Mask Tenders
Mask Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Description: Sources Sought Notice
important: Read This Notice In Its Entirety Before Responding. Services Are Sporadic And No Routine Schedule Or Quantity Can Be Firmly Identified
the Department Of Veterans Affairs (va), Network Contracting Office (nco) 23, On Behalf Of The Sioux Falls Sd Va Hospital, Is Seeking Information And Potential Sources For Onsite Licensed General Surgeon Gastroenterology Services. The Period Of Performance Will Be For One Year And Includes Four (4) One-year Option Periods.
the Contractor Shall Provide Onsite Licensed General Surgeon Gastroenterology Services In Accordance With The Terms, Conditions, And Specifications Contained Herein To Beneficiaries Of The Department Of Veteran Affairs (va), Sioux Falls Va Health Care System (vahcs). The Total Number Of Hours Required Is 416 Hours Annually. Services May Be Required On A 24-hour Per Day, Seven Days Per Week Basis, Including Holidays And Weekends. On Call Services May Be Required. See Attached Performance Work Statement (pws) For Additional Information.
the Naics For This Requirement Is 561320 Temporary Help Services, Which Has A Small Business Size Standard Of $34.0 Million. It Is The Intent Of The Va To Issue A Single Award, Firm Fixed Price Contract.
this Is A Sources Sought Notice Only. This Sources Sought Notice Will Be Used To Obtain Information Regarding The Provision Of F Onsite Licensed General Surgeon Gastroenterology Services From Potential Vendors, Identify Potential Vendors That Would Be Interested And Capable Of Providing Onsite Licensed General Surgeon Gastroenterology Services Within The Requested Timeframe, And To Assist The Contracting Officer In Making A Set-aside Determination. This Source Sought Notice And Any Responses Are For Market Research Purposes Only And Shall Not Be Considered An Obligation On The Part Of The Government To Acquire Any Services.
this Source Sought Notice Is Not A Solicitation, And No Contractual Arrangement Will Be Made As A Result. Vendors Are Advised That No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of A Contractor Submission To This Sources Sought Notice Or The Government's Use Of Such Information. All Costs Associated With Responding To This Sources Sought Notice Are Solely At The Responding Vendors Expense. The Government Reserves The Right To Reject, In Whole Or In Part, Any Vendor's Input Resulting From This Sources Sought Notice. Information Submitted In Response To This Sources Sought Notice Will Not Be Returned.
all Submitted Information Should Be Unclassified Or Non-proprietary. Vendors Are Solely Responsible For Properly Marking And Clearly Identifying Any Proprietary Information Or Trade Secrets Contained With Its Response. The Government Will Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Marked And Clearly Identified.
by Responding To This Sources Sought Notice, The Vendor Provides The Government Permission To Share Its Submitted Capabilities And Contact Information With Other Government Organizations In Relationship To Similar Requirements For Market Research Purposes. To Be Considered Complete, Responses To This Sources Sought Notice Shall Include The Information Below.
provide A Brief Description Of The Company Background, Experience In Providing Onsite Licensed General Surgeon Gastroenterology Services As The Prime Contractor/subcontractor, Socioeconomic Status, Past Performance With Government Contracts, And Contractor Sam Uei Number.
indicate If Subcontractors/partners Be Used For Any Part Of The Delivery Of Onsite Licensed General Surgeon Gastroenterology Services? If Yes, Specify The Duties Of The Prime Contractor And Any Subcontractors/partners.
if Company Is A Veteran And/or Small Business, Indicate If Able To Comply With The Limitations On Subcontracting At 13 Cfr 125.6, Which States That For Services A Small Business Concern Must Agree That It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated.
include Copy Of Small Business Administration Verification At Veteran Small Business Certification (sba.gov) If Claiming Veteran-owned Small Business Or Service-disabled Veteran-owned Small Business Socioeconomic Status As Prime Contractor Or For Any Subcontractors/partners.
provide A Copy Of Current Certificate Of Liability Insurance In Vendor S Name.
all Interested Parties, Regardless Of Socioeconomic Status, Capable Of Providing The Required Onsite Licensed General Surgeon Gastroenterology Services Above Shall Submit A Response Via Email To The Contracting Specialist At Tina.bernad@va.gov No Later Than January 3, 2025, 11:00 A.m. Central Time.
performance Work Statement
onsite General Surgeon Gastroenterology Services
general:
services Provided: The Contractor Shall Provide Board Certified/board Eligible General Surgery Physician Services Onsite In Accordance With The Specifications Contained Herein To Beneficiaries Of The Va And The Royal C. Johnson Veterans Memorial Hospital (sioux Falls Va).
place Of Performance: Contractor Shall Furnish Services At The Royal C. Johnson Veterans Memorial Hospital (sioux Falls Va), 2501 W 22nd St, Sioux Falls, Sd 57105.
authority: Title 38 Usc 8153, Health Care Resources (hcr) Sharing Authority. Remember To Identify The Federal Acquisition Regulation (far) Parts Used (far 12 In Combination With 13, 15 And/or Va Acquisition Regulation (vaar) Part 873)
policy/directives/handbooks. The Contractor Shall Be Subject To The Following Policies, Including Any Subsequent Updates During The Period Of Performance. The Policies Listed Below Can Be Accessed Electronically At The Following: Va Publications Vha Publications
va Directive 1663: Health Care Resources (hcr) Contracting Buying Title 38 U.s.c. 8153
1.4.2. Vha Directive 1003.04: Vha Patient Advocacy
vha Directive 1065: Productivity And Staffing Guidance For Specialty Provider Group Practice
vha Directive 1088(1): Communicating Test Results To Providers And Patients
vha Directive 1100.18: Reporting And Responding To State Licensing Boards
vha Directive 1100.20: Credentialing Of Health Care Providers
vha Directive 1100.21: Privileging
vha Directive 1192.01: Seasonal Influenza Vaccination Program For Vha Health Care Personnel
vha Directive 1220(1): Facility Procedure Complexity Designation Requirements To Perform Invasive Procedures In Any Clinical Setting
vha Directive 1400.01: (not Applicable, Please Remove)
vha Directive 1605.01: Privacy And Release Of Information
vha Directive 1907.01: Vha Health Information Management And Health Records
vha Handbook 1100.17: National Practitioner Data Bank (npdb) Reports
vha Handbook 1400.04: (not Applicable, Please Remove)
privacy Act Of 1974 (5 U.s.c. 552a) As Amended: Http://www.justice.gov/oip/foia_updates/vol_xvii_4/page2.htm
acronyms/definitions: Terms Used In This Contract Shall Be Interpreted As Follows Unless The Context Expressly Requires A Different Construction And/or Interpretation. In Case Of A Conflict In Language Between The Definitions And Other Sections Of This Contract, The Language In This Section Shall Govern.
abs: American Board Of Surgery Http://www.absurgery.org/
acgme: Accreditation Council For Graduate Medical Education
acls: Advanced Cardiac Life Support
ajic: American Journal For Infection Control
aql: Acceptable Quality Level
baa: Business Associate Agreement
bba: Balanced Budget Act
bls: Basic Life Support
cdc: Centers For Disease Control And Prevention
cdr: Contract Deficiency Report
ceu: Certified Education Unit
clinical Privileging: Clinical Privileging Is The Process By Which A Practitioner, Licensed For Independent Practice; E.g., Without Supervision, Direction, Required Sponsor, Preceptor, Mandatory Collaboration, Etc.; Is Permitted By Law And The Facility To Practice Independently, To Provide Specific Medical Or Other Patient Care Services Within The Scope Of The Individual S License, Based Upon The Individual S Clinical Competence As Determined By Peer References, Professional Experience, Health Status, Education, Training And Licensure. Clinical Privileges Must Be Facility-specific And Provider-specific, And Within Available Resources.
cme: Continuing Medical Education
cmp: Civil Monetary Penalty
cms: Centers For Medicare And Medicaid Services
co: Contracting Officer: The Person Executing This Contract On Behalf Of The Government With The Authority To Enter Into And Administer Contracts And Make Related Determinations And Findings.
coi: Conflict Of Interest
cor: Contracting Officer S Representative: A Person Appointed By The Co To Take Necessary Action To Ensure The Contractor Performs In Accordance With And Adheres To The Specifications Contained In The Contract And To Protect The Interest Of The Government. The Cor Shall Report To The Co Promptly Any Indication Of Non-compliance In Order That Appropriate Action Can Be Taken.
cos: Chief Of Staff
cpars: Contractor Performance Assessment Reporting System
credentialing: Credentialing Is The Process Of Obtaining, Verifying, And Assessing The Qualifications Of A Health Care Provider To Provide Care Or Services In Or For The Va Health Care System. Credentials Are Documented Evidence Of Licensure, Education, Training, Experience Or Other Qualifications.
dea: Drug Enforcement Agency
ehr: Electronic Health Record - Electronic Health Record System Used By The Va
epa: Environmental Protection Agency
fapiis: Federal Awardee Performance And Integrity Information System
far: Federal Acquisition Regulation
foia: Freedom Of Information Act
fppe: Focused Provider Practice Evaluation
fsmb: Federation Of State Medical Boards
fte: Full Time Equivalent: Va S Standard Definition Is For Full Time Working The Equivalent Of 80 Hours Every Two Weeks, 2080 Hours Per Year. Â however, Providers May Propose Using Their Standard Fte Definition.
hhs: Department Of Health And Human Services
hicpac: Hospital Infection Practices Advisory Committee
hipaa: Health Insurance Portability And Accountability Act
igra: Interferon-gamma Release Assays
iso: Information Security Officer
key Personnel: The Individuals Specified In This Contract Who Are Essential To Work Performance.
mri: Magnetic Resonance Imaging
mst: Military Sexual Trauma
npi: National Provider Identifier. Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers).
nppes: National Plan And Provider Enumeration System
nso: National Surgery Office
ogc: Office Of General Counsel
oig: Office Of Inspector General
oppe: Ongoing Provider Practice Evaluation
or: Operating Room
pop: Period Of Performance
ppd: Purified Protein Derivative
ppirs: Past Performance Information Retrieval System
pws: Performance Work Statement
qa/qi: Quality Assurance/quality Improvement
qm/pi: Quality Management/performance Improvement
qasp: Quality Assurance Surveillance Plan
rfp: Request For Proposal
scs: Specialty Care Services
ssac: Sole Source Affiliate Contract
tjc: The Joint Commission
tst: Tuberculosis Skin Test
usc: United States Code
va: Department Of Veterans Affairs
va-fsc: Va Financial Services Center
vaar: Va Acquisition Regulation
vetpro: Is Vha S Mandatory Credentialing Software Platform To Document The Credentialing Of Vha Health Care Providers. This System Facilitates Completion Of A Uniform, Accurate And Complete Credentials File.
vha: Veterans Health Administration
vista: Veterans Integrated Systems Technology Architecture
qualifications:
staff/facility
license: The Contractor S Physician(s) Assigned By The Contractor To Perform The Services Covered By This Contract Shall Have A Current License To Practice Medicine In Any State, Territory, Or Commonwealth Of The United States Or The District Of Columbia) When Services Are Performed Onsite On Va Property.
