Interior Tenders
Interior Tenders
Department of Finance, Interior and Public Administration of the Government of Aragon Tender
Software and IT Solutions
Spain
Closing Date30 Jan 2025
Tender AmountEUR 592 K (USD 616.7 K)
Purchaser Name: Department of Finance, Interior and Public Administration of the Government of Aragon | Spain – Software Programming And Consultancy Services – Mantenimiento Catálogo Contratación Centralizada
Social Ministries Health, Work, Youth And Sports Tender
Other Consultancy Services...+1Consultancy Services
France
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: Passed According to the Open Call for Tenders Procedure Provided for in Articles R. 2161-2 to R. 2161-5 of the Public Procurement Code, the Consultation Aims at the Conclusion of Contracts Having as their Object the Purchase by the General Directorate of France Travail of Works for the Interior Design of the Workspaces of the Services of the Regional Directorate of the Ile De France on Three Levels (r + 1, R + 2, R + 3) in the Premises of the Terra Nova Building Located at 5 Rue Henri Rol-tanguy in Montreuil (93100). These Services Are Described in the Contract, As Well as in the Functional and Technical Specifications (ccft) - Common Provisions and in the Functional and Technical Specifications (ccft) Applicable to Each of the Lots of the Consultation.
Stadt Rheinsberg Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: The Rheinsberg educational campus is to be expanded and developed as a primary school location through conversion and renovation at Kiefernweg 5. The property was built in 1980-1981 as a prefabricated school (type Erfurt). It has been used continuously as a school up to now. The last facade renovation took place in 1990. There are currently classrooms for the primary school and the day-care center in the building. The work will be carried out during school operations (mostly during the holidays) and in some areas and must be calculated accordingly. For this project, the painting work must be calculated in this construction lot. This includes -substrate preparation, interior plastering work -ceiling, walls, -stairs, bottom and side views -stairwells, railings, painting work
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 310.1 K (USD 5.2 K)
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 2- Support Service Area: Speech Therapy And Language Area) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 310,183.00 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 2- Support Service Area: Speech Therapy And Language Area) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Cabinet, Open Shelves 4x6 Ft 2 Set Sofa, Seating Capacity 2 Velvet: 100 % Polyester Frame Material Manufactured Wood Leg Material Manufactured Wood Seat Fill Material Foam Seat Construction Mdf Back Fill Material Foam Tufted Cushions Square Arm 1 Set Wooden Cubicle Partition, 4 Panel Divider (l 70.25 Inches X H70.25 Inches X T0.75 Inches) 4 Set Mirror, Aluminum Frame (thickness 1/4 Inch X 4 X 8 Ft) 1 Set Filing Cabinet, Vertical Filing Cabinet In 2, 3 And 4 Drawers With Plastic Divider And Central Lock Heavy Duty Construction Assembles In Minutes Power Coated Finish Anti-tilt Mechanism Quiet Closing 3 Sectional Railings For Smooth Actions Central Locking System 1 Unit Book Shelves, Plywood Construction Cladded W/ High Pressured Laminate W/ Box 3880mm L X 400mm W X 1800mm H 2 Piece Small Table With Chairs, Kindergarden Table Heavy Duty Metal Legs 60cm X 120 Cm X 55 Cm Ht Php 2,500.00 Blue Color Rectangular Table 24x48 Php 2000 Chairs 34cm D X 35 Cm L X 28 Cm Ht X 52 Cm Total Ht. Php 400 .00 (4 Chairs) 1 Set White Board, Aluminum Frame, 4 X 8 Ft. Wall Mounted 1 Piece Table, Lockable Pu Casters Dia 65mm -18mm Thickness E1grade Mdf With Marble Color Pvc Veneer -powder Coated Aluminum Frame -class 3 Gas Lift Height Adjustable Range: 77-106cm -max Loading Capacity: 60kg -tabletop With I Pad Holders 2 Unit Floor Mats, Dimension: 1mx1mx24mm Material: Rubber Colors: Blue, Red, Orange, Yellow, Green, Brown, Grey, Black, Maroon 20 Piece Phonics Phones, Pack Of 16: Perfect For Classrooms. You Get 16 Whisper Phones For Classroom Reading. 4 From Each Color. Comes In Red, Purple, Green, & Pink. Our Phonic Phone Is A Great Addition To Your Phonic Manipulative Materials, Speech Therapy Toys For Kids Package Dimensions: 8.9 X 8.9 X 4.1 Inches Item Weight: 8.8 Ounces 1 Set Communication Boards, Book And Cards Specification: Binder Features Two Interior Storage Pockets For Loose Materials, Color Black, And It Measures 9x7.5 Convenient To Travel And Put In Your Child's Backpack Or Carry In Hand. Binder Comes With 5 Different Colorful 10 Mil Poly Dividers, 3 Hard Strips (hook) Attached On Each Side To Hold 30 Cards. Each Card Measures 1.5 X 1.5. Inch Mounted With 1/2-inch Soft Dot (loop), And Round Corner Cut Safe For Little Hands From Scratching And Poking. 3 Set Augmentative Communication Systems, Pocket Go-talk 5-level Communication Device Five Message Buttons At 2.2cm X 3.8cm (7/8” X 1 1/2”) Five Recording Levels 4.16 Minutes Total Recording Time (10 Seconds Per Message) Dial Controlled Volume Button Excellent Sound Quality Two Aa Batteries Included Low Power Consumption Record And Level Lock Capable 7.6cm X 13.6cm X 3.8cm 212 Grams (7.5 Oz) 4 Unit Call Lights, With Many Colors: Red, Blue, Green Or Mix Different Color For Different Service Type It Can Work With 30 Transmitter In Max. With Separate Output Power Supply: Dc5v The Prompting Sound Can Be Turned On/off Dimension: 78*78*60mm Color: White 2 Unit Dry Erase Sleeves, Premium Materials: Dry Erase Pockets Are Durable And Durable, Which Can Withstand Lots Of Student Wear And Tear. Fantastic Idea: You Print Of The Alphabet And Kids Can Use A Dry Erase Marker To Trace The Letters. Oversize: The Width And Length Is 10 Inch * 13 Inch. The Large Size Makes It Easy To Slip Papers In And Out. Saving Money: Dry Erase Sleeves Save Money On Having To Re-purchase Workbooks For Each Child, And You Would Not Have To Print Much Paper No Residue: They Write And Wipe Off Well After The Kids Use Them. Moreover, Dry Erase Pockets Sleeves Are Definitely Long Lasting. 