or Other State Equal) For Drivers And Attendants Of Special Transportation Service Vehicles, Including A Basic First Aid Class. (b) Driver And Attendant Shall Have Successfully Completed A Minimum Of Eight (8) Hours Training In The Techniques Of Transporting And Assisting Elderly And Physically Handicapped Passengers Which Shall Include Instruction In The Following Elements: (1) Discussion Of Characteristics Of The Aging Process And Major Disabling Conditions. (2) Discussion Of Common Assistance Devices Used By Elderly And Handicapped Persons. (3) Discussion Of Attitudes Toward Elderly And Handicapped Persons Which Includes The Participation Of Handicapped And Elderly Persons. (4) Instruction In Methods Of Handling Wheelchairs. (5) Instruction In Moving, Lifting, And Transferring Passengers. (6) Guidelines For Transporting Handicapped Persons; And (7) Instruction In The Operation Of Lifts, Ramps, And Wheelchair Securement Devices. (c) Each Contractor Employee Shall Be Instructed In Fire Extinguisher, Radio Dispatch, And Vehicle Ramp Operations, Wheelchair Lift And Securement Devices; And Will Know What To Do And Whom To Call In A Medical Emergency Or Accident. (d) Each Contractor Employee Shall Complete Four (4) Hours Of Training In First Aid (or Show Evidence Of Possessing American Red Cross First Aid Certificate). (e) Each Contractor Employee Shall Complete Four (4) Hours Of Classroom Instruction In Defensive Driving And Abuse-prevention Training. (f) Each Contractor Employee Shall Successfully Complete A Refresher First Aid Course Every Three (3) Years. (g) The Contractor Shall Have On File Satisfactory Evidence Of Above Training, Evidence That The Instructor Is Qualified To Teach The Above, And The Certificates For Instructor And Trainee/driver For Training Available For Review And Inspection By The Va Contracting Officer Or Cor. (h) A Record Of Each Contractor Employee Capability Of Performing The Duties Of A Driver Or Attendant Must Be Maintained And Made Available Upon Request By Cor. (i) Va Reserves The Right To Restrict Any Contractor Employee From Performing Services Under This Contract Who Do Not Meet The Required Qualifications For The Services They Are Required To Perform And Who Violates Federal Regulations Or Are Identified As A Potential Threat To The Security, Safety, Health And/or Operational Mission Of The Va And Its Veteran Population. The Restriction Of Such Contractor Personnel Shall Not Relieve The Contractor From Performing All The Required Services, In Accordance With All Terms, Conditions, And Schedules Contained Herein. (j) The Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. During The Contract Period Of Performance, If The Contractor Proposes To Add-on Or Replace Personnel To Perform Contract Services, The Contractor Shall Submit The Required Evidence Of Training, Certifications, Licensing, And Any Other Qualifications To The Designated Cor. At No Time Shall The Contractor Utilize Add-on Or Replacement Personnel To Perform Contract Services Who Do Not Meet The Qualifications Under The Terms And Conditions Of This Contract. (k) Contractor Personnel Performing Services For The Va Shall Always Conduct Themselves In A Professional Manner, Maintain Personal Hygiene, Wear Clean, Neat Uniforms And Be Identified By Having The Company Name And Employee Name Affixed To The Uniform. The Cor Has Authority To Report To The Contractor Any Perceived Violations Of Dress Standards And Ask The Contractor To Dismiss Personnel Until Compliant. The Contractor Shall Be Responsible For Furnishing All Vehicles, Personnel, Equipment And Supplies, Vehicle Fuel, Uniforms, Name Tags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. the Government Reserves The Right To Restrict Any Contractor Employee From Performing Services Under This Contract Who Do Not Meet The Required Qualifications, Or Who Violate Federal Regulations Or Are Identified As A Potential Threat To The Security, Safety, Health And/or Operational Mission Of Va And Its Veteran Population. The Restriction Of Such Contractor