all Licenses Held By The Key Personnel Working On This Contract Shall Be Full And Unrestricted Licenses. Contractor S Physician(s) Who Have Current, Full And Unrestricted Licenses In One Or More States, But Who Have, Or Ever Had, A License Restricted, Suspended, Revoked, Voluntarily Revoked, Voluntarily Surrendered Pending Action Or Denied Upon Application Will Not Be Considered For The Purposes Of This Contract.
board Certification: All Contractor S Physician(s) Shall Be Board Certified/board Eligible By The Abs Http://www.absurgery.org/, And Be Currently Certified In Bls, Acls Or Equivalency. All Continuing Education Courses Required For Maintaining Certification Must Be Kept Up To Date At All Times. Documentation Verifying Current Certification Shall Be Provided By The Contractor To The Va Cor On An Annual Basis For Each Year Of Contract Performance.
credentialing And Privileging: Credentialing And Privileging Is To Be Done In Accordance With The Provisions Of Vha Directive 1100.20 And Vha Directive 1100.21 Referenced Above. The Contractor Is Responsible To Ensure That Proposed Physician(s) Possesses The Requisite Credentials Enabling The Granting Of Privileges. No Services Shall Be Provided By Any Contractor S Physician(s) Prior To Obtaining Approval By The Facility Medical Executive Board And Medical Center Director.
if A Contractor S Physician(s) And/or Other Contract Provider(s) Are Not Credentialed And Privileged Or Has Credentials/privileges Suspended Or Revoked, The Contractor Shall Furnish An Acceptable Substitute Without Any Additional Cost To The Government.
technical Proficiency: Contractor S Physician(s) Shall Be Technically Proficient In The Skills Necessary To Fulfill The Government S Requirements, Including The Ability To Speak, Understand, Read And Write English Fluently. Contractor Shall Provide Documents Upon Request Of The Co/cor To Verify Current And Ongoing Competency, Skills, Certification And/or Licensure Related To The Provision Of Care, Treatment And/or Services Performed. Contractor Shall Provide Verifiable Evidence Of All Educational And Training Experiences Including Any Gaps In Educational History For All Contractor S Physician(s) And Contractor S Physician(s) Shall Be Responsible For Abiding By The Facility's Medical Staff By-laws, Rules, And Regulations (referenced Herein) That Govern Medical Staff Behavior.
continuing Medical Education (cme)/ Certified Education Unit (ceu) Requirements: Contractor Shall Provide The Cor Copies Of Current Cmes As Required Or Requested By The Facility. Contractor S Physician(s) Registered Or Certified By National/medical Associations Shall Continue To Meet The Minimum Standards For Cme To Remain Current. Contractor Shall Report Cme Hours To The Credentials Office For Tracking. These Documents Are Required For Both Privileging And Re-privileging. Failure To Provide Shall Result In Loss Of Privileges For Contractor S Physician(s).
training (acls, Bls, Ehr And Va Mandatory): Contractor Shall Meet All Va Educational Requirements And Mandatory Course Requirements Defined Herein; All Training Must Be Completed By The Contractor S Physician(s) As Required By The Va. Other Training May Become Required. Va Will Communicate Any Changes To The Training Requirement To The Contractor.
training
frequency
annual Hours
acls/bls
as Necessary To Maintain Certification.
active Threat Training
annually
30 Minutes
blood Administration: Complication
annually
30 Minutes
ehr
annually
2 Hours
government Ethics
annually
30 Minutes
hospice And Palliative Care For Va Clinicians
annually
30 Minutes
military Sexual Trauma (mst) For Medical Providers
annually
30 Minutes
moderate Sedation In-service Training
annually
30 Minutes
pact Act 2022 Toxic Exposure Screening (tes)
annually
30 Minutes
patient Abuse
annually
30 Minutes
patient Rights
annually
30 Minutes
patient Safety
annually
30 Minutes
prevention/management Of Disruptive Behavior/violence Prevention Level I
annually
30 Minutes
prevention Of Workplace Harassment/no Fear Act
annually
30 Minutes
suicide Prevention: Suicide Risk Management Training For Clinicians
annually
30 Minutes
sux Infection Control And Blood Borne Pathogens
annually
30 Minutes
va Core Values Training (icare Recommitment)
annually
30 Minutes
va Privacy And Information Security Awareness And Rules Of Behavior
annually
30 Minutes
vha Mri Safety Training Level 1 Training (all Who Enter Mri Suites)
annually
30 Minutes
vha Privacy And Hipaa Focused Training
annually
30 Minutes
vista Imaging
one Time
30 Minutes
radiation Safety
annually
30 Minutes
standard Infection Control Measures (ppd, Immunizations, Etc.): Contractor Shall Provide Proof Of The Following For Physicians Within Five (5) Calendar Days After Contract Award And Prior To The First Duty Shift To The Cor And Co. Tests Shall Be Current Within The Past Year.
tuberculosis Testing: Contractor Shall Provide Proof Of A Negative Tuberculosis Skin Test (tst) Or Interferon-gamma Release Assays (igra) For All Contractor S Physician(s) Upon Hire In Accordance With Cdc Guidance. (this Is Applicable To All Health Care Workers). A Negative Chest Radiographic Report For Active Tuberculosis Shall Be Provided In Cases Of Positive Tst Or Igra Results.
measles, Mumps, & Rubella Testing: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
varicella: Contractors Shall Provide Proof Of Immunity For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
acellular Pertussis: Contractors Shall Provide Proof Of 1 Dose Of Tdap Vaccination For All Contractor Physicians {this Is Applicable To All Health Care Workers}.
influenza: Contractors Shall Provide Proof That All Contractor Physicians Have Received The Annual Influenza Vaccine Unless It Is Contraindicated. If The Contractor Physician Has A Medical Contraindication To The Vaccine They Shall Be Required To Wear A Mask During The Influenza Season. {this Is Applicable To All Health Care Workers}.
covid-19: Contractors Shall Comply With Vha Supplemental Contract Requirements For Combatting Covid-19 {this Is Applicable To All Health Care Workers}. See Section D Attachment.
osha Regulation Concerning Occupational Exposure To Bloodborne Pathogens: Contractor Shall Provide Evidence Of Completing And Passing Generic Self-study Blood-borne Pathogen Training For All Contractor S Physician(s) {this Is Applicable To All Health Care Workers}; Provide Their Own Hepatitis B Vaccination Series And Hepatitisâ b Surface Antigen Test Resultsâ following The Hepatitis B Vaccination Series; Maintain An Exposure Determination And Control Plan; Maintain Required Records; And Ensure That Proper Follow-up Evaluation Is Provided Following An Exposure Incident.
the Facility Shall Notify The Contractor Of Any Significant Communicable Disease Exposures As Appropriate. Contractor Shall Adhere To Current Cdc/hicpac Guideline For Infection Control In Health Care Personnel (as Published In American Journal For Infection Control - Ajic 1998; 26:289-354 Http://www.cdc.gov/hicpac/pdf/infectcontrol98.pdf) For Disease Control. Contractor Shall Provide Follow Up Documentation Of Clearance To Return To The Workplace Prior To Their Return.
npi: Npi Is A Standard, Unique 10-digit Numeric Identifier Required By Hipaa. The Vha Must Use Npis In All Hipaa-standard Electronic Transactions For Individual (health Care Practitioners) And Organizational Entities (medical Centers). The Contractor Shall Have Or Obtain Appropriate Npi And If Pertinent The Taxonomy Code Confirmation Notice Issued By The Cms Nppes Be Provided To The Co With The Proposal.
dea: Contractor Shall Provide Copy Of Current Dea Certificate.
Conflict Of Interest (coi): The Contractor And All Contractor S Physician(s) Are Responsible For Identifying And Communicating To The Co And Cor Conflicts Of Interest At The Time Of Proposal And During The Entirety Of Contract Performance. At The Time Of Proposal, The Contractor Shall Provide A Statement Which Describes, In A Concise Manner, All Relevant Facts Concerning Any Past, Present, Or Currently Planned Interest (financial, Contractual, Organizational, Or Otherwise) Or Actual Or Potential Organizational Conflicts Of Interest Relating To The Services To Be Provided. The Contractor Shall Also Provide Statements Containing The Same Information For Any Identified Consultants Or Subcontractors Who Shall Provide Services. The Contractor Must Also Provide Relevant Facts That Show How It S Organizational And/or Management System Or Other Actions Would Avoid Or Mitigate Any Actual Or Potential Organizational Conflicts Of Interest. These Statements Shall Be In Response To The Vaar Provision 852.209-70 Organizational Conflicts Of Interest And Fully Outlined In Response To The Subject Attachment In Section D Of The Solicitation Document.
citizenship Related Requirements:
the Contractor Certifies That The Contractor Shall Comply With Any And All Legal Provisions Contained In The Immigration And Nationality Act Of 1952, As Amended; Its Related Laws And Regulations That Are Enforced By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor As These May Relate To Non-immigrant Foreign Nationals Working Under Contract Or Subcontract For The Contractor While Providing Services To Va Patient Referrals.
while Performing Services For The Va, The Contractor Shall Not Knowingly Employ, Contract Or Subcontract With An Illegal Alien; Foreign National Non-immigrant Who Is In Violation Their Status, As A Result Of Their Failure To Maintain Or Comply With The Terms And Conditions Of Their Admission Into The United States. Additionally, The Contractor Is Required To Comply With All E-verify Requirements Consistent With Executive Order 12989 And Any Related Pertinent Amendments, As Well As Applicable Far.
if The Contractor Fails To Comply With Any Requirements Outlined In The Preceding Paragraphs Or Its Agency Regulations, The Va May, At Its Discretion, Require That The Foreign National Who Failed To Maintain Their Legal Status In The United States Or Otherwise Failed To Comply With The Requirements Of The Laws Administered By Homeland Security, Immigration And Customs Enforcement And The U.s Department Of Labor, Shall Be Prohibited From Working At The Contractor S Place Of Business That Services Va Patient Referrals; Or Other Place Where The Contractor Provides Services To Veterans Who Have Been Referred By The Va; And Shall Form The Basis For Termination Of This Contract For Breach.
this Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under 18 U.s.c. 1001.
the Contractor Agrees To Obtain A Similar Certification From Its Subcontractors. The Certification Shall Be Made As Part Of The Offerors Response To The Rfp Using The Subject Attachment In Section D Of The Solicitation Document.
annual Oig Statement: In Accordance With Hipaa And The Balanced Budget Act (bba) Of 1977, The Hhs Oig Has Established A List Of Parties And Entities Excluded From Federal Health Care Programs. Specifically, The Listed Parties And Entities May Not Receive Federal Health Care Program Payments Due To Fraud And/or Abuse Of The Medicare And Medicaid Programs.
therefore, Contractor Shall Review The Hhs Oig List Of Excluded Individuals/entities On The Hhs Oig Web Site At Http://oig.hhs.gov/exclusions/index.asp To Ensure That The Proposed Contractor S Physician(s) Are Not Listed. Contractor Should Note That Any Excluded Individual Or Entity That Submits A Claim For Reimbursement To A Federal Health Care Program, Or Causes Such A Claim To Be Submitted, May Be Subject To A Civil Monetary Penalty (cmp) For Each Item Or Service Furnished During A Period That The Person Was Excluded And May Also Be Subject To Treble Damages For The Amount Claimed For Each Item Or Service. Cmp S May Also Be Imposed Against The Contractor That Employ Or Enter Into Contracts With Excluded Individuals To Provide Items Or Services To Federal Program Beneficiaries.