5 Set Wind Up Toys, Powered By A Metal Spring That Is Tightened By Turning It, Classical Funny Simple Games, Non-toxic And Odor-free. Perfect Gift For Kids Party Favors, Goodie Bags, Classroom Rewards, Stocking Stuffers, Easter Egg Stuffers. Clockwork Toy, Each Character Does A Different Trick Such As Swimming In Water, Flipping, Sliding, Spinning, Walking, Shaking Head Or Tail And Many More To Be Discovered. Wind-up Toys Measure About 2 Inch, Including Dinosaur, Egg, Cat, Bird, Caterpillar, Beetle And Car Etc. Package Content: 16 No Duplicate Wind Up Toys (contents And Color May Vary). Every One Of Them Has A Windup Mechanism. 1 Set Wordless Picture Books, Language: English Hardcover: 32 Pages Reading Age: 4 - 6 Years Item Weight: 1.28 Pounds Dimensions: 10.25 X 0.5 X 12 Inches 5 Piece File Folders, File 2 Rings 2" Thick Or 3" Thick From Cover To Cover Front, Inside And Back Cover Are All Same Cover Size: Long 14"l X 11"w X 3" Thick Color(s): Black, Blue, Green, Red 10 Piece Articulation Cards, 7 Illustrated Card Decks (448 Cards, 3¼" X 4¼") – Each Deck Of 32 Picture-word Card Pairs Targets A Specific Speech Sound - P, B, T, D, M, J, Includes Storage Tins In A Metal Tote, Master Word Lists, 50 Smiley Face Tokens, And Game Ideas Card Set 1, Card Set 2 And Card Set 3 3 Set Audio Voice Recorder, Dimensions (w X H X D) 38.3 X 114.1 X 19.3 Mm Weight 74gg Colour Black Recording Format: Dss Digital Speech Standard Digital Speech Standardmp3 Standard Playing: 35 Hr Built-in Microphone Yes Pc Connectivity Yes Expandable Memory Yes Features Frequency Response: 50 - 20000hz Connections: Usb Display: Yes Battery Type: Alkaline Aaa 2 Unit Basic Vocabulary Board, Each Unit Comes With: Flashcards Smash Mat Trace And Color Cut And Glue Flipbook Black And White Versions Of All Activities! 2 Set Kidney-shape Table With Learner's Chair, Key Features Includes Four Stacking Chairs And One 36" X 72" Kidney-shaped Activity Table The 16" Seat Height Is Recommended For Fourth Through Sixth Grade Table Tabletop Material: 1 1/8" Thick Particleboard W/ Melamine Finish Edge Band Material: 3mm Pvc Leg Material: Powder-coated Tubular Steel Height: 21" - 30" Adjustable In 1" Increments Width: 36" Length: 72" Assembly Required Warranty: 10 Years Lead Time: Supply Chain Issues Are Effecting Lead Times. Need It Quickly? Please Call (877) 839-3330 To Confirm Shipping Timelines. Shipping Method: Ground Weight: 102.00 Pounds Table Height Adjusts From 21" - 30" Available In Several Color Combinations Chairs Suggested Grade Level: 4th - 6th Seat Material: Polypropylene Frame Material: 18-gauge Tubular Steel Frame Finish: Chrome Seat Height: 16" Fully Assembled Warranty: 10 Years 1 Set Abc = 310,183.00
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Synopsis:
project Title: pre-solicitation Notice For Project 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1, Saint Louis Va Medical Center John Cochran Division, Saint Louis, Mo. contract Information a. This A/e Services Requirement Is Being Procured In Accordance With The Brooks Act (public Law (pl0582) And Implemented In Accordance With The Federal Acquisition Regulation (far) Subpart 36. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. b. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaar 836.606-73 As Implemented In Far Subpart 36.6. c. This Is Not A Request For Proposal, And An Award Will Not Be Made With This Announcement. This Announcement Is A Request For Sf 330 S From Qualified Contractors That Meet The Professional Requirements. d. The Selection Criteria For This Acquisition Will Be In Accordance With Far 36.602-1 And Vaar 836.602-1 And Are Listed Below In Descending Order Of Importance. The Completed Sf 330 Will Be Evaluated By The St. Louis Va Medical Center Evaluation Board In Accordance With Far 36.602-5(a) And The Selection Report Shall Serve As The Final Selection List, Which Will Be Provided Directly To The Contracting Officer. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. e. Award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds. f. No Solicitation Document Is Available And No Other Information Pertaining To Project Scope, Etc. Is Available At This Time. Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only To Abby.monroe2@va.gov And Arnold.payne@va.gov. Personal Visits To Discuss This Announcement Will Not Be Allowed. g. The Naics Codes For This Procurement Is 541310 Architectural Services And Small Business Size Standard Of $12.5m. Award Of A Firm Fixed Price Contract Is Anticipated. The Anticipated Time For Completion Of Design Is Approximately 199 Calendar Days Including Time For Va Reviews. The Estimated Magnitude Of The Resulting Construction Price Range Is Estimated To Be Between $1,000,000 And $5,000,000. h. Database Registration Information:
verification Of Status Of Apparently Successful Offeror This Acquisition Is 100% Set-aside For Qualified Service-disabled Veteran Owned Small Business Ae Firms Incompliance With Vaar 852.219-10. Only Businesses Verified And Listed In The Small Business Administration (sba) Registry Https://veterans.certify.sba.gov, Shall Be Considered.