Personnel Shall Not Relieve The Contractor From Performing All The Required Services In Accordance With All Terms, Conditions, And Schedules Contained Herein. (l) Contractor Shall Comply With U.s. Interstate Commerce Commission Required Insurance Liability Coverage For Out-of-state Trips (wisconsin, Iowa, Dakotas, Etc.). Wheelchair Van Transportation Is Defined As Transport Of Non-ambulatory Patients (and Equipment) Who Are Usually Wheelchair Bound And Therefore Require Wheelchair Van Transport. (m) Contractor Personnel Shall Not Smoke In Vehicles Or Engage In Unlawful Cellphone Use While Transporting Va Patients 7. Passenger Transportation (a) It Is Understood That Only One Passenger Will Be Transported On A Trip Unless Specifically Authorized By The Cor Or Authorized Representative From The Delegation Of Authority List. Va Personnel Will Not Provide Assistance With Loading Or Unloading Passengers. (b) Drivers And Passengers Shall Use Seat Belts/securement Devices At All Times. All Va Patients Will Be Transported In A Wheelchair Secured Properly And Seated Facing Forward. (c) If Patient Is Ambulatory, They May Be Seated In Vehicle Without A Wheelchair. Patient Must Be Secured Using Appropriate Safety Restraints. (d) There Shall Be No Smoking By The Driver, Attendants, Or Passenger(s). (e) Contractor Shall Provide Through The Door Service For Patients To And From Their Designated Appointments. Patients Are To Be Picked Up On The Ward, In Their Homes, In Their Clinic, Or At Other Stated Areas And Taken To Their Stated Destination Or Appointment. At The Conclusion Of Their Appointments The Patient Shall Be Returned To The Ward, Inside His/her Home, Or To Other Stated Areas. All Patients Shall Be Attended By A Responsible Party At All Times. Assistance In Maneuvering Stairs And Other Barriers Shall Be Provided By The Driver And/or Attendant As Necessary. When A Patient Is Delivered To Or Departing From A Destination (such As A Clinic Or Other Appointment), A Responsible Party At The Destination Shall Be Informed Of The Patient S Arrival By The Driver Or Attendant. Responsible Party Is Defined As Any Driver, Professional Staff At Medical Center, Nursing Home Or Clinic, Or Patients Concerned Other. patients Denoted To Be Enrolled In Client Assistive Services (cas) Must Be Dropped Off In The Mvahcs Cas Office During Normal Business Hours, 7:30am Through 4:00pm. Drop Offs Occurring Outside Of Normal Business Hours Will Be Dropped Off At The Patient S Clinic Or Ward And Handed Off To A Responsible Party. At The Conclusion Of The Patient S Treatment, The Contractor Shall Pick Up The Patient From The Area Designated By The Cor Or Authorized Representative On The Manifest. Upon Drop Off At The Patient S Residence, The Contractor Will Hand Off The Patient To A Responsible Party Or Verify The Patient Is Able To Enter Their Residence If A Responsible Party Is Not Present. normal Business Hours For The Cas Office May Be Subject To Change. The Cor Will Notify The Contractor If Any Changes Occur. if The Patient Does Not Comply With The Above, The Contractor Shall Contact The Beneficiary Travel Office Immediately. patients Denoted To Be Enrolled In A Contract Nursing Home (cnh) Must Be Dropped Off At The Patient S Clinic Or Ward And Handed Off To A Responsible Party. At The Conclusion Of The Patient S Treatment, The Contractor Shall Pick Up The Patient From The Area Designated By The Cor Or Authorized Representative On The Call List. Upon Drop Off At The Patient S Cnh, The Contractor Will Hand Off The Patient To A Responsible Party. if The Patient Does Not Comply With The Above, The Contractor Shall Contact The Beneficiary Travel Office Immediately. (f) The Contractor Shall Have Sufficient Vehicles And Personnel To Meet The Requirements Of This Contract. If Mvahcs Has A Need For Additional Transport Services Beyond Eighty-five (85) Trips Per Day, The Initial Call For Service Shall Be Placed With The Contractor. If The Contractor Agrees To Provide Service Beyond Eight-five (85) Trips Per Day, The Billing