by Submitting Their Proposal, The Contractor Certifies That The Hhs Oig List Of Excluded Individuals/entities Has Been Reviewed And That The Contractors Are And/or Firm Is Not Listed As Of The Date The Offer/bid Was Signed.
clinical/professional Performance: The Qualifications Of Contractor Personnel Are Subject To Review By Facility Cos Or His/her Clinical Designee And Approval By The Medical Center Director As Provided In Vha Directive 1100.20 And Vha Directive 1100.21. Clinical/professional Performance Monitoring And Review Of All Clinical Personnel Covered By This Contract For Quality Purposes Will Be Provided By The Facility Cos And/or The Chief Of The Service Or His Designee. A Clinical Cor May Be Appointed, However, Only The Co Is Authorized To Consider Any Contract Modification Request And/or Make Changes To The Contract During The Administration Of The Resultant Contract.
non Personal Healthcare Services: The Parties Agree That The Contractor And All Contractor S Physician(s) Shall Not Be Considered Va Employees For Any Purpose.
indemnification: The Contractor Shall Be Liable For, And Shall Indemnify And Hold Harmless The Government Against, All Actions Or Claims For Loss Of Or Damage To Property Or The Injury Or Death Of Persons, Arising Out Of Or Resulting From The Fault, Negligence, Or Act Or Omission Of The Contractor, Its Agents, Or Employees.
prohibition Against Self-referral: Contractor S Physicians Are Prohibited From Referring Va Patients To Contractor S Or Their Own Practice(s).
inherent Government Functions: Contractor And Contractor S Physician(s) Shall Not Perform Inherently Governmental Functions. This Includes, But Is Not Limited To, Determination Of Agency Policy, Determination Of Federal Program Priorities For Budget Requests, Direction And Control Of Government Employees (outside A Clinical Context), Selection Or Non-selection Of Individuals For Federal Government Employment Including The Interviewing Of Individuals For Employment, Approval Of Position Descriptions And Performance Standards For Federal Employees, Approving Any Contractual Documents, Approval Of Federal Licensing Actions And Inspections, And/or Determination Of Budget Policy, Guidance, And Strategy.
employee Status: The Contractor Shall Be Responsible For Protecting Contractor S Physician(s) Furnishing Services. To Carry Out This Responsibility, The Contractor Shall Provide Or Certify That The Following Is Provided For All Their Staff Providing Services Under The Resultant Contract:
workers Compensation
professional Liability Insurance
health Examinations
income Tax Withholding, And
social Security Payments.
tort Liability: The Federal Tort Claims Act Does Not Cover Contractor Or Contractor S Physician(s). When A Contractor Or Contractor S Physician(s) Has Been Identified As A Provider In A Tort Claim, The Contractor Shall Be Responsible For Notifying Their Legal Counsel And/or Insurance Carrier. Any Settlement Or Judgment Arising From A Contractor S (or Contractor S Physician(s)) Action Or Non-action Shall Be The Responsibility Of The Contractor And/or Insurance Carrier.
key Personnel:
the Va Full Time Equivalent (fte) For The Services Required Is 416 Hours = .20 Va Fte.
the Minimum Number Of Board Certified/board Eligible General Surgery Physicians Required To Be Onsite Daily Is 1 To Be Onsite As Defined In Paragraph Hours Of Operation In This Section.
the Contractor Shall Be Responsible For Providing Coverage To The Va During Periods Of Vacancies Of The Contractor S Personnel Due To Sick Leave, Personal Leave, Vacations And Additional Coverage As Required. In The Event A Scheduled Physician Is Unable To Complete An Assigned Shift, The Contractor Shall Provide Replacement Physician Coverage Within 2 Hours And Notify The Cor Immediately Of The Schedule Change.
personnel Substitutions: During The First Ninety (90) Calendar Days Of Performance, The Contractor Shall Make No Substitutions Of Key Personnel Unless The Substitution Is Necessitated By Illness, Death Or Termination Of Employment. The Contractor Shall Notify The Co, In Writing, Within 7 Calendar Day(s) After The Occurrence Of Any Of These Events And Provide The Information Required Below. After 90 Days, The Contractor Shall Submit The Information Required Below To The Co At Least 60 Calendar Days Prior To Making Any Permanent Substitutions.
the Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitutions, Complete Resumes For The Proposed Substitutes, And Any Additional Information Requested By The Co. Proposed Substitutes Shall Have Comparable Qualifications To Those Of The Persons Being Replaced. The Co Will Notify The Contractor Within 7 Calendar Days After Receipt Of All Required Information Of The Decision On The Proposed Substitutes. The Contract Will Be Modified To Reflect Any Approved Changes Of Key Personnel.
for Temporary Substitutions Where The Key Person Shall Not Be Reporting To Work For 2 Consecutive Workdays Or More, The Contractor Shall Provide A Qualified Replacement For The Key Person. The Substitute Shall Have Comparable Qualifications To The Key Person. Any Period Exceeding Two Weeks Will Require The Procedure As Stated Above.
the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. Should The Va Cos Or Designee Show Documented Clinical Problems Or Continual Unprofessional Behavior/actions With Any Contractor S Physician(s), S/he May Request, Without Cause, Immediate Replacement Of Said Contractor S Physician(s). The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Physician(s) Conduct. The Final Arbiter On Questions Of Acceptability Is The Co.
contingency Plan: Because Continuity Of Care Is An Essential Part Of Facility S Medical Services, The Contractor Shall Have A Contingency Plan In Place To Be Utilized If The Contractor S Physician(s) Leaves Contractor S Employment Or Is Unable To Continue Performance In Accordance With The Terms And Conditions Of The Resulting Contract.
va Hours Of Operation/scheduling:
va Business Hours: Va Clinc Days And Prouders Are From Monday Through Friday 7am To 3pm.
clinic Or Or Schedule: Contract S Physician(s) Will Be Scheduled Tuesday S And Friday S Between The Hours Of 7am To 3pm.
patients Must Be Seen By A Contractor S Physician(s) Onsite At The Sfvamc In A Timely Manner In Accordance With Va Rules And Regulations On Clinic Wait Times And Consult Completion. Contractor Shall Notify The Cor At Least Monthly About Any Obstacles To Meeting This Performance Measure.
contractor S Physician(s) Shall Be Available And Present In Clinic During Normal Sfvamc Clinic Hours, Which Will Be Established, And May Be Revised, As Deemed Appropriate For Patient Care By The Cos. Currently, Normal Clinic Hours Are 7am To 3pm.
federal Holidays: The Following Holidays Are Observed By The Va:
new Year S Day
president S Day
martin Luther King S Birthday
memorial Day
juneteenth
independence Day
labor Day
columbus Day
veterans Day
thanksgiving
christmas
any Day Specifically Declared To Be A National Holiday.
cancellations: 45 Days Notice From Contractor, If No Provider S Are Available.
contractor Responsibilities:
clinical Personnel Required: The Contractor Shall Provide Contractor S Physician(s) Who Are Competent, Qualified Per This Performance Work Statement And Adequately Trained To Perform Assigned Duties.
contractor S Physician(s) Shall Be Responsible For Signing In And Out When In Attendance. Time Sheets Will Be Used By The Cor To Confirm Hours/day And Services Provided Against The Contractor S Invoices.
standards Of Care: The Contractor S Physician(s) Care Shall Cover The Range Of General Surgery Services As Would Be Provided In A State-of-the-art Civilian Medical Treatment Facility And The Standard Of Care Shall Be Of A Quality, Meeting Or Exceeding Currently Recognized The Joint Commission (tjc), Va And National Standards As Established By:
the Abs Http://www.absurgery.org/
the Professional Standards Of Tjc: Http://www.jointcommission.org/standards_information/standards.aspx
the Standards Of The American Hospital Association (aha): Http://www.hpoe.org/resources?show=100&type=8
the Requirements Contained In This Pws
(not Applicable)
medical Records:
authorities: Contractor S Physician(s) Providing Healthcare Services To Va Patients Shall Be Considered As Part Of The Department Healthcare Activity And Shall Comply With The 5 U.s.c.552a (privacy Act), 38 U.s.c. 5701 (confidentiality Of Claimants Records), 5 U.s.c. 552 (foia), 38 U.s.c. 5705 (confidentiality Of Medical Quality Assurance Records) 38 U.s.c. 7332 (confidentiality Of Certain Medical Records), Title 5 U.s.c. § 522a (records Maintained On Individuals) As Well As 45 C.f.r. Parts 160, 162, And 164 (hipaa).
hipaa: This Contract And Its Requirements Meet Exception In 45 Cfr 164.502(e), And Do Not Require A Baa In Order For Covered Entity To Disclose Protected Health Information To: A Health Care Provider For Treatment Of Va Patients. Based On This Exception, A Baa Is Not Required For This Contract. Health Records Generated By This Contract Or Provided To The Contractors By The Va Are Covered By The Va Privacy Act System Of Records Entitled Patient Medical Records-va (24va10a7). Contractor Generated Va Patient Records Are The Property Of The Va And Shall Not Be Accessed, Released, Transferred, Or Destroyed Except In Accordance With Applicable Laws And Regulations. Contractor Shall Ensure That All Records Pertaining To Medical Care And Services Provided To Va Patients Are Captured In The Va Electronic Health Record System As Required By Va Policy As Discussed In 4.4.4.
disclosure: Contractor S Physician(s) May Have Access To Patient Medical Records For The Purpose Of Providing Medical Care And Services To Va Patients And Performing Services Under The Contract; However, Contractor Shall Obtain Permission From The Va Before Disclosing Any Patient Information Outside Va. Va Authorizes The Contractor To Discuss Patient Health Information For Coordination Of Care Within Community Health Care Providers In Compliance With Va Regulations, Hipaa And Vha Directive 1605.1, Privacy And Release Of Information. The Va Will Provide The Contractor With A Copy Of Vha Directive 1907.01, Health Information Management And Health Records And Vha Directive1605.1, Privacy And Release Of Information. The Penalties And Liabilities For The Unauthorized Disclosure Of Va Patient Information Mandated By The Statutes And Regulations Mentioned Above, Apply To The Contractor.
professional Standards For Documenting Care: Care Shall Be Appropriately Documented In Medical Records In Accordance With Standard Commercial Practice And Guidelines Established By Vha Directive 1907.01 Health Information Management And Health Records: Https://www.va.gov/vhapublications/viewpublication.asp?pub_id=9235 And All Guidelines Provided By The Facility.
release Of Information: The Va Shall Maintain Control Of Releasing Any Copies Of Patient Health Information Or Health Records And Will Follow Policies And Standards As Defined, But Not Limited To Privacy Act Requirements. The Contractor Will Not Release Or Disclose Copies Of Records And Will Refer All Such Requests To The Release Of Information Department At The Va Facility Where Assigned.
management For Medical Records: National Archives And Records Administration Record Disposition Requirements Are Found In Rcs 10-1 Chapter 6, 6000 Series.
direct Patient Care: 100% Of The Time Involved In Direct Patient Care. Contractor Shall Be Responsible For:
scope Of Care: Contractor S Physician(s) Shall Be Responsible For Providing General Surgery Physician Care, Including, But Not Limited To:
clinic Responsibilities: Contractor Physician(s) Shall Be Present On Time For Any Scheduled Clinics/surgeries Start Times As Documented By Physical Presence In The Clinic Or Or At The Scheduled Start Time.
communication Of Test Results: Mechanisms Must Be In-place To Provide Notification Of Test Results For Patients Receiving Care In Accordance With Vha Directive 1088, Communicating Test Results To Providers And Patients.
medications: Contractor S Physician(s) Shall Follow All Established Medication Policies And Procedures. No Sample Medications Shall Be Provided To Patients.
discharge Education: Provide Discharge Education And Follow Up Instructions That Are Coordinated With The Next Care Setting For All General Surgery Clinical Or Surgical Patients.