system For Award Management (sam): federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Qualifications Package. j. The Excluded Parties List System (epls): to Ensure That The Individuals Providing Services Under The Contract Have Not Engaged In Fraud Or Abuse Regarding Sections 1128 And1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Excluded Parties List System (epls) Located At Www.sam.gov For Each Person Providing Services Under This Contract. Further The Contractor Is Required To Certify That All Persons Listed In The Qualifications Package Have Been Compared Against The Epls List And Are Not Listed. During The Performance Of This Contract The Contractor Is Prohibited From Using Any Individual Or Business Listed On The List Of Excluded Individuals/entities. k. E-verify System:
companies Awarded A Contract With The Federal Government Shall Be Required To Enroll In E-verify Within 30 Days Of The Contract Award Date. They Shall Also Need To Begin Using The E-verify System To Confirm That All Of Their New Hires And Their Employees Directly Working On Federal Contracts Are Authorized To Legally Work In The United States. E-verify Is An Internet-based System That Allows An Employer, Using Information Reported On An Employee's Form I-9, To Determine The Eligibility Of That Employee To Work In The United States. There Is No Charge To Employers To Use E-verify. (far 52.222-54) l. A/e Firms Are Required To Respond If Interested By Submitting One (1) Completed Standard Form 330 Qualification Package Parts I And Ii To Include All Consultants (form Available On-line At: Https://www.gsa.gov/system/files/sf330-21.pdf). Must Include In Part I Section H An Organizational Chart Of The Firm (excludes Consultants) And A Design Quality Management Plan. Submission Information Incorporated By Reference Is Not Allowed. All Submissions Shall Be Made Electronically. m. Completed Package Shall Be Delivered Electronically On Or Before 1/17/2025 At 3:00pm Central Standard Time To The Nco 15 Contracting Office, Attn: Arnold Payne, Contracting Officer @ Arnold.payne@va.gov And Abby Monroe, Contract Specialist @ Abby.monroe2@va.gov. project Information the Mission Of The Veterans Affairs Saint Louis Health Care System (vastlhcs) Is To Provide The Highest Quality Health Care To Our Nation S Veterans. In Order To Accomplish This Mission, Vastlhcs Facility Engineering Service (fes) Intends To Partner With An A/e Firm On A Project To 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1, John Cochran Division, St. Louis, Mo 63106. Project Will Renovate An Ambassador Entrance, Entrance Corridor, And The Ambassador Suite To Improve Patient And Ada Access To The Building, Fix Moisture And Leaking Issues With The Existing Skylight, Update Finishes, Improve Patient Circulation, And Optimize Space For The Existing Functions Operating In The Area As Well As Correct Hvac And Electrical Deficiencies, And Other Facilities Conditions Assessment Deficiencies Located Within The Area. The Main Entrance Of Bldg. 1 Will Be Updated To Facilitate Visitor Traffic Flow And Experience. The Existing Revolving Door Will Be Replaced With An Airlock Of Sliding And Swinging Doors With Automatic Controls. supplement B scope Of Work: a/e Services Are Required For Schematics, Design Development, Construction Documents, Construction Cost Estimate And Construction Period Services For Project Number 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1. This Delivery Order Shall Cover The Following Tasks. a/e Part Two Services Of This Design Project (also Known As Construction Period Services) Includes Responding To Construction Contractor Requests For Information (rfis) During The Solicitation And Construction Phases Of The Construction Project, Attendance At Pre-bid, Post-award And Commissioning Kick Off Construction Project Conferences, Review Of Construction Material Submittals And Shop Drawings, Approximately 5 Site Visits During Construction To Ensure Compliance With The Design Drawings And Specifications, Preparation Of Site Visit Reports, Coordination With Project Commissioning Requirements, Review Of Any Construction Project Modifications For Cost And Technical Acceptability, Attendance In The Final Acceptance Inspection, Preparation Of The Punch List And Preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contractor S As-built Drawings. The A/e Shall Prepare A Submittal Log To Be Utilized By The Va During Construction Period Services, Maintain Rfi Log And Provide Meeting Minutes For Weekly Construction Meetings Throughout The Duration Of Construction. The A/e Shall Hire A Third-party Commissioning Agent To Commission All Installed Equipment. the Above Paragraphs Constitute A Basic Outline Of The Work To Be Accomplished And In No Way Comprises All The Details For Design Of This Project. The A/e Shall Initiate Detailed Inspection Of The Project Site To Determine The Needs And Conditions For The Design Of This Project. the A/e Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Design Project. The A/e Shall Further Provide Meeting Minutes For All Meetings Held Under This Design Project. general Statement a/e Part One Services (also Known As Design Phase) For This Design Project Includes Site Visit, Field Investigation, Conduct Of Studies And User Interviews To Update Drawings, Specifications And Cost Estimates For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. This Project Will Renovate Ambassador Suite & Main Lobby, Building 1 2. Design Development: the A/e Firm Shall: a. Meet With Facilities, And Other Personnel Prior To Start Of Design To Determine Detailed Requirements Of Work Involved. b. Work From Existing Building And Site Drawings Furnished By The Va To Develop Project Design. (these Are To Be Used Only As Guidelines); c. Perform Any Necessary On-site Field Investigations To Accomplish Work And To Verify Drawings Provided By The Va; d. Prepare Rough Sketches, If Necessary, To Solve Possible Problems In Design Throughout The Contract; And e. Follow Va Program Guide Pg-08-15 Volume C, And Other Applicable Guidelines To Design The Project. 3. Evaluation Factors: selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-5 And Va Acquisition Regulation (vaar) Part 836.602-1.â Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf330 Packages Using Additional Pages As Necessary.â Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages. Each Page Cannot Exceed 81/2 X 11 In Size. qualifications (sf330) Submitted By Each Firm For Project Number: 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1 Va Medical Center Saint Louis John Cochran Division Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below In Descending Order Of Importance: 1. Professional Qualifications: The Qualifications Of The Individuals Which Will Be Used For These Services Will Be Examined For Experience And Education And Their Record Of Working Together As A Team. A/e Firms Shall Have Licensed Professional Architects And Engineers Currently Registered In The State Of Missouri Or In A State Of Which Missouri Has Recognized The Engineering License. The Specific Disciplines Which Will Be Evaluated Are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, Cad Operators, Project Managers, Leed Consultant, Fire Protection Engineer, And Interior Designer. 2. Specialized Experience And Technical Competence: Provide Detailed Project Information On Any Projects (that Are Complete - Design And Construction) The Proposed Team Has Worked Together On In The Last Five (5) Years. Special Emphasis Will Be Given To Any Medical Facility Related Projects. If The Entire Team Has Not Worked Together Previously, Provide Detailed Project Information That Each Of The Team Members Have Worked On In The Last Three (3) Years With Special Emphasis On Medical Facility Projects. The Project Information Should Include Project Titles, A Short Scope Of Work, Date Of Design Completion, Date Of Construction Completion, Firms Involved, Etc. The A/e Shall Also Describe If They Have Any Experience Completing A Design That Was Started By Another A/e Firm. Provide The Project Title, Scope Of Work, Date Of Design Start For This Team, Percentage Of Design When Accepted By Team And Completion Of Design. 3. Capacity To Accomplish The Work. The General Workload And Staffing Capacity Of The Design Offices Which Will Be Responsible For The Majority Of The Design And The Ability To Accomplish The Work In The Required Time Will Be Evaluated. 4. Past Performance: Nco 15 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Construction Cost Estimating, Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm Due To Improper Or Incomplete Engineering Services (references Required). Project Past Performances That Are Older Than 3 Years Will Receive A Lesser Score Than Those References For Projects Accomplished Within The Past 3 Years. 5. Location Of Design Firm: The Geographic Proximity Of Each Firm To The Location Of The Va Medical Center Will Be Evaluated. The Firm Must Be Capable Of Issuing Stamp Drawings In The State Where The Work Is Performed.â The Medical Center Is Located At Saint Louis, Va Medical Center, Saint Louis Missouri 63106. 6. Claims And Terminations: Provide Documentation Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services. Provide A Detailed Narrative Of Relevant Projects Within The Last 5 Years That Have Claims Against The Organization Or Have Been Terminated By The Owner. Include The Circumstances, Cost, And Schedule Impacts To Involved Parties, And Outcomes Of The Claims And/or Terminations. They Will Be Examined.
PHILIPPINE RACING COMMISSION Tender
Electrical and Electronics...+1Electrical Works
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description Terms Of Reference Procurement Of A Service Provider For The Preventive Maintenance And General Cleaning Of Philracom’s Air Conditioning System I. Project Description And Objective The Project Aims To Ensure That All The Air Conditioners Of Philracom Are Properly Maintained And Can Continuously Provide A Comfortable Interior Environment, Not Only To The Employees But Also To The Clients. This Will Be Achieved By Acquiring The Services Of A Reputable And Competent Service Provider Who Has The Capacity, Experience, And Expertise To Maintain And Recommend Replacement Of Parts And Accessories, If Necessary, Of Various Brands Of Air Conditioners. Ii. Approved Budget For The Contract (abc) And Fund Source Philracom Has Allocated An Approved Budget For The Contract In The Amount Of One Hundred Thousand Pesos (php 100,000.00), Inclusive Of All The Applicable Government Taxes And Charges, And Professional Fees. Fund For This Project Shall Be Sourced From The General Fund. Iii. Qualifications Of The Service Provider A. The Service Provider Must Have The Required Experience And Expertise To Carry Out The Preventive Maintenance Services. B. The Service Provider Must Be In The Business Of Air-conditioning Preventive Maintenance Services For At Least Three (3) Years (dti Registration, Business Permit). C. The Service Provider Must Have At Least Five (5) Government Agency Clients. D. The Service Provider Must Be Registered With The Philippine Government Electronic Procurement System (philgeps). Iv. General Requirements A. The Service Provider Shall Be Responsible For The Maintenance And Cleaning Twenty-six (26) Air-conditioning Units (types Varying From Window-type, Split-type, Floor-mounted, And Portable) Installed At Two Locations: 1. Philippine Racing Commission (philracom) Central Office, 4th Floor, Electra House Bldg., Esteban St., Legaspi Village, Makati City: Aircon Type Brand Capacity Location 1 Floor Mounted Koppel 3tr Board Room 2 Floor Mounted Koppel 3tr Hallway 3 Floor Mounted Samsung 3tr Fad 4 Floor Mounted Everest 3tr Rld 5 Wall Mounted Everest 3hp Legal 6 Wall Mounted Carrier 2.5hp Studbook 7 Wall Mounted Carrier 1.5hp Coa 8 Wall Mounted Condura 1.5hp Legal 9 Wall Mounted Lg 1.0hp Cashier 10 Wall Mounted Koppel 1.5hp Board Secretary 11 Window Type Kolin 2.5hp Budget 12 Window Type Kolin 2.0hp Chairman's Office 13 Window Type Kolin 2.0hp Oed 14 Window Type Kolin 0.75hp Accounting 15 Window Type Kolin 0.75hp Commissioner 1 16 Window Type Kolin 0.75hp Commissioner 2 17 Window Type Kolin 0.75hp Commissioner 3 18 Window Type Kolin 0.75hp Commissioner 4 19 Window Type Kolin 0.75hp Commissioner 5 20 Window Type Kolin 0.75hp Commissioner 6 21 Window Type Hitachi 1.0hp Rld 22 Portable Aircon Dowell 2.0hp Fid 2. Equine And Laboratory Diagnostic Section (elds), C.b. Contemprato Bldg., Sugar Road, Carmona, Cavite Aircon Type Brand Capacity Location 1 Wall Mounted Samsung 2.0hp Carmona, Cavite 2 Wall Mounted Carrier 1.0hp Carmona, Cavite 3 Window Type Gree 2.0hp Carmona, Cavite 4 Window Type Gree 2.0hp Carmona, Cavite B. The Semi-annual Preventive Maintenance And Cleaning Must Be Completed Based On The Following Schedule: 1. 