Shall Be At The Prices Indicated In The Schedule Of Items. The Contractor May Decline Service Beyond Eighty-five (85) Trips Per Day Without Penalty And Vahcs May Then Order Additional Service From Another Vendor Source. (1) Contractor Will Need To Provide Sufficient Evidence To The Cor To Show Vahcs Has Requested Beyond Eighty-five (85) Trips Or Justify To Why A Ride Would Be Denied When Under The Designated Number Of Trips. (g) Contractor Shall Supply Wheelchairs For Transporting Patients. Va-owned Wheelchairs May Not Be Removed From The Medical Center Unless Specifically Authorized By The Cor. Va- Owned Wheelchairs Will Be Immediately Returned Upon Completion Of Authorized Trip., At No Additional Cost To The Va. (1) Contractor Will Not Store Contractor-owned Wheelchairs On Va Property When Not In Use. (h) If A Va Beneficiary Being Transported Declines To Be Properly Belted Or Removes The Securement Devices Himself/herself, The Driver Shall Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure, Or Upon Arrival At Destination If Incident Occurred During Transit. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. (i) An Authorized Official Of The Va Health Care System (usually The Cor) May, In The Best Interest Of The Patient, Allow One (1) Relative Or Concerned Other To Accompany The Patient At No Additional Cost To The Government. Prior To Contract Performance, The Contracting Officer Shall Provide The Contractor With A List Of Names (or Position Titles) And Phone Numbers Of Authorized Government Personnel Who May Request Services And Receive Calls From Contractor Regarding Contract Performance. This List Will Be Updated And Submitted To The Contractor As Changes Occur. The Contractor Shall Ensure That Requests For Services Are Received From Authorized Medical Center Personnel. Services Rendered In Response To Requests From Other Than Authorized Personnel Shall Be At The Risk Of The Contractor And Any Cost Related Thereto Shall Be Borne By The Contractor. (j) Contractor Shall Notify The Cor Of Any Unusual Events, Such As Accidents, Safety Problems And Patients Unbelting Themselves, That Occur And Involve Any Va Beneficiary Being Transported Under This Contract. This Notification Will Be Made Within One (1) Hour By Telephone And An Email Of The Event Will Be Delivered To The Cor And The Contracting Officer By Close Of Business The Next Working Day. Failure To Comply With This Provision May Be Grounds For Default. (k) Patients Using Motorized Wheelchairs Or Electric Carts Shall Be Secured In Accordance With Federal And State Regulations For Transport Or Transferred To A Manually Operated Wheelchair Before Being Loaded In The Vehicle. The Motorized Cart Or Wheelchair Shall Be Loaded Separately And Must Be Secured To The Vehicle During Transport. Patients Using Motorized Scooters Not Approved For Occupied Transport Will Be Required To Transfer To A Manual Wheelchair Or Into The Vehicle S Seat. Contractor Will Contact Cor If Questions Arise About Suitability For Occupied Transport Of Motorized Scooter. (l) For Vahcs Transports, Unload And Load Patients At Proper Entrance As Designated In The Daily Manifest Or As Indicated By Va Staff. At No Time Shall Contractor S Vehicle Use The Mvahcs Ambulance Entrance Unless Drop-off Or Pick-up Constitutes A Medical Emergency. If Waiting Time Is Necessary, Vehicle Shall Park In Appropriate Designated General Parking Lot Areas. (m) If Or When Patient S Medical Records Are Transported, Contractor Shall Ensure That Privacy Act Guidelines Are Followed. 