(not Applicable)
qa/qi Documentation: The Contractor S Physician(s) Shall Complete The Appropriate Qm/pi Documentation Pertaining To All Procedures, Complications And Outcome Of Examinations.
patient Safety Compliance And Reporting: Contractor S Physician(s) Shall Follow All Established Patient Safety And Infection Control Standards Of Care. Contractor S Physician(s) Shall Make Every Effort To Prevent Medication Errors, Falls, And Patient Injury Caused By Acts Of Commission Or Omission In The Delivery Of Care. All Events Related To Patient Injury, Medication Errors, And Other Breeches Of Patient Safety Shall Be Documented In The Medical Record Of Those Impacted And Disclosed To The Patient Or Surrogate. As Soon As Practicable (but Within 24 Hours) Contractors Shall Notify Cor Of Incident And Submit An Entry In The Va Patient Safety Reporting System, Following Up With Cor As Required Or Requested.
performance Standards, Quality Assurance (qa) And Quality Improvement(qi):
quality Management/quality Assurance Surveillance: Contract Personnel Shall Be Subject To Quality Management Measures, Such As Patient Satisfaction Surveys, Timely Completion Of Medical Records, And Peer Reviews. Methods Of Surveillance: Focused Provider Practice Evaluation (fppe) And Ongoing Provider Practice Evaluation (oppe). Contractor Performance Will Be Monitored By The Government Using The Standards As Outlined In This Pws And Methods Of Surveillance Detailed In The Qasp. The Qasp Shall Be Attached To The Resultant Contract And Shall Define The Methods And Frequency Of Surveillance Conducted.
patient Complaints: The Co Will Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. If The Contractor Is Involved And Named In A Validated Patient Complaint, The Government Reserves The Right To Refuse Acceptance Of The Services Of Such Personnel. This Does Not Preclude Refusal In The Event Of Incidents Involving Physical Or Verbal Abuse.
the Government Reserves The Right To Refuse Acceptance Of Any Contractor Personnel At Any Time After Performance Begins, If Personal Or Professional Conduct Jeopardizes Patient Care Or Interferes With The Regular And Ordinary Operation Of The Facility. Breaches Of Conduct Include Intoxication Or Debilitation Resulting From Drug Use, Theft, Patient Abuse, Dereliction Or Negligence In Performing Directed Tasks, Or Other Conduct Resulting In Formal Complaints By Patient Or Other Staff Members To Designated Government Representatives. Standards For Conduct Shall Mirror Those Prescribed By Current Federal Personnel Regulations. The Co And Cor Shall Deal With Issues Raised Concerning Contractor S Conduct. The Final Arbiter On Questions Of Acceptability Is The Co.
performance Standards:
measure: Provider Quality Performance
performance Requirement: All Contractor S Physician(s) Shall Perform In Accordance With Clinical Standards
standard: Oppe Documentation For All (100%) Staff Providing Services Under The Contract. All Staff (100%) Meet Standards
aql: 100% Meet Standards
surveillance Method: Oppe Data Pertinent To Care Performed For Each Provider Working Under This Contract. Oppe Data Will Review The Following Elements:
patient Care Performance
medical/clinical Knowledge
practiced Based Learning And Improvement
interpersonal And Communication Skills
professionalism
system Based Practice
frequency: Annual
measure: Qualifications Of Key Personnel
performance Requirement: All Contractor S Physician(s) Shall Be Board Certified/board Eligible Accordance With Abs Standards For General Surgery
standard: All (100%) Contractor S Physician(s) Are Board Certified/board Eligible
aql: 100%
surveillance Method: Periodic Inspection Of Qualification Documents
frequency: Bi-annually
measure: Scope Of Practice/privileging
performance Requirement: Contractor S Physician(s) Perform Within Their Individual Scopes Of Practice/privileging
standard: All (100%) Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time
aql: 100% Contractor S Physician(s) Perform Within Their Scope Of Practice/privileges 100% Of The Time
surveillance Method: Random Sampling Of Records
frequency: Every 6 Months
measure: Patient Access
performance Requirement: The Contractor Shall Provide Contractor S Physician(s) In Accordance With The Operating Hours And Va Clinical Schedule Outlined In This Pws
standard: All (100%) Contractor S Physician(s) Are On Time And Available To Perform Services
aql: Contractor S Physician(s) Is On-time And Available To Perform Services 95% Of The Time
surveillance Method: Periodic Inspection Of Time And Attendance Sheets
frequency: Daily
measure: Patient Safety
performance Requirement: Patient Safety Incidents Shall Be Reported Using Va Patient Safety Reporting System. All Incidents Reported Immediately (within 24 Hours.)
standard: All (100%) Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident
aql: 100% Of Patient Safety Incidents Are Reported Using Va Patient Safety Reporting System Within 24 Hours Of Incident
surveillance Method: Periodic Inspection
frequency: Daily
measure: Maintains Licensing, Registration, And Certification
performance Requirement: Updated Licensing, Registration And Certification Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current
standard: All (100%) Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current
aql: 100% Licensing, Registration(s) And Certification(s) For Contractor S Physician(s) Shall Be Provided As They Are Renewed. Licensing And Registration Information Kept Current. No Acceptable Deviation.
surveillance Method: Periodic Inspection
frequency: Annually
measure: Mandatory Training
performance Requirement: Contractor Shall Complete All Required Training On Time Per Facility Policy
standard: All (100%) Of Required Training Is Complete On Time By Contractor S Physician(s)
aql: 95% Completions
surveillance Method: Periodic Inspection Or Random Sampling
frequency: Annually
measure: Privacy, Confidentiality And Hipaa
performance Requirement: Contractor Is Aware Of All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa And Complies With All Standards Zero Breaches Of Privacy Or Confidentiality
standard: All (100%) Contractor S Physician(s) Comply With All Laws, Regulations, Policies And Procedures Relating To Privacy, Confidentiality And Hipaa
aql: 100% Compliance
surveillance Method: Periodic Inspection; Contractor Shall Provide Evidence Of Annual Training Required By The Facility, Reports Violations Per Va Handbook 6500.6
frequency: Annually
registration With Contractor Performance Assessment Reporting System
as Prescribed In Far Part 42.15, The Va Evaluates Contractor Past Performance On All Contracts That Exceed The Simplified Acquisition Threshold And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database, Cpars, Which Is Maintained By The Naval Sea Logistics Center In Portsmouth, New Hampshire. Cpars Has Connectivity With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. Ppirs Is The System Used To Collect And Retrieve Performance Assessment Reports Used In Source Selection Determinations And Completed Cpars Report Cards Transferred To Ppirs. Cpars Also Includes Access To The Federal Awardee Performance And Integrity Information System (fapiis). Fapiis Is A Web-enabled Application Accessed Via Cpars For Contractor Responsibility Determination Information.
each Contractor Whose Contract Award Is Estimated To Exceed The Simplified Acquisition Threshold Requires A Cpars Evaluation. A Government Focal Point Will Register Your Contract Within Thirty Days After Contract Award And, At That Time, You Will Receive An Email Message With A User Id (to Be Used When Reviewing Evaluations). Additional Information Regarding The Evaluation Process Can Be Found At Www.cpars.gov Or If You Have Any Questions, You May Contact The Customer Support Desk @ Dsn: 684-1690 Or Comm: 207-438-1690.
for Contracts With A Period Of One Year Or Less, The Co Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Co Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract, When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Sixty (60) Days To Submit Any Comments And Re-assign The Report To The Co.
failure For The Contractor S Representative To Respond To The Evaluation Within Those Sixty (60) Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond; The Contractor S Representative Will Be Locked Out Of The Evaluation And May No Longer Send Comments.
government Responsibilities:
va Support Personnel, Services Or Equipment: Not Needed
contract Administration/performance Monitoring: After Award Of Contract, All Inquiries And Correspondence Relative To The Administration Of The Contract Shall Be Addressed To: (enter Contract Administration If Not Already Listed In Another Area- List The Title (not Name) And Contact Information For Cor, Clinical Point Of Contact, And Any Other Relevant Personnel Involved).
co Responsibilities:
the Co Is The Only Person Authorized To Approve Changes Or Modify Any Of The Requirements Of This Contract. The Contractor Shall Communicate With The Co On All Matters Pertaining To Contract Administration. Only The Co Is Authorized To Make Commitments Or Issue Any Modification To Include (but Not Limited To) Terms Affecting Price, Quantity Or Quality Of Performance Of This Contract.
the Co Shall Resolve Complaints Concerning Contractor Relations With The Government Employees Or Patients. The Co Is Final Authority On Validating Complaints. In The Event The Contractor Effects Any Such Change At The Direction Of Any Person Other Than The Co Without Authority, No Adjustment Shall Be Made In The Contract Price To Cover An Increase In Costs Incurred As A Result Thereof.
in The Event That Contracted Services Do Not Meet Quality And/or Safety Expectations, The Best Remedy Will Be Implemented, To Include But Not Limited To A Targeted And Time Limited Performance Improvement Plan; Increased Monitoring Of The Contracted Services; Consultation Or Training For Contractor Personnel To Be Provided By The Va; Replacement Of The Contract Personnel And/or Renegotiation Of The Contract Terms Or Termination Of The Contract.
cor Responsibilities:
the Cor Shall Be The Va Official Responsible For Verifying Contract Compliance. After Contract Award, Any Incidents Of Contractor Noncompliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co.
the Cor Will Be Responsible For Monitoring The Contractor S Performance To Ensure All Specifications And Requirements Are Fulfilled. Quality Improvement Data That Will Be Collected For Ongoing Monitoring Includes But Is Not Limited To: Enter Data That May Be Collected.
the Cor Will Maintain A Record-keeping System Of Services By Electronical Fileinvoice Payment Process System (ipps). The Cor Will Review This Data Monthly When Invoices Are Received And Certify All Invoices For Payment By Comparing The Hours Documented On The Va Record-keeping System And Those On The Invoices. Any Evidence Of The Contractor's Non-compliance As Evidenced By The Monitoring Procedures Shall Be Forwarded Immediately To The Co.
the Cor Will Review And Certify Monthly Invoices For Payment. If In The Event The Contractor Fails To Provide The Services In This Contract, Payments Will Be Adjusted To Compensate The Government For The Difference.
all Contract Administration Functions Will Be Retained By The Va.