1st Preventive Maintenance And Cleaning A. 01-10 April 2025 - Philracom Central Office, Makati B. 05-15 April 2025 - Elds Office, Cavite 2. 2nd Preventive Maintenance And Cleaning A. 01-10 October 2025 - Philracom Central Office, Makati B. 05-15 October 2025 - Elds Office, Cavite C. The Service Provider Shall Recommend Major Repairs And Parts Replacements, If Necessary. V. Scope Of Work A. The Service Provider Shall Provide Semi-annual Preventive Maintenance And Cleaning Of The Air-conditioning Units, Which Shall Include The Following: 1. General Cleaning Of All Air-conditioning Units Including All Internal Components; 2. Shutting Off The Unit; 3. Removal Of Air Filters For Cleaning And Recommendation For Replacement, If Necessary; 4. Inspection And Cleaning Of The Following Parts: - Coiling Coils (using Power Spray) - Fan Blades - Condenser Coil (with Pressure Washer) - Drain Line (by Flushing) - Blower Assembly - All Other Internal Components Of The Units 5. Greasing Of Motor Bearing And Other Moving Parts Requiring Lubrication; 6. Technical Audit Of Equipment Condition Including Freon Charging And Actual Electrical Reading Operation Of The Units; 7. Drying Of Internal Components Using Compressed Air; 8. General Service And Inspection Of All The Components Of The Air-conditioning System; 9. Assembly And Start-up; 10. Check-up And Repair Of Undesirable Noise And Vibration Of The Unit; 11. Observation Of The Compressor Performance And Recommendation Of Repair/replacement, If Necessary; 12. Check-up Of All Moving Parts Such As Fan Motor Bearing/bushing And Shafting Evaporator Blowers And Blade, And Recommendation Of Repair/replacement Of Parts, If Necessary; 13. Inspection Of All Components Of The System Including Electrical Control And Implementation Of Required Adjustment/s, Recommendation Of Repair/replacement Of Parts As May Be Necessary; 14. Check-up Of All Refrigerant Lines In The Air-conditioning System And Replenishment Of The Same, If Necessary; 15. Check-up And Repair Of Equipment Corrosion, Derust, Which Includes Preparation With Primer And Repainting Of Affected Parts; 16. Recommendation On The Repair And Replacement Of Unit And Parts That Should Be Undertaken And Submission Of Complete Item Specifications And Price Quotation That May Be Used As Reference (cost Of Labor And Materials) Within Two (2) Days Upon Detection Of Defects For The Internal Parts; And 17. Cleaning Of The Working Area And Cleaning Of The Site. 18. Submission Of Pms Report To Property & Supply Section For Every Conduct Of Pms. A Detailed Report May Be Requested For Further Explanation Of Any Findings During Preventive Maintenance. B. The Service Provider Shall Submit A Preventive Maintenance Report To Philracom, Through The Property And Supply Section. A Detailed Report May Be Requested By Philracom For Further Explanation Of Any Findings During Preventive Maintenance. C. The Service Provider Shall Also Provide Technical Support Services, Which Shall Include: 1. Availability Of Service Provider’s Technical Personnel Throughout The Period Of The Contract (24/7) And Their Official Contact Numbers I.e. Office Telephone And Mobile Phone Numbers, To Reply To All Queries On Various Issues, Requests Or Inquiries That Require Urgent Over-the-phone Support. 2. Technical Support In Situations That Require The Presence Of The Personnel Of The Service Provider At The Site As Urgently Needed To Perform Critical Activities Such As Check-ups, Troubleshooting, Minor Repairs, Assessing And/or Solving Problems Related To The Air-conditioning Unit/s. 3. Providing On-site Technical Support Within Twenty-four (24) Hours Upon Receipt Of The Request To Address Critical Issues Being Escalated By Philracom. 4. Submission Of Clear And Detailed Service Report, Including Findings And Recommendations, After Rendering On-site Technical Support. Vi. Duration Of Contract The Contract Duration Shall Be For A Period Of Twelve (12) Months From 01 April 2025 To 31 March 2026. Vii. Duties And Responsibilities Of The Service Provider A. The Service Provider Shall Conduct The Semi-annual Preventive Maintenance, Check-up And Related Minor Repairs According To Schedule To Ensure Reliable Operation Of The Air-conditioning Units During The Period Coverage. B. The Service Provider Shall Provide Qualified Technicians, Supervision, Tools And Equipment Necessary To Conduct The Regular Preventive Maintenance Check-up And Related Corrective Repairs. C. The Service Provider Shall Undertake Minor Adjustments And Repairs As Required In The Manufacturer’s Periodic Schedule. Labor And Supplies, At No Cost To Philracom. D. The Service Provider Shall Submit A Service Report To Philracom Or A Site Representative Upon Completion Of Work And Before Leaving The Site. Detailed Incident Report May Also Be Requested For Further Information Needed. E. In Case Of Major Repair, The Service Provider Will Submit A Quotation Of Materials And Spare Parts Needed, Including The Scope Of Work To Be Done (applicable Only If The Unit Is No Longer Under Warranty). F. The Service Provider Shall Dispatch The Technicians For A Request For Service Assistance, Which Must Be Done Within 24 Hours Upon Receipt Of The Complaint/report/request. G. The Service Provider Shall Designate A Head Office-based Personnel Who Will Be Responsible For Managing And Providing Administrative Support Services. 