8. Hours Of Service contractor Shall Provide Service Seven (7) Days A Week Including Holidays, 24 Hours Per Day For The Term Of This Contract. The Contractor Shall Provide Va With A Method Of Contacting Them, 24-hours Per Day. 9. Request For Services (a) Request For Services Shall Be Made By Telephone (followed Up In Writing) Or In Writing By Facsimile Machine Or Secure Email By The Cor And/or Designated Vahcs Personnel. The Contractor Shall, Always During The Contract Period, Have On Their Premises A Functioning Fax Machine To Communicate Requirements With The Mvahcs (i.e., Requests For Service, Patient Incidents, Special Correspondence, Etc.). When Ordering Services, The Mvahcs Shall Provide The Contractor With The Following Type Of Information: required Date And Time Of Arrival. name Of Beneficiary And Last 4 Digits Of The Social Security Number. pick-up And Delivery Point. any Other Special Instructions (i.e., Extra Attendant Required, Cas Designation, Etc.) (b) Generally, Services Provided Under This Agreement Shall Be Scheduled In Advance With The Contractor For Handicapped Transportation Services, Schedule Requirements Are Defined As Follows: scheduled Trips Refers To Those Trips For Which The Contractor Has Been Given Advance Notice, Which Is Defined As Notice Given By 4:30 P.m. The Previous Day Of Pick Up For Required Services And A Specific Pick-up Time. These Transports Shall Always Be On Time For Patient Pick-up. On-time Is Defined As No More Than 10 Minutes After Scheduled Pick-up Time. Contractor Must Notify The Contracting Officer S Representative (cor), Or Authorized Designee, At Least Eight (8) Hours In Advance Of Need When Contractor Believes They May Be Unable To Meet The Number Of Scheduled Trips Required. unscheduled Trips Are Those Trips Required On An As Needed Basis. Response Time For Vehicle Arrival At Prescribed Destination Is Within One (1) Hour Of Notification Of Need. If The Contractor S Vehicle Fails To Arrive At The Prescribed Destination Within One (1) Hour After Receiving A Request On An Order Mvahcs Reserves The Right To Obtain The Service From Another Source And To Charge The Contractor With Any Excess Cost Which May Result Therefrom. If No Other Vendor Is Available, A Deduction In The Amount Of Ten Percent (10%) Of The Base Rate Charge May Be Assessed Per Every Quarter Hour (15 Minutes) More Than The Allowable Response Time (1 Hour). The Co And Cor Will Determine When To Order Service From Another Source. 3. Delays (a) In The Case Of Inclement Weather, The Decision As To Whether A Va Beneficiary Will Be Transported Shall Be Made Mutually By The Cor And The Contractor. (b) Other-when Safety Of Patient And Driver May Be In Question The Decision As To Whether A Va Beneficiary Will Be Transported Shall Be Made Mutually By The Cor And The Contractor. 10. Mndot (or Equivalent) Requirements contractor Shall Comply With All Requirements Of The Minnesota Department Of Transportation (mndot) Operating Standards For Special Transportation Service (latest Edition). Evidence Of This Compliance Shall Be In The Form Of An Annually Current Certificate Of Compliance Issued By The State Of Minnesota Commissioner Of Transportation (state Of Minnesota Department Of Transportation, Office Of Motor Carrier Safety And Compliance). for The Purposes Of This Contract, Any Waivers Granted By The State Commissioner Of Transportation In Issuing The Certificate Of Compliance Shall Also Be Approved By The Contracting Officer. offeror/contractor Shall Submit Equal Evidence Of Compliance From Out-state Governing Agencies If Their Main Base Of Operations Is In A State Other Than Minnesota. 11. Safety Requirements in The Performance Of This Contract, The Contractor Shall Take Such Safety Precautions Determined To Be Reasonably Necessary To Protect The Lives And Health Of All Persons Affected By This Contract. The Contracting Officer Or Cor Shall Notify The Contractor Of Any Noncompliance With The Foregoing Provisions And The Action To Be Taken. The Contractor Shall, After Receipt Of Such Notice, Immediately Correct The Conditions To Which Attention Has Been Directed. Such Notice, When Served On The Contractor Or His/her Representative At The Site Of The Work, Shall Be Deemed Sufficient For The Purposes Aforesaid. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue An Order Stopping All Or Any Part Of The Work And Hold The Contractor In Default. 