special Contract Requirements:
reports/deliverables: The Contractor Shall Be Responsible For Complying With All Reporting Requirements Established By The Contract. Contractor Shall Be Responsible For Assuring The Accuracy And Completeness Of All Reports And Other Documents As Well As The Timely Submission Of Each. Contractor Shall Comply With Contract Requirements Regarding The Appropriate Reporting Formats, Instructions, Submission Timetables, And Technical Assistance As Required.
the Following Are Brief Descriptions Of Required Documents That Must Be Submitted By Contractor: Upon Award; Weekly; Monthly; Quarterly ; Annually, Etc. Identified Throughout The Pws And Is Provided Here As A Guide For Contractor Convenience. If An Item Is Within The Pws And Not Listed Here, The Contractor Remains Responsible For The Delivery Of The Item.
note To Contracting: These Items Must Be Described In 52.212-1 Addendum To Instructions To Offerors
what
submit As Noted
submit To
quality Control Plan: Description And Reporting Reflecting The Contractor S Plan For Meeting Of Contract Requirements And Performance Standards
upon Proposal And As Frequently As Indicated In The Performance Standards
co
other Than Cost And Price Information Supporting Proposed Physician Rate (required For Affiliate Onsite Hourly- Remove If It Does Not Apply)
upon Proposal, To Submit Epa Request, Upon Change In Key Personnel
co
copy Of Subcontracting Plan Is Required For All Large Businesses. Copy Of Contractor Certification Statement If No Subcontracting Possibilities Exist
upon Proposal And As Updated
co
copies Of Any And All Licenses, Board Certifications, Npi, To Include Primary Source Verification Of All Licensed And Certified Staff
upon Proposal And Upon Renewal Of Licenses And Upon Renewal Of Option Periods Or Change Of Key Personnel
co With Proposal; Renewal Submitted To Vetpro System
certification That Staff List Has Been Compared To Oig List
upon Proposal And Upon New Hires
co
proof Of Indemnification And Medical Liability Insurance
upon Proposal And Upon Renewals
co
certificates Of Completion For Cyber Security And Patient Privacy Training Courses
before Receiving An Account On Va Network And Annual Training And New Hires.
co
acls/bls Certification
upon Award And Every Two Years After Award
cor
contingency Plan For Replacing Key Personnel To Maintain Services As Required Under The Terms Of The Contract
upon Proposal And As Updated
cor
billing:
invoice Requirements And Supporting Documentation: Supporting Documentation And Invoice Must Be Submitted No Later Than The Last Workday Of The Month. Subsequent Changes Or Corrections Shall Be Submitted By Separate Invoice. In Addition To Information Required For Submission Of A Proper Invoice In Accordance With Far 52.212-4 (g), All Invoices Must Include:
name And Address Of Contractor
invoice Date And Invoice Number
contract Number And Purchase/task Order Number
date Of Service
contractor S Physician(s) (name Of Contractor S Employee)
hourly Rate
quantity Of Hours Worked
total Price
vendor Electronic Invoice Submission Methods:
invoices Will Be Electronically Submitted To The Tungsten Website At Https://www.tungstenautomation.com/. Tungsten Automation Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Automation Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten Automation To The Va-fsc Should Mirror The Current Submission Of Invoice. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). Payment Will Only Be Made For Actual Services Rendered. Payments Shall Be Made Monthly In Arrears. The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. The Contractor Shall Be Reimbursed Upon Receipt Of A Proper Invoice. For Additional Information, Please Contact:
tungsten Support
phone: 1-877-489-6135
website: Https://www.tungstenautomation.com/
department Of Veterans Affairs Financial Service Center
https://www.fsc.va.gov/einvoice.asp
â
reduction In Services: This Is A Fixed Quantity Contract For A Specified Number Of Hours. If, At The End Of The Pop, The Government Has Not Utilized The Total Number Of Hours Required Under This Contract Because Of A Change In Its Requirements, The Parties Agree That They Will Attempt To Negotiate In Good Faith A Contract Modification Reducing The Scope Of The Contract With A Corresponding Adjustment In The Total Contract Price. In No Event Will The Va Pay For Hours That Exceed The Total Number Of Hours Specified In The Contract For The Pop.
payments In Full/no Billing Va Beneficiaries: The Contractor Shall Accept Payment For Services Rendered Under This Contract As Payment In Full. Va Beneficiaries Shall Not Under Any Circumstances Be Charged Nor Their Insurance Companies Charged For Services Rendered By The Contractor, Even If Va Does Not Pay For Those Services. This Provision Shall Survive The Termination Or Ending Of The Contract.
to The Extent That The Veteran Desires Services Which Are Not A Va Benefit Or Covered Under The Terms Of This Contract, The Contractor Must Notify The Veteran That There Will Be A Charge For Such Service And That The Va Will Not Be Responsible For Payment.
the Contractor Shall Not Bill, Charge, Collect A Deposit From, Seek Compensation, Remuneration, Or Reimbursement From, Or Have Any Recourse Against, Any Person Or Entity Other Than Va For Services Provided Pursuant To This Contract. It Shall Be Considered Fraudulent For The Contractor To Bill Other Third-party Insurance Sources (including Medicare) For Services Rendered To Veteran Enrollees Under This Contract.
contractor Security Requirements (va Handbook 6500.6): Pulled From Ecms, Team Should Select Language From Each Section As Applicable.
Closing Date3 Jan 2025
Tender AmountRefer Documents
City Of Iloilo Tender
Security and Emergency Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines City Of Iloilo Bids And Awards Committee Office Of The Bac Secretariat, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City 5000 Philippines Tel No.: 033-333-111 Loc. 730 E-mail: Bac.iloilocity@gmail.com Request For Quotation (small Value Procurement) The Iloilo City Government Through Its Bids And Awards Committee (bac) Will Undertake Negotiated Procurement - Small Value Procurement In Accordance With The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 For The Purchase Of The Following Goods/services: Purchase Request No.: 100-24-11-0670 Name Of Project: Supply And Delivery Of Books For Bs Criminology Location/venue: Iloilo City End User: Iloilo City Community College Specification/brief Description: Item No. Qty Unit Item/description Author Copyright 1. 3 Book Special Crime Investigation With Interview And Interrogation Protocols Domingo 2024 2. 3 Book Specialized Crime Investigation Shrikant Prasad 2023 3. 5 Book Technical Report Writing And Presentation 2nd Ed. Padduyao 2023 4. 1 Book Technical English 1 & 2 (legal Forms) For Criminology Students Fetalvo – Balares, Marilyn B. 2023 5. 2 Book Technical English 1 (investigative Report Writing And Presentation) Crime Detection And Investigation Mercedes A. Foronda 2021 6. 3 Book Fundamentals Of Fire Protection For The Safety Professional Philpott 2023 7. 5 Book Vice And Drug Education And Control Tad-awan / Lud-ayen 2024 8. 5 Book The Comprehensive Dangerous Drugs Act Of 2002 Peckley 2023 9. 5 Book Vice And Drug Education And Control 4th Ed. Libres 2024 10. 3 Book Introduction To Cybercrime And Environmental Laws Cano, Gerry J. 2023 11. 3 Book Introduction To Cybercrime And Environmental Laws And Protection Tad-awan / Lud-ayen 2024 12. 5 Book Basics Of Cybercrime Investigation And Environmental Laws And Protection Caballero/luda A 2022 13. 5 Book Introduction To Cybercrime And Environmental Crimes Garcia 2021 14. 3 Book Introduction To Cybercrime Investigation And Environmental Laws And Protection A. Detran 2024 15. 3 Book The Key To Clarity – Unlocking Investigative Report Writing And Legal Forms Donato Et. Al. 2024 16. 3 Book Technical English 1 & 2 (legal Forms) For Criminology Students Balares 2023 17. 3 Book Technical English 2 – Legal Forms Crime Detection And Investigation (cdi-8) Foronda 2021 18. 5 Book Handbook In Character Formation 1: Nationalism And Patriotism Delizo 2022 19. 5 Book Character Formation 1 Nationalism And Patriotism Tancangco 2022 20. 3 Book Character Formation 1 Nationalism And Patriotism 2nd Edition Caballero 2023 21. 1 Book Character Formation 1 – Patriotism And Nationalism 3rd Ed. L.c. Rondina/a. Aldeguer-talib/r.c. Cardinal 2024 22. 5 Book Character Formation 1 – Patriotism And Nationalism (m.j. Adra/m. Balaoro/m.m. Carzon /x. Mirasol /z.j. Sta. Ana 2024 23. 5 Book Character Formation 2 Leadership, Decision Making, Management And Administration Garcia, M. 2022 24. 3 Book Character Formation 2 – Leadership, Decision Making, Management And Administration 3rd Ed. Literal 2024 25. 3 Book Character Formation 2 – Leadership, Decision Making, Management And Administration Adra 2024 26. 1 Book Introduction To Philippine Criminal Justice System 2nd Ed. Brian B. Guerero 2023 27. 2 Book Constitution Made Simple Hector S. De Leon Hector S. De Leon, Jr. 2019 28. 3 Book Understanding Human Rights And International Humanitarian Law: Human Rights Education 2nd Edition Dela Cruz / Florendo 2023 29. 