24/7 Support Thru Phone And Email, Including Regular Holidays, Special Holidays And Government-announced Holidays. On-call Support Services Must Also Be Provided In Situations That Require The Presence Of Personnel, As Urgently Needed To Perform Critical Activities. Response Time Is Within 4 Hours From Receipt Of The Call. Viii. Duties And Responsibilities Of Philracom A. The Philracom, Through The Supply And Property Management Unit, Shall Closely Monitor The Implementation Of The Preventive Maintenance Activity In Accordance With The Specifications And Conditions Of The Contract. B. During Each Scheduled Preventive Maintenance, An Authorized Representative Of Philracom Shall Be Available To Supervise The Procedures And Ensure That Office Properties, Such As Computers And Other Equipment Are Secured. Ix. Mode Of Procurement The Service Shall Be Undertaken Through Negotiated Procurement - Small Value Procurement, As Stated In Sec. 53.9 Of The Implementing Rules And Regulations Of Ra 9184 (government Procurement Reform Act) X. Payment A. Payment Shall Be Processed After Completion Of Every Scheduled Preventive Maintenance And Cleaning Of The Air-conditioning Units As Stated Above. B. Payment Shall Be Made Within Fifteen (15) Days After The Service Provider Submits A Billing Statement And Service Report, And The Supply And Property Management Unit Issues An Inspection And Acceptance Report. Xi. Penal Clauses A. Liquidated Damages If The Service Provider Fails To Deliver Any Or All Of The Goods And/or To Perform The Services Within The Period Specified In This Contract, The Procuring Entity (philracom) Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price As Liquidated Damages, The Applicable Rate Of One-tenth (1/10) Of One Percent (1%) Of The Cost Of Unperformed Portion Of Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract. Once The Maximum Is Reached, The Procuring Entity Reserves The Right To Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To It Under The Law. The Damages Herein Provided Are Fixed And The Philracom Shall Not Be Required To Adduce Proof Thereof. B. Other Costs Should The Philracom Be Constrained To File A Suit To Obtain Relief Against The Service Provider, The Latter Shall Be Liable To Pay An Amount Equivalent To Twenty Percent (20%) Of The Amount Claimed In The Complaint As Attorney’s Fees, Aside From The Costs Of Litigation And Other Expenses, Which The Philracom Is Entitled To Recover From The Service Provider; Provided, However, That Any Action Brought By The Service Provider For Whatever Cause Arising From The Contract, Should It Be Adjudged Not To Be Entitled To The Relief Sought, The Philracom As The Prevailing Party Shall Be Entitled To Such Reasonable Attorney’s Fees, Costs Of Litigation And Other Costs It May Have Incurred By Reason Of Such Action. C. Indemnity The Service Provider Shall Defend, Indemnify, And Hold Harmless The Philracom Against All Claims, Losses, Liabilities, And Damages, And Pay All Claims, Judgments, Awards, Costs, And Expenses Arising Out Of Or In Connection With The Service Provider’s Acts Of Omissions, Unless Such Claims Are Due Solely To The Negligence Of The Philracom. Costs Inclusive Of Expert Witness Fees And Other Legal Expenses Shall Be Charged Against The Account Of The Service Provider. D. Other Costs The Service Provider Shall Not Be Liable For Failure Or Delay In Performing Obligations Set Forth In The Contract If Such Failure Or Delay Is Due To Any Cause Reasonably Beyond The Control Of The Service Provider. Xii. Right To Accept Or Reject Quotation And/or Annul The Procurement Process Philracom Reserves The Right To Accept Or Reject Any Quotation, To Annul The Procurement Process, Or Not To Award The Contract Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiii. Conformance With The Existing Laws The Procurement Process For This Undertaking Shall Be Executed In Accordance With Republic Act 9184, Otherwise Known As The Government Procurement Reform Act, And Its Revised Implementing Rules And Regulations.
City Of Bais Tender
Automobiles and Auto Parts
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 2 Million (USD 34.1 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Tax Mapping, Field Work Activities, And Official, And Official Use Of The City Assessor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 715-24 Php 2,000,000.00 1 1 Unit Brand New Pick-up Truck (4wd Mt) Color: Blade Silver Metallic Specifications: Dimensions Overall Length: 5,320 Mm Overall Height: 1,795 Mm Tread (front/rear) 1,570/1,565 Mm Min. Ground Clearance: 222 Mm Cargo Floor Height: 800 Mm Gross Vehicle Weight: 3,000 Kg Curb Weight: 2,035 Kg Seating Capacity: 5 Persons Engine Model And Type: 2.4 Liter Turbocharged Direct Injection Diesel (euro 4) Maximum Power: Ps 183/rpm 3,500 Maximum Torque: Nm 430/rpm2,250-2,500 Fuel Tank Capacity: 75 Transmission Transmission: 6-speed Mt 4wd System: Easy Select 4wd Suspension Front: Independent-wishbone With Coil Springs Rear: Rigid With Leaf Springs Brakes Front: Ventilated Disc Rear: Leading And Trailing Drums Abs: Equipped With Electronic Brakeforce Distribution (ebd) Brake Assist: Equipped With Brake Assist Steering Power Steering: Hydraulic Steering Wheel: Leather Wrapped Steering Wheel-mounted Audio Control: Equiped Cruise Control: Equipped Steering Column Adjustment: Tilt And Telescopic Safety Equipped With Airbags On Driver's Side, Passengers' Side And Driver's Knee. Also Equipped With Front And Rear Seatbelts And Seatbelt Reminder On All Seats Equipped With Reverse Camera, Active Stability & Tractioncontrol, Hill Start Control, Trailer Stability Assist, Iso-fix & Tether Anchor, And Remote Keyless Entry. Multi-media System 8" Touchscreen Display With Am/fm Radio, Bluetooth With Hands-free Technology, Usb Connectivity, Apple Carplay And Adroid Auto. Also Equipped With Usb Ports For Type A And C For Front And Rear, And 6 Speakers. Exterior Equipped With Halogen Headlights, Halogen Foglights, Halogen Daytime Running Lights, And Bedliner Interior Equipped With 6-way Manual Adjustable Seats (slide,recline,height) With Convenience Hook And Seatback Pocket For The Driver's Side, And 4-way Manual Adjustable (slide And Recline) For The Front Passenger Side. Equipped 7" Color Lcd Instrument Cluster Display Equipped With Single Zone Automatic Air Conditioning System And Air Conditioning Rear Circulator Freebies 3 Years Lto Registration, 3 Years Tpl Insurance, 1 Year Gsis Comprehensive Insurance, Floor-matting, Tint And Seatcover With Warranty Of 100,000 Kilometers Or Three (3) Years Whichever Comes First Additions With Three (3) Consecutive Regular Pms 1,000,5,000 And 10,000 With Decal's Official Seal Of City Of Bais City Assessor's Office For Official Use Only The Approved Budget For The Contract Is To Be Taken From 01-07-06-010. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 14, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