12. Conformity To Regulations the Contractor And His/her Operators Shall Conform To All Regulations, Federal, State, And Local, Governing The Performance Of Contracted Services. all Mvahcs Facilities Have Been Designated As No Smoking In Their Entirety. Individuals Found In Violation Of This No Smoking Policy Shall Be Subject To A $50 Federal Citation For Disregarding Posted Safety Rules And Regulations. Contractor May Be Directed To Stop Work. Contractor Is To Notify All Employees And/or Sub-contractors Of This Strict Enforcement Policy. 13. Inspections the Government Shall Accept Vehicle Inspection Documentation From Mndot Or Other Inspection Department Who Performs Such Inspections On A Routine Basis. However, The Government Shall Inspect Contractor S Establishment At Least Annually, And May Inspect Any Element Any Time, And Especially Upon Receipt Of A Complaint About The Condition Of The Vehicle Or Its Equipment, The Driver Or Attendant, Or Service Provided. inspection By Cor May Be Made Of Said Vehicles And Maintenance Records Of Vehicles Prior To Award And At Any Time During The Term Of Any Resulting Contract(s). 14. Required Reports And Documents within Seven (7) Days After Contract Award The Contractor Shall Provide The Following For All Contracted And Sub-contracted Personnel And Vehicles: (a) Contractor/sub-contractor Personnel Roster - In This Document, Contractor Shall Identify All Employees Name And Position And Provide Training Documentation With Date And Location Of Such Training For Employees That Will Work On This Contract Along With Signed A Contractor Rules Of Behavior Form (listed In Section D). Include Contractor S Project Manager With Telephone And Fax Numbers; Include Telephone And Fax Numbers Through Which Scheduling Transport Requests Will Be Made. (b) Listing Of All Vehicles With Vins And Documentation Of Insurance Coverage; Mndot Or Equivalent Vehicle Inspection Documentation And Statement Indicating That All Have Been Fully Maintained And Are Currently Safe To Operate. (c) Any Personnel Or Vehicle Changes Shall Be Submitted Within Two (2) Business Days After Changes occur. 15. Contractor S Quality Control Program (qcp) the Contractor Shall Establish And Maintain A Complete Qcp To Ensure The Requirements Of This Contract Are Provided As Specified. An Original And One (1) Copy Of This Qcp Is Due With The Initial Proposal. The Contractor S Qcp Shall Include The Following At A Minimum: an Inspection Plan Covering All Services Required By This Contract. The Inspection Plan Must Specify The Areas To Be Inspected On Either A Scheduled Or Unscheduled Basis, How Often Inspections Will Be Accomplished And Documented, And The Title Of The Individual(s) Who Will Perform The Inspections. on-site Records Of All Inspections Conducted By The Contractor Noting Necessary Corrective Action Taken. The Government Reserves The Right To Request Copies Of Any And/or Each Inspection. incorporation Of Either Active Or Established Internal Policy And Procedures For Updating Service Protocols That May Affect Performance Of Contract. the Methods For Identifying And Preventing Deficiencies In The Quality Of Service Performed, Before The Level Of Performance Becomes Unacceptable, And Organizational Functions Noting Intermediate Supervisory Responsibilities And Overall Management Responsibilities For Ensuring Total Acceptable Performance. (e) On-site Records Of All Vehicle Maintenance And Repairs Performed On Vehicles Used In The Performance Of This Contract. The Methods Of Identifying And Preventing Vehicle Breakdowns, And Detailed Procedure For Alternative Transportation Of Patients In The Event Of Mechanical Breakdown Of Vehicle. (f) On-site Records Identifying The Character (background Checks) And Certifications Of Ongoing Training Of Each Employee Performing Services Under This Contract. (g) The Methods Of Identifying And Preventing Radio Communication Breakdowns. A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. (h) A Log To Account For All Requests For Service. The Log Shall Indicate The Date And Time Of Service Call, Name Of Patient Requiring Services, Designated Pick-up And Delivery Points, Actual Time Of Arrival At Pick-up And Delivery Points And Actual Waiting Time At Pick-up And Delivery Points, If Waiting Charges Are Claimed. (i) On-site Records Of Any Complaints Or Problems, With Procedures Taken To Allow For Corrections And/or Elimination Before Effects Caused Interruption Of Performance Of Contract. 