3 Book Human Rights Education 2nd Ed. Rondina 2023 30. 5 Book Human Rights Education – Building A Universal Culture Of Human Rights Tulalian 2024 31. 3 Book Crminology: An Introduction (book With Dvd) 3g E-learning 2023 32. 5 Book The Revised Penal Code Book I – Understanding Criminal Law 2nd Edition Tulalian 2024 33. 5 Book Fundamentals Of Criminal Law – Revised Penal Code Book 1 Abastillas 2023 34. 5 Book The Revised Penal Code Book Ii, Specific Crimes And Their Elements 2nd Edition Tulalian 2024 35. 5 Book Criminal Law The Revised Penal Code (book Ii) Andrix D. Domingo 2024 36. 5 Book Criminal Law And Jurisprudence For Criminology Students: Book 2 Gabao 2022 37. 3 Book The Revised Penal Code Of The Philippines Cbsi 2024 38. 3 Book The Revised Penal Code Of The Philippines: Act No. 3815, As Amended (college Edition) Cbsi 2024 39. 5 Book Student’s Manual On Evidence With Study Helps 2nd Edition Tulalian 2022 40. 3 Book Remedial Law Revised Rules Of Criminal Procedure On Evidence (as Amended By A.m. No. 19-08-15-sc) Vol 4 /hb /mogello /2024 Mogello 2024 41. 3 Book Evidence Gabao 2024 42. 5 Book Basic Criminal Procedure Tulalian 2022 43. 3 Book Criminal Procedure A Handbook For Criminology Students 3rd Edition Gabao 2024 44. 5 Book Criminal Procedure And Court Testimony Abastillas 2021 45. 3 Book Remedial Law Revised Rules Of Criminal Procedure (as Amended By A.m. No. 00-5-03-sc) Vol. 3 /hb /mogello / Mogello 2024 46. 4 Book Comprehensive Reviewer For Criminology And Fire Officer Examination Leonardo A Bustria 2021 47. 5 Book Criminology Criminal Sociology – A Comprehensive Reviewer Domingo 2024 48. 3 Book Institutional Correction For Criminology Students Villaluz, Joner C. 2024 49. 3 Book Institutional Corrections 3rd Ed. W Plopinio 2023 50. 5 Book Correctional Administration Institutional Corrections, Comprehensive Guidebook For Criminology Educators, Students, And Practitioners Dausan / Barican 2025 51. 5 Book Institutional Correction (new Curriculum And Cle Tos Compliant) Tumitti/estoque 2023 52. 2 Book Criminology And Penology Caňo 2024 53. 3 Book Non-institutional Corrections 3rd Ed. C. Beit-chavez 2024 54. 5 Book Non-institutional Correction (community-based Correction In The Philippines) For Criminology Students Villaluz 2023 55. 5 Book Non-institutional Corrections Danglosi 2023 56. 5 Book Non-institutional Corrections Abastillas 2025 57. 3 Book Therapeutic Community Modality 1 Foronda, Csupt Mercedes A. 2023 58. 5 Book Therapeutic Modalities – A Textbook For Criminology Students And Practitioners Cuasay 2022 59. 1 Book Therapeutic Modalities 2nd Ed. M. Fetalvo-balares 2023 60. 5 Book Therapeutic Modalities [2024] Bayog 2024 61. 5 Book Therapeutic Modalities 3rd Ed. (m. Balares /c. Beit-chavez /r. Pecson /r. Tamayo) 2024 62. 2 Book Introduction To Criminology Tomas L. Cabrillas 2024 63. 2 Book Theories Of Crime Causation B. Salamanca 2024 64. 2 Book Theories Of Crime Causation 3rd Ed. D. Lagumen 2023 65. 3 Book Human Development Understanding Criminal Behavior And Victimology Nica Dalisan-togana 2024 66. 3 Book Human Behavior And Victimology Dempsey O. Depayso 2024 67. 3 Book Human Behavior & Victimology 4th Ed. R. Castillo, Jr. 2023 68. 3 Book Professional Conduct And Ethical Standards Lud-ayen, Charesma Grace Kilip 2023 69. 3 Book Professional Conduct & Ethical Standards 2nd Ed. N. Nabe 2023 70. 5 Book Police Professional Conduct And Ethical Standards With Police Community Relations Dascil/santos 2022 71. 5 Book Ethics And Values Especially For Law Enforcement Officers And Other Public Servants Cabrera 2022 72. 3 Book Handbook In Juvenile Delinquency And Violence Against Women And Their Children Liza Joy B. Barican 2024 73. 3 Book Juvenile Delinquency And Juvenile Justice System 2nd Ed. Detran 2024 74. 5 Book Juvenile Delinquency & Juvenile Justice (ra 11131 & Blec Tos Compliance) Mariano Et Al 2024 75. 3 Book Dispute Resolution And Incident Management Lud-ayen, Charesma Grace Kilip 2023 76. 5 Book Dispute Resolutions And Crises / Incident Management Caňo/ Bazan/ Camara 2024 77. 5 Book The Research Recipe – A Guide To Writing Research Proposals In Criminal Justice (first Serving) Donato Et.al. 2024 78. 5 Book Criminological Research – A Self Study Guide Depayso 2024 79. 3 Book Criminological Research 2nd Ed. Beit Chavez 2024 80. 5 Book Writing A Policy Paper Bautista/ San Diego 2024 81. 3 Book Bautista/ San Diego Harding 2022 82. 3 Book Forensic Photography 6th Ed. M E Bulan 2024 83. 3 Book Laboratory Manual In Police Photography Nestor C. Nabe/ Andrea A. Cardenas/ Ivy Q. Malibiran 2021 84. 3 Book Forensic Photography Tad-awan 2024 85. 5 Book Forensic Science 1 – Forensic Photography Laboratory Manual Cabrillas 2023 86. 5 Book Forensic Photography For Criminology Students And Practitioners With Laboratory Manual 3rd Edition Villarba 2022 87. 4 Book Laboratory Manual In Forensic Ballistics William A. Revisa/ Roberto R. Magbojos/ Rowela G. Cartin 2021 88. 5 Book Laboratory Manual In Forensic Ballistics 3rd Edition Revisa 2024 89. 5 Book Forensic Ballistics And Firearms Identification – Lecture With Laboratory Exercises Magtaan 2023 90. 3 Book Forensic Examination Of Questioned Documents 5th Ed. M G Alvarez 2024 91. 5 Book Forensic Handwriting Examination – A Student Guide With Laboratory Activities Imatong 2024 92. 5 Book Forensic Science 4 Questioned Documents Examination Laboratory Manual Cabrillas 2023 93. 5 Book Forensic Document Examination – A Handbook For Criminology Faculty And Students With Laboratory And Mock Board Exercises Alviola 2022 94. 5 Book Handbook In Questioned Documents Examination With Laboratory Manual Duno 2021 95. 3 Book Worktext On Lie Detection Techniques B. Paca 2023 96. 3 Book Worktext On Lie Detection Techniques N. Nabe 2023 97. 4 Book Polygraph Techniques: A Manual In Lie Detection Rey S. Lotivo 2021 98. 5 Book Deceptive Minds – Unmasking The Art Of Lie Detection Moyao 2024 99. 5 Book Laboratory Manual Lie Detection Techniques Lotivo 2023 100. 5 Book Forensic Chemistry And Toxicology: A Worktext 3rd Ed. Arlyn M. Dascil/ Ronaldo Q. Santos 2021 101. 5 Book Forensic Chemistry Laboratory Manual 2nd Ed. Rondina 2023 102. 3 Book Forensic Chemistry And Toxicology 3rd Ed. Cejes 2023 103. 3 Book Law Enforcement Organization And Administration: Inter Agency Approach 2nd Ed. Judy S. Lopez / Thomas B. Taynan, Jr. 2025 104. 5 Book Law Enforcement Organization And Administration 2nd Ed. A.detran 2025 105. 3 3 Book Comparative Models In Policing Moyao, Warren Galas 2023 106. 3 3 Book Comparative Models Of Policing And Philippine National Police Policing Veneranda Poschor - Depayso 2024 107. 4 Book Comparative Models Of Policing: A Textbook For The 21st Century For Criminology And Criminal Justice 3rd Ed. Mario A. Garcia 2021 108. 3 Book Comparative Models In Policing 4th Ed. Castillo 2024 109. 3 Book Introduction To Industrial Security Concepts Depayso, Dempsey O. 2024 110. 5 Book Fundamentals Of Industrial Security Peckley 2025 111. 2 Book Introduction To Industrial Security Concepts 4th Ed. D.bobier 2024 112. 3 Book Law Enforcement Operations And Planning With Crime Mapping Danilo L. Tancangco 2024 113. 5 Book Law Enforcement Operations And Planning With Crime Mapping 3rd Ed. [2025] B. Salamanca 2025 114. 5 Book Law Enforcement Operations And Planning With Crime Mapping Taynan 2023 115. 5 Book Law Enforcement (police) Operations And Planning With Crime Mapping 2nd Ed. Florendo 2023 116. 3 Book Law Enforcement Operations And Planning With Crime Mapping 2nd Ed. B. Salamanca 2023 117. 5 Book Basic Self Defense With Illustrations Robbins 2021 118. 5 Book Mixed Martial Arts For Criminology Students And Law Enforcers 2nd Ed. Teves 2021 119. 5 Book Basic Of Arnis De Mano: A Handbook For Teachers And Students Anajao 2023 120. 5 Book First Aid, Rescue And Water Safety Dogui-is 2024 121. 5 Book Fundamentals Of First Aid And Water Safety A Handbook For Criminology Faculty And Students Meimban / Hermosa 2021 122. 5 Book First Aid – A Citizen’s Response Handbook 2nd Edition Mogol 2021 123. 5 Book Marksmanship And Combat Shooting Ibutnande 2020 124. 5 Book Path-fit 1: Health & Wellness, Movement Education And Exercise Program / Punzalan / 2023 Punzalan 2023 125. 5 Book Path-fit 1: Movement Enhancement / Escueta / 2024 Escueta 2024 126. 5 Book Path-fit 2: Exercise-based Fitness Activities / Ballecer / 2023 Ballecer 2023 127. 5 Book Path-fit 2: Fitness Exercises / Escueta / 2024 Escueta 2024 128. 5 Book Path-fit 2: Rhythmic Dance And Social Activities / Punzalan / 2024 Punzalan 2023 129. 5 Book Essentials Of Marksmanship And Combat Shooting Dario F. Guinayen 2022 130. 5 Book Specialized Crime Investigation 2 With Interview & Interrogation [2025] Arcipe /estillero /apela 2025 131. 