National Institutes Of Health Tender
Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Announcement title: Laboratory Casework System id: Ss-niaid-25-2250915 post Date: January 7, 2025 response Date: January 17, 2025 naics: 337127 introduction this Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. background, Purpose, Objectives the Division Of Intramural Research (dir) Office Of Operations Management (oom) Is A Component Of Niaid, One Of The Largest Institutes Of The National Institutes Of Health (nih). For More Than 65 Years, Dir Has Been At The Forefront Of Research On Immunologic, Allergic, And Infectious Diseases. Their Discoveries Promote The Development Of New Vaccines, Diagnostics, And Therapeutics That Improve Human Health. Dir Scientists Study All Aspects Of Infectious Diseases, Including The Causative Agents, Vectors, And Pathogenesis In Human And Animal Hosts. Clinical Research Is Integral To The Dir Mission, Enabling Key Lab Discoveries To Be Rapidly Translated Into Methods To Prevent, Diagnose, Or Treat Disease. the Rocky Mountain Lab’s Oom Renovation’s Division Is Requesting A Laboratory Casework System To Augment Their Existing System. The Casework Is Being Ordered For Laboratory Spaces 3118, 3119, And 3120 To Support The Incoming Tenure-track Principal Investigator In The Laboratory Of Neurological Infections And Immunity (lnii) At Rml. The Incoming Principal Investigator Will Be Instrumental In Advancing The Mission Of Rml. the Casework Will Consist Of New Alpha Modular Casework That Matches The Specifications And Design Currently Utilized In The Quad Building (3120) And Alpha Modular Casework Found In Building 28. This Casework Is Flexible, Durable, And Designed To Accommodate The Evolving Needs Of Cutting-edge Scientific Research. The Current Laboratory Spaces Are Outdated And No Longer Meet The Needs Of Modern Scientific Research. Upgrading To The Alpha Modular Casework Will: Provide Greater Flexibility For Adapting Workspaces To Various Research Needs. the Casework System Must Be Compatible With The Existing Laboratory Casework System. The Required Laboratory Casework System Must Be Modular, Durable, Customizable, And Meet Nih Design Requirements Manual (drm) Specifications And Biosafety Standards. The Required Laboratory Casework Is Essential To Support The Mission Of The National Institutes Of Health (nih) And Affiliated Agencies. This Procurement Will Equip The Labs With High-quality, Durable, And Modular Casework That Meets The Stringent Performance And Biosafety Requirements Necessary For Cutting-edge Research. This Action Ensures Researchers Have Access To Functional And Standardized Workspaces Critical For Advancing Scientific Discovery And Operational Efficiency. the Need For Continuity In Laboratory Infrastructure Is Paramount. Currently, A Significant Portion Of The Existing Laboratory Furniture And Casework Is Sourced From Innovative Laboratory Systems. This Consistency Ensures Seamless Integration With Existing Infrastructure, Minimizes Disruptions, And Facilitates Ongoing Maintenance Using In-house Expertise And Stocked Replacement Parts. description Of Need: See Attachment project Requirements successful Offerors Must Have The Knowledge, Skill, Ability, And Resources To Reliably Provide A Brand Name Or Equal To Laboratory Casework System. The Casework Must Integrate Seamlessly With Existing Infrastructure And Meet The Following Specifications: cabinet Material: Steel Cabinet Bodies, Drawer Bodies, Shelves, Drawer Heads And Door Assemblies Shall Be Fabricated From Cold Rolled Steel And Chemically Resistant Finishes To Withstand The Rigors Of A Research Environment And Meet Sefa 8 Industry Standards. Sefa-standards-and-its-importance-for-lab-furniture materials a. General Requirements: it Is The Intent Of This Specification To Provide A High-quality Steel Cabinet Specifically Designed For The Laboratory Environment. b. Steel: 1. Cold Rolled Steel: Cold Rolled Sheet Steel Shall Be Prime Grade 12, 14, 16, 18 And 20 Gauge U.s. Standard; Roller Leveled, And Shall Be Treated At The Mill To Be Free Of Scale, Ragged Edges, Deep Scratches Or Other Injurious Effects. c. Hardware And Trim: 1. The Cabinets And Drawers Must Meet Sefa 8 Specifications A. Drawer And Door Pulls Shall Construction a. Steel Cabinet Construction: 1. General: A. The Steel Furniture Shall Be Of Modern Design And Shall Be Constructed In Accordance With The Best Practices Of The Sefa 8 Industry Standards. B. Each Cabinet Shall Be Complete So That Units Can Be Relocated At Any Subsequent Time Without Requiring Field Application Of Finished Ends Or Other Such Parts. 2. Steel Gauges: Gauges Of Steel Used In Construction Of Cases Shall Be 18 Gauge, Except As Follows: A. Leveling Bolt Reinforcements 12 Gauge. B. Top And Intermediate Front Horizontal Rails, Apron Rails, Hinge Reinforcements, And Reinforcement Gussets, 16 Gauge. C. Drawer Assemblies, Door Assemblies, Bottom, Bottom Back Rail, Toe Space Rail, And Adjustable Shelves, 20 Gauge. b. Base Cabinets: 1. The Cabinets Construction Must Meet Sefa 8 Standards And Shall Be Formed Into Not Less Than An L Formation At Top, Bottom, Back And A 3/4" Wide Front C Formation. c. Special Purpose Storage Cabinets: 1. Acid Storage Fume Hood Cabinets: Acid Storage Fume Hood Cabinets Shall Utilize The Same Gauges Of Steel And Construction Features As Other Base Cabinets Except They Shall Be Completely Lined With A One Piece Polyethylene Corrosion Resistant Liner According To The Sefa 8 Standards. 2. Solvent Storage Cabinets: Solvent Storage Cabinets Shall Be Specifically Designed For The Storage Of Flammable And Combustible Liquids. Construction Shall Be Based Upon The Requirements Listed By Ufc, Osha And Nfpa No. 30 1993, And Cabinets Shall Be Fm Approved And Labeled. The Bottoms, Top, Sides And Doors Shall Be Fabricated Of 18 Gauge Steel And Shall Be All Double Panel Construction With A 1 1/2" Air Space Between Panels. The Cabinet Shall Be Labeled: "flammable Keep Fire Away". 