16. Patient Rights (a) The Contractor Shall Be Courteous To Va Beneficiaries And Shall Not Smoke While Transporting Patients. Patients May Bring A Reasonable Amount Of Equipment, Such As Any Wheelchair, Electric Cart Or Prosthetic Devices, And Consumable Medical Supplies And Personal Suitcase During Their Transport. (b) The Contractor Shall Immediately Notify The Va Of Any Incidents Involving Injury To Va Patients During Transport. The Contractor Shall Complete And Submit To The Cor, A Detailed Incident Report With All Information Necessary To Conduct A Full Review. Written Report Is Required To Be Submitted Within Twenty-four (24) Hours Of Incident With A List Of Involved Contractor Names, Veteran S Names, Witness Names And Pertinent Information To Be Filed With The Cor. (c) The Contractor Shall Notify The Cor, In Writing Within 24 Hours Of Any Complaints Made By The Patients With Regards To Service. 17. Invoicing contractor Is Required To Submit Invoices Electronically To The Va Financial Services Center (fsc). The Fsc Uses A Third-party Contractor, Tungsten Network (http://www.tungsten-network.com/), To Assist Vendors In Submitting Invoices Electronically, Free Of Charge. Ecams Is The Other Options To Submit Invoices Electronically. invoices Shall Include The Following Information In Addition To The Times Specified: date Of Service name Of Veteran pick-up Location destination/drop-off Location additional Charges number Of Miles Traveled. purchase Order Number if An Item Is Under The Threshold Amount Va May Use A Purchase Card For Services. 18. Miscellaneous (a) At No Time Will The Contractor Leave Vehicles On Va Premises Unless A Pick-up Or Delivery Is In Progress. b) Contractor Employees Shall Conduct Themselves In A Businesslike Manner At All Times While On Va Premises. (c) When Transporting Patients To Or From Medical Facilities, The Driver, Acting For The Contractor, Shall Ensure That Patient S Luggage, Medical Records, Medications, And Prosthetic Devices Are Properly Accounted For And Delivered With The Patient As Required. (d) Contractor Shall Always Have Available A Wheelchair For Transport Of Veterans From Pick-up Point To Delivery Point. When The Veteran Is Delivered To A Destination Other Than The Department Of Veterans Affairs And Return Trip Is Ordered For The Same Day, The Veteran Will Transfer From The Contractor's Wheelchair To A Facility Owned Wheelchair. Veterans Will Be Transported Utilizing Standard 4-wheel Chairs. No Veteran Shall Be Transported While Sitting In A 3-wheel Scooter. Veterans Requiring Transport In A 3-wheeled Scooter Will Transfer To A Seat In The Vehicle With The Scooter Being Transported With The Veteran At No Additional Cost To The Va. (e) The Driver Will Observe The Veteran During Transport. Any Indication Of Significant Change In Condition (i.e., Sudden Onset Of Rapid Or Labored Respirations, Complaints Of Chest Pains) Will Be Immediately Communicated To The Medical Center Admitting Office Phone Number Shall Be Provided After Award. Depending On The Condition Of The Veteran, The Veteran Will Be Returned To The Admitting Office, Transported To The Nearest Emergency Room, Or Advanced Life Support Called. (f) The Contractor, Gaining Award Of The Contract, Shall Notify The Contracting Officer In Writing Immediately Upon Entering An Agreement (either Oral Or Written) To Sale Or Transfer All Or Part Of Its Stock Or Other Ownership Interest To Any Other Party. (g) The Manifest Will Consist Of The Daily Schedule Provided By Mvahcs To The Contractor 2x Per Day. Once In The Morning And Once In The Afternoon. The Manifest Will Go Over All Appointments Scheduled Or Cancelled For The Current Or Next Day.
Closing Date15 Apr 2024
Tender AmountRefer Documents 
8911-8920 of 8948 archived Tenders