5 Book Specialized Crime Investigation 2 With Interview And Interrogation [2024] (astilla /balbada) 2024 From The Year As The Copyright Indicated Is Only A Guide, The Supplier May Offer The Latest Edition From Same Title If Available. Delivery Place: Iloilo City Community College Delivery Period: Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed Source Of Fund: Books (mooe) Fy 2025 Approved Budget For The Contract: Three Hundred Ninety Three Thousand Five Hundred Seventy One Pesos (₱393,571.00) Interested Suppliers Are Required To Submit The Following In A Sealed Envelope: 1. Price Quotation; 2. Copy Certified Mayor’s/business Permit; 3. Copy Certified Philgeps Registration Certificate/number; 4. Copy Certified Tax Clearance; 5. Certificate Of Registration From Dti, Sec, Or Cda; 6. Business Tax Return For Last Six (6) Months Prior To The Submission And Opening Of Quotations; 7. Omnibus Sworn Statement; 8. Authority Of Representative/signatory (in The Form Of A Special Power Of Attorney For Single Proprietorship Or Board Resolution/secretary’s Certificate For Corporation); And 9. Photocopy Of One (1) Valid Government Id, Except Postal Id, Of The Authorized Representative/signatory. Interested Suppliers Are Required To Indicate The Brand Of Each Item Being Offered. Failure To Indicate The Brand Shall Be A Ground For Disqualification. Submission Of Quotation And Other Documentary Requirements Is On Or Before February 19, 2025, 10:00 A.m. At The Office Of The Bac Secretariat, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City. Late Submission Shall Not Be Accepted. Kindly Submit All Requirements In Folder With Proper Tabbing To Indicate Requirements Submitted. For Inquiry, You May Contact The Bac Secretariat At Telephone No.: 333-1111 Loc. 730. (sgd.) Atty. Edgardo J. Gil Chairperson
Closing Date19 Feb 2025
Tender AmountPHP 393.5 K (USD 6.8 K)
City Of Cagayan De Oro Tender
Chemical Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Isopropyl Alcohol And Other Items; Consol24-005 Dated 27 November 2024; Sn 390 - 2024 1. The City Government Of Cagayan De Oro, Through The General Fund 2024 Intends To Apply The Sum Of One Million Five Hundred Eighty Thousand Four Hundred Forty Eight And 14/100 Pesos (php1,580,448.14), Being The Approved Budget For The Contract (abc) To Payment Under The Contract For Supply And Delivery Of Isopropyl Alcohol And Other Items; Consol24-005 Dated 27 November 2024; Sn 390 - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Item No. Quantity Unit Of Issue Item Description 1 150 Pc 70% Isopropyl Alcohol 500ml Scented 70% Isopropyl, 500ml/btl 2 12 Ream A3 Paper Size 297 X 420 Mm 3 150 Ream A4 Paper A4 Multicopy 70gsm, 500pcs/ream 4 60 Pc Aa Battery Heavy Duty 2pcs/blister Pack 5 6 Gal Alcohol, 1 Gal With Moisturizer 6 24 Bottle Alcohol, 500ml, Isopropyl 70% . 7 207 Pc Ballpen, Black 0.5 Or 0.7, Black Ink, Flex Stick 8 637 Pc Ballpen, Black Color Black 9 332 Pc Ballpen, Blue Blue 10 100 Pc Ballpen, Green Color Green 11 1610 Pc Ballpen,black . 12 836 Pc Ballpen,black 0.7 Clickable Pen 13 125 Pc Ballpen,red 0.7 Clickable Pen 14 22 Pack Battery, Dry Cell, Aa 2pcs. Per Blister Pack Heavy Duty 15 22 Pack Battery, Dry Cell, Aaa 2pcs. Per Blister Pack Heavy Duty 16 2 Gal Bleaching Solution Bleaching Solution 17 18 Gal Bleaching Solution, 1gal. . 18 120 Ream Bond Paper A4 Multipurpose Paper, 80 Gsm 19 20 Ream Bond Paper A4 Size 70gsm A4 Size 70gsm|ream 20 18 Ream Bond Paper Legal Size 70gsm Legal Size 70gsm|ream 21 6 Ream Bond Paper Long Croco Multipurpose Copy Paper, 8.5 In. X 13 In., 500 Sheets, Ultra White, 80 Gsm. Sub 20 22 7 Ream Bookpaper Paper Multi-copy, Long 23 7 Ream Bookpaper, A4, 80gsm Paper Multi-copy, A4 24 50 Ream Bookpaper, Short, 80gsm . 25 10 Pc Broom Soft (tambo) Broom Soft (tambo)|pc 26 1 Pc Broom Stick (ting-ting) Broom (walis Tingting) 27 48 Pc Broom, Soft (tambo) . 28 118 Pc Broom, Stick (ting-ting) Stick 29 1 Box Brown Envelope Long (500's) Brown Envelope, Legal Size 30 1 Pc Bulletin Board White Board, Wall Mount, 18" X 24" 31 5 Pack Cartolina Assorted Color, 20pcs/pack 20pcs/pack 32 12 Pc Cleaner, Toilet Bowl & Urinal, 500ml Bottle Toilet Bowl & Urinal 33 10 Pc Clip, Backfold, 19mm (3/4"),12/box 19mm (3/4"),12pieces/box 34 2 Pc Clip, Backfold, 19mm (3/4"),12/box Black 35 11 Box Clip, Backfold, 50mm (2"), 12/box . 36 2 Pc Cloth Duster Cloth Duster 37 5 Pc Cloth Duster Duster 38 1 Ream Colored Bond Pink (long) 70gsm 39 1 Pc Columnar Pad - 18 Cols. 18 Columns 40 15 Box Continuous Form, 3 Ply, 280 X 378mm, Carbonless . 41 4 Box Continuous Form,11x14 7/8, 280mmx378mm 4ply Carbonless . 42 110 Box Continuous Form,11x9 1/2, 280 X 241mm 3 Ply Carbonless . 43 90 Box Continuous Form,11x9 1/2, 280mmx241mm 1ply Carbonless . 44 80 Box Continuous Form,11x9 1/2, 280mmx241mm 2ply Carbonless . 45 10 Pc Cutter Blade, For Heavy Duty Cutter . 46 1 Pc Cutter Knife, For General Purpose Cutter Knife, For General Purpose 47 4 Pc Cutter Knife, For General Purpose . 48 53 Pc Data Filer W/ Cover Double Color: Blue 49 24 Pc Data Filer W/ Cover Double Data Filer With Cover Double "hard Type" Height 11 1/2" X Width 11 1/2" Length 15 1/2" - Red 50 9 Pc Data Filer W/ Cover Medium . 51 15 Pc Data Filer W/o Cover Double . 52 9 Pc Data Filer W/o Cover Medium . 53 17 Pc Data Filer With Cover, For A3 Size 54 1 Pc Dating And Stamping Machine, Heavy Duty Heavy Duty 55 20 Pc Detergent Powder - 500g Powder - 500g|pc 56 175 Pack Detergent Powder, All-purpose, 1kg 1 Kilogram/pack 57 17 Bottle Dishwashing Liquid, 500ml . 58 10 Pc Dishwashing Paste Dishwashing Paste|pc 59 1 Gal Disinfectant Solution Disinfectant Solution 60 28 Can Disinfectant Spray, Aerosol Type, 400-550 Grams 550g/can 61 20 Bottle Diswashing Liquid, 500ml Liquid, 500ml|bottle 62 51 Pc Envelope Plastic Expanding, Long Clear 63 400 Pc Envelope Plastic Long Long (legal Size) 64 806 Pc Envelope W/ Cord Expanding, For Legal Size Documents Legal Size Documents 65 101 Pc Envelope W/ Cord Expanding, Long Expanding, Long 66 250 Pc Envelope, Documentary, For A4 Size Documents A4 Size Documents 67 100 Pc Envelope, Expanding Plastic W/ Handle Plastic Envelope 68 5 Box Envelope, Mailing, White , 80gsm, (-5%) . 69 8 Pc Expanded Envelope Phoenix Expanded Envelope Long (green) 70 1 Box Expanding Envelope Explanded Envelope W/cord, Legal Size 71 3 Liter Fabric Conditioner, 800ml . 72 15 Box Fastener #14 -long 73 33 Box Fastener, Metal, 70mm Between Prongs 70mm Between Prongs 74 33 Box Fastener, Plastic Coated . 75 8 Pc File Tray Metal Desk Tray With 3 Layers (black) 76 10 Pc Floor Mop Floor Mop|pc 77 150 Pc Folder A4 Ordinary Folder Morocco A4 Size, Brown 78 166 Pc Folder Green Long W/ Index Guide Long W/ Index Guide 79 51 Pc Folder Ordinary Long White Folder Legal Size 80 100 Pc Folder, Morocco, Long Color White 81 51 Pc Folder,green, Long W/ Index Guide Green 82 20 Pack Garbage Bag Xxl Plastic Bag Garbage 83 13 Pc Garbage Can Garbage Can|pc 84 7 Pc Garbage Can Plastic W/ Cover, Medium Plastic W/ Cover, Medium 85 5 Liter Glass Cleaner Cleaner 86 6 Liter Glass Cleaner, 1 Liter 1 Liter/bottle 87 6 Pack Glossy Premium Plus Photo Paper (235 Gsm) Glossy Premium Plus Photo Paper (235 Gsm) 88 40 Pc Glue, All Purpose, Gross Weight: 200g Min All Purpose, Gross Weight: 200g Min|pc 89 8 Pc Glue, All Purpose, Gross Weight: 200g Min Gross Weight: 200g 90 10 Pack Index Card, 5x8, Thick 100pcs./pack . 91 32 Can Insecticide, Aerosol Type, Net Content, 600ml Min Aerosol Type, Net Content, 600ml/can 92 370 Pc Manila Paper . 93 9 Pc Marker, White Board, Black 94 200 Pc Marker Permanent Bullet Type, Color Black 95 150 Pc Marker Permanent, Bullet Type, Black Bullet Type, Black 96 18 Pc Marker Permanent, Bullet Type, Blue . 97 39 Pc Marker Whiteboard (black), Felt Tip Felt Tip; Black 98 10 Pc Marker Whiteboard (black), Felt Tip, Bullet Type Marker Whiteboard (black), Felt Tip, Bullet Type 99 19 Pc Marker Whiteboard (blue), Felt Tip . 100 1 Pc Marker Whiteboard (red), Felt Tip Red 101 35 Pc Marker Whiteboard Felt Tip, Bullet Type 102 100 Ream Mimeo Paper, Whitewove, Legal Size, 70gsm S20 103 1 Pc Mop Handle Mop Handle 104 12 Pc Mop Handle, Heavy Duty, Screw Type . 105 1 Pc Mop Head Mop Head 106 55 Pc Mop Head, Made Of Rayon, Weight: 400 Grams Min . 107 69 Ream Newsprint, A4 Size . 108 8 Ream Newsprint, Legal Size . 109 15 Pc Note Pad, Stick-on, 50mm X 76mm (2" X 3") Min Note Pad, Stick-on, 50mm X 76mm (2" X 3") Min|pc 15 Pcs. Assorted Color 100 Sheets Per Pc/per Pad 110 1 Pc Note Pad, Stick-on, 50mm X 76mm (2"x3") Min Assorted Color 111 11 Pc Note Pad, Stick-on, 76mm X 100mm (3"x4") Min Assorted Color 112 11 Pc Note Pad, Stick-on, 76mm X 76mm (3"x3") Min Assorted Color 113 200 Pc Notebook Color Yellow, 40 Leaves, Yarn 114 95 Roll Packaging Tape #2" . 115 10 Box Paper Clip, Vinyl/ Plastic Coat, Length: 32mm Paper Clip, Vinyl/ Plastic Coat, Length: 33mm 116 41 Box Paper Clip, Vinyl/plastic Coat, Length: 32mm . 117 20 Box Paper Fastener - #14 Fastener - #14|box 118 10 Box Paper Fastener Metal Metal Per Box 119 3 Box Paper Fastener, Plastic Fastener, Plastic Coated 7cm Long 120 546 Ream Paper Multi-purpose (copy), A4, 70gsm . 121 496 Ream Paper Multi-purpose (copy), Legal, 70gsm . 122 250 Ream Paper, Multicopy 80gsm, Size: 210mmx297mm 500pcs/ream, Multicopy 80gsm, Size: 210mmx297mm|ream 123 119 Ream Paper, Multicopy, 80gsm, Size:210mmx297mm 80gsm; Size:210mmx297mm 124 51 Pc Paste 7oz 7oz 125 3 Pc Pencil Sharpener, Manual, Single Cutter Head . 126 202 Pc Pencil W/ Eraser With Eraser 127 10 Pc Permanent Marker Broadtype Marker, Permanent, Broad Type, Black 128 11 Pc Philippine Flag, 100% Polyester . 