3. Vacuum Pump Cabinets: Vacuum Pump Cabinets Shall Utilize The Sefa 8 Standards For Construction. Each Cabinet Shall Be Furnished With A 1½" Diameter Pvc Vent Pipe In The Back For Venting Or Access To The Fume Hood Above. d. Upper Cabinet Construction: 1. Upper Cabinets Shall Meet The Sefa 8 Standards. 2. Solid Panel Doors Shall Consist Of An Inner And Outer Door Pan. The Door Assembly Shall Be 3/4" Thick And Contains Sound Deadening Material. 3. Sliding Doors Shall Be Suspended From The Top In A Roll Formed Steel Track Fastened To The Cabinet Top And Shall Glide On Nylon Rollers. Track Shall Be So Designed To Prevent Accidental Removal Of Doors. 4. Swinging Doors Over 36" High Shall Be Hung On Three Or More Hinges. 5. Plate Glass Doors Shall Operate Based On Sefa 8 Standards. e. Steel Full Height Cabinet Construction: 1. Full Height Storage Cabinets Shall Have A Finished Interior Same As Exterior. 2. Cabinet Tops Shall Be Formed Into A Channel Shape At Front With Flange At Rear And Sides For Electro-welding Cabinet Top To Cabinet Back And Ends. 3. Solid Panel Doors Shall Consist Of Inner And Outer Pan Formations Mechanically Assembled After Painting And Comply With Sefa 8 Standards. 4. Swinging Doors Over 36" High Shall Be Hung On Three Hinges. performance Requirements a. Steel Casework Construction Performance: 1. Base Cabinets Shall Be Constructed To Support At Least A Uniformly Distributed Load 200 Pounds Per Square Foot Of Cabinet Top Area, Including Working Surface Without Objectionable Distortion Of Interference With Door And Drawer Operation. b. Steel Paint System Finish And Performance Specification: 1. Steel Paint System Finish: After Cold Rolled Steel And Textured Steel Component Parts Have Been Completely Welded Together And Before Finishing, They Shall Be Given A Pre Paint Treatment To Provide To The Finish System To The Steel And To Aid In The Prevention Of Corrosion. The Completed Finish System In Standard Colors Shall Meet The Performance Test Requirements Specified Under Performance Test Results. 2. Performance Test Results: The Surfaces Must Perform And Withstand Chemical Corrosion Based On Sefa Standard For Chemical Spot Tests; The Surface Must Withstand A Certain Level Of Heat According To Sefa 8 Standard For Heat Resistance; The Surface Must Withstand A Certain Level Of Impact According To Sefa 8 Standard For Impact Resistance; The Surface 18 Gauge Steel Strip Must Withstand A Certain Level Of Bending According To Sefa 8 Standard For The Bending Test; The Surface Coating Must Past The Astm D2197 68 “standard Method Of Test For Adhesion Of Organic Coatings"; The Surface Paint Film Hardness Shall Meet Industry The Sefa Standard For The Hardness Test. work Surfaces tops , Sinks, And Cupsinks Surfaces Are To Meet The Sepa 8 Standards. the Contractor Shall Provide: 1. Delivery And Installation Services To Ensure Proper Placement And Integration With Existing Infrastructure. 2. Maintenance Support, Including Access To Spare Parts, Troubleshooting Assistance, And Technical Support During Normal Business Hours. 3. Detailed Product Documentation And Training Materials To Assist Laboratory Staff With Casework Operation And Maintenance. Training Materials May Be Tailored To Suit The Specific Needs Of Nih Laboratories. the Government Anticipates Awarding A Firm Fixed Price Purchase Order, After Solicitation For This Requirement. delivery /installation Location: hamilton, Mt 59840 capability Statement/information Sought all Capable Vendors Should Respond With A Brief Capability Statement By January 17, 2025 At 10:00 Am Est. The Capability Statement Must Include The Ability To Provide The Required Brand Name Or Equal Products, As Per Specifications, And That Are Compatible With The Innovative Laboratory Casework System. Capability Statement Must Include Place Of Manufacturer As Per Executive Order 14005-ensuring The Future Is Made In All Of America By All Of America's Workers. “buy America” Or “buy American,” That Require, Or Provide A Preference For, The Purchase Or Acquisition Of Goods, Products, Or Materials Produced In The United States, Including Iron, Steel, And Manufactured Goods Offered In The United States”. if Your Organization Has The Potential Capacity To Support This Requirement, Please Provide The Following Information: 1) Organization Name, Address, Point Of Contact, Email Address, Website Address, Telephone Number, Uei Number And Size And Type Of Ownership For The Organization; And 2) Respondents Shall Indicate If They Are The Manufacturer Or The Distributor Of The Required Laboratory Casework System And Shall Include Basic Information On Product Specifications. If An Equal Product Is Recommended (not Specific To The Brand Proposed) Then Sufficient Details Shall Be Provided By The Respondent Describing How The Equal Product Being Recommended, Meets The Minimum Specifications Of The Requirement. capability Statements Should Also Include Documentation Indicating That Offerors Business Size As Determined By The Small Business Administration’s Table Of Size Standards Located At: (https://www.sba.gov/content/small-business-size-standards) For Naics 337127. This Sba Size Standard Is Currently 1250 Employees But Is Subject To Change. Prospective Offerors May Also Note Whether They Meet Any Other Socio-economic Business Categories Such As 8(a), Hub-zone, Or Service-disabled Veteran When Submitting Their Capability Statement. submission Instructions interested Businesses Who Consider Themselves Qualified To Provide The Above-listed Items Are Invited To Submit A Response To This Sources Sought Notice By January 17, 2025 At 10:00 Am Est. All Responses Under This Sources Sought Notice Must Be Submitted All Responsible Sources That Could Provide Comparable Services May Submit A Capability Statement. All Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov By January 17, 2024 10:00 Am. All Vendors Must Register In The Esass System To Submit Their Documentation. Instructions On How To Register /submit Documents Are Included On The Website. All Responses Received By The Closing Date Of This Synopsis Will Be Considered By The Government. disclaimer And Important Notes this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality no Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
2391-2400 of 2490 archived Tenders