129 200 Pc Plastic Envelope Long Ordinary Plastic Envelop, Long 130 10 Pc Plastic Envelope Long Plastic Envelop, With Handle, Long Color : Red & Yellow 131 1 Roll Plastic Twine Straw 1 Kilo/roll Strong Plastic Twine 132 21 Sachet Powder Soap 80 Grams Powder Soap 80 Grams|sachet 133 4 Pc Puncher, Paper, Heavy Duty, With Two Hole Guide Heavy Duty, With Two Hole Guide 134 11 Box Push Pins, Colored 100pcs./box Colored 100pieces/box 135 10 Box Rubber Band, 70mm Min. Lay Flat Length: #18 Lay Flat Length: #18 136 15 Pc Ruler 12", Plastic 12 Inch 137 200 Pc Seminar Id Seminar Badge With Elastic Band, Size 4 1/4" Zx Xz3 3/4" 138 39 Pc Sign Pen (0.5mm) Black Sign Pen 0.5mm 139 100 Pc Sign Pen (1.0mm) Water-based 1.0mm 140 20 Pc Sign Pen, Water-based, Black (0.5) . 141 20 Pc Sign Pen, Water-based, Black (1.0) . 142 100 Pc Signpen, Green, Liquid/ Gel Ink, 0.5mm Needle Tip 0.5mm Needle Tip 143 391 Pc Signpen,black, Liquid/gel Ink, 0.5mm Needle Tip 0.5mm Needle Tip; Black 144 112 Pc Signpen,blue, Liquid/gel Ink, 0.5mm Needle Tip 0.5mm Needle Tip; Blue 145 7 Pc Spin Mop . 146 5 Pc Stamp Pad, Felt, Bed Dimension: 60mm X 100mm Min Dimension: 60mm X 100mm 147 100 Box Staple Wire # 35 Heavy Duty Stapler Wire No.35 148 20 Box Staple Wire #35 G.t. Standard 149 102 Pc Staple Wire, Standard, (26/6) #35 #35 150 40 Unit Stapler Heavy Duty Stapler With Staple Remover No.35, 151 5 Pc Stapler With Remover Heavy Duty , Staple Wire Used Is #35 152 21 Pc Stapler, Heavy Duty With Remover . 153 11 Pc Stick Broom (silhig Tikog) Stick Broom(silhig Tikog)|pc 154 28 Pack Sticker Paper Sticker Paper Legal Size 155 30 Pack Sticker Paper: Self Adhesive Paper 10 Pcs Per Pack, Glossy 156 11 Pc Tape Dispenser, Table Top, For 24mm Width Tape Table Top, For 24mm Width Tape 157 104 Roll Tape, Masking, Width: 48mm (± 1mm) . 158 10 Liter Toilet Bowl Cleaner Toilet Bowl Cleaner|liter 159 9 Pc Toilet Deodorant Cake Deodorant Cake Type 160 88 Roll Transparent Tape, Width:48mm, (±1mm) 2" 48mm 161 50 Roll Trash Bag Xxl Heavy Duty Black Trash Bag Xxl 162 8 Pack Trash Bag Xxxl (100 Pieces/pack) Black Plastic 163 276 Pc Trash Bag, Large Size . 164 520 Pc Trash Bag, Medium Size, Pc Medium Size 165 518 Pc Trash Bag, Small Size Small Size 166 2010 Pc Trash Bag, Xxl Color: Black 167 20 Pack Trash Bag Trashbag, Xxl Size Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 19 December 2024 To 12:00 Noon Of 09 January 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 19 December 2024 To 12:00 Noon Of 09 January 2025 From The Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 26 December 2024; 2:00 P.m. At The Bids And Awards Committee Conference Room, 3rd Floor, Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 09 January 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 09 January 2025 At The Bids And Awards Committee Conference Room, 3rd Floor, Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Head Of The Bac Secretariat Bac Office, 3rd Floor Administrative Building, City Hall Cagayan De Oro City Telephone No. (088) 881–1567 (sgd.)atty. Joeffrey D. Namalata Bac Chairperson
Closing Date16 Jan 2025
Tender AmountPHP 1.5 Million (USD 27 K)
City Of Cagayan De Oro Tender
Chemical Products
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Isopropyl Alcohol And Other Items; Consol24-005 Dated 27 November 2024; Sn 390a - 2024 1. The City Government Of Cagayan De Oro, Through The General Fund 2024 Intends To Apply The Sum Of One Million Five Hundred Eighty Thousand Four Hundred Forty Eight And 14/100 Pesos (php1,580,448.14), Being The Approved Budget For The Contract (abc) To Payment Under The Contract For Supply And Delivery Of Isopropyl Alcohol And Other Items; Consol24-005 Dated 27 November 2024; Sn 390a - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Item No. Quantity Unit Of Issue Item Description 1 150 Pc 70% Isopropyl Alcohol 500ml Scented 70% Isopropyl, 500ml/btl 2 12 Ream A3 Paper Size 297 X 420 Mm 3 150 Ream A4 Paper A4 Multicopy 70gsm, 500pcs/ream 4 60 Pc Aa Battery Heavy Duty 2pcs/blister Pack 5 6 Gal Alcohol, 1 Gal With Moisturizer 6 24 Bottle Alcohol, 500ml, Isopropyl 70% . 7 207 Pc Ballpen, Black 0.5 Or 0.7, Black Ink, Flex Stick 8 637 Pc Ballpen, Black Color Black 9 332 Pc Ballpen, Blue Blue 10 100 Pc Ballpen, Green Color Green 11 1610 Pc Ballpen,black . 12 836 Pc Ballpen,black 0.7 Clickable Pen 13 125 Pc Ballpen,red 0.7 Clickable Pen 14 22 Pack Battery, Dry Cell, Aa 2pcs. Per Blister Pack Heavy Duty 15 22 Pack Battery, Dry Cell, Aaa 2pcs. Per Blister Pack Heavy Duty 16 2 Gal Bleaching Solution Bleaching Solution 17 18 Gal Bleaching Solution, 1gal. . 18 120 Ream Bond Paper A4 Multipurpose Paper, 80 Gsm 19 20 Ream Bond Paper A4 Size 70gsm A4 Size 70gsm|ream 20 18 Ream Bond Paper Legal Size 70gsm Legal Size 70gsm|ream 21 6 Ream Bond Paper Long Croco Multipurpose Copy Paper, 8.5 In. X 13 In., 500 Sheets, Ultra White, 80 Gsm. Sub 20 22 7 Ream Bookpaper Paper Multi-copy, Long 23 7 Ream Bookpaper, A4, 80gsm Paper Multi-copy, A4 24 50 Ream Bookpaper, Short, 80gsm . 25 10 Pc Broom Soft (tambo) Broom Soft (tambo)|pc 26 1 Pc Broom Stick (ting-ting) Broom (walis Tingting) 27 48 Pc Broom, Soft (tambo) . 28 118 Pc Broom, Stick (ting-ting) Stick 29 1 Box Brown Envelope Long (500's) Brown Envelope, Legal Size 30 1 Pc Bulletin Board White Board, Wall Mount, 18" X 24" 31 5 Pack Cartolina Assorted Color, 20pcs/pack 20pcs/pack 32 12 Pc Cleaner, Toilet Bowl & Urinal, 500ml Bottle Toilet Bowl & Urinal 33 10 Pc Clip, Backfold, 19mm (3/4"),12/box 19mm (3/4"),12pieces/box 34 2 Pc Clip, Backfold, 19mm (3/4"),12/box Black 35 11 Box Clip, Backfold, 50mm (2"), 12/box . 36 2 Pc Cloth Duster Cloth Duster 37 5 Pc Cloth Duster Duster 38 1 Ream Colored Bond Pink (long) 70gsm 39 1 Pc Columnar Pad - 18 Cols. 18 Columns 40 15 Box Continuous Form, 3 Ply, 280 X 378mm, Carbonless . 41 4 Box Continuous Form,11x14 7/8, 280mmx378mm 4ply Carbonless . 42 110 Box Continuous Form,11x9 1/2, 280 X 241mm 3 Ply Carbonless . 43 90 Box Continuous Form,11x9 1/2, 280mmx241mm 1ply Carbonless . 44 80 Box Continuous Form,11x9 1/2, 280mmx241mm 2ply Carbonless . 45 10 Pc Cutter Blade, For Heavy Duty Cutter . 46 1 Pc Cutter Knife, For General Purpose Cutter Knife, For General Purpose 47 4 Pc Cutter Knife, For General Purpose . 48 53 Pc Data Filer W/ Cover Double Color: Blue 49 24 Pc Data Filer W/ Cover Double Data Filer With Cover Double "hard Type" Height 11 1/2" X Width 11 1/2" Length 15 1/2" - Red 50 9 Pc Data Filer W/ Cover Medium . 51 15 Pc Data Filer W/o Cover Double . 52 9 Pc Data Filer W/o Cover Medium . 53 17 Pc Data Filer With Cover, For A3 Size 54 1 Pc Dating And Stamping Machine, Heavy Duty Heavy Duty 55 20 Pc Detergent Powder - 500g Powder - 500g|pc 56 175 Pack Detergent Powder, All-purpose, 1kg 1 Kilogram/pack 57 17 Bottle Dishwashing Liquid, 500ml . 58 10 Pc Dishwashing Paste Dishwashing Paste|pc 59 1 Gal Disinfectant Solution Disinfectant Solution 60 28 Can Disinfectant Spray, Aerosol Type, 400-550 Grams 550g/can 61 20 Bottle Diswashing Liquid, 500ml Liquid, 500ml|bottle 62 51 Pc Envelope Plastic Expanding, Long Clear 63 400 Pc Envelope Plastic Long Long (legal Size) 64 806 Pc Envelope W/ Cord Expanding, For Legal Size Documents Legal Size Documents 65 101 Pc Envelope W/ Cord Expanding, Long Expanding, Long 66 250 Pc Envelope, Documentary, For A4 Size Documents A4 Size Documents 67 100 Pc Envelope, Expanding Plastic W/ Handle Plastic Envelope 68 5 Box Envelope, Mailing, White , 80gsm, (-5%) . 69 8 Pc Expanded Envelope Phoenix Expanded Envelope Long (green) 70 1 Box Expanding Envelope Explanded Envelope W/cord, Legal Size 71 3 Liter Fabric Conditioner, 800ml . 72 15 Box Fastener #14 -long 73 33 Box Fastener, Metal, 70mm Between Prongs 70mm Between Prongs 74 33 Box Fastener, Plastic Coated . 75 8 Pc File Tray Metal Desk Tray With 3 Layers (black) 76 10 Pc Floor Mop Floor Mop|pc 77 150 Pc Folder A4 Ordinary Folder Morocco A4 Size, Brown 78 166 Pc Folder Green Long W/ Index Guide Long W/ Index Guide 79 51 Pc Folder Ordinary Long White Folder Legal Size 80 100 Pc Folder, Morocco, Long Color White 81 51 Pc Folder,green, Long W/ Index Guide Green 82 20 Pack Garbage Bag Xxl Plastic Bag Garbage 83 13 Pc Garbage Can Garbage Can|pc 84 7 Pc Garbage Can Plastic W/ Cover, Medium Plastic W/ Cover, Medium 85 5 Liter Glass Cleaner Cleaner 86 6 Liter Glass Cleaner, 1 Liter 1 Liter/bottle 87 6 Pack Glossy Premium Plus Photo Paper (235 Gsm) Glossy Premium Plus Photo Paper (235 Gsm) 88 40 Pc Glue, All Purpose, Gross Weight: 200g Min All Purpose, Gross Weight: 200g Min|pc 89 8 Pc Glue, All Purpose, Gross Weight: 200g Min Gross Weight: 200g 90 10 Pack Index Card, 5x8, Thick 100pcs./pack . 91 32 Can Insecticide, Aerosol Type, Net Content, 600ml Min Aerosol Type, Net Content, 600ml/can 92 370 Pc Manila Paper . 93 9 Pc Marker, White Board, Black 94 200 Pc Marker Permanent Bullet Type, Color Black 95 150 Pc Marker Permanent, Bullet Type, Black Bullet Type, Black 96 18 Pc Marker Permanent, Bullet Type, Blue . 97 39 Pc Marker Whiteboard (black), Felt Tip Felt Tip; Black 98 10 Pc Marker Whiteboard (black), Felt Tip, Bullet Type Marker Whiteboard (black), Felt Tip, Bullet Type 99 19 Pc Marker Whiteboard (blue), Felt Tip . 100 1 Pc Marker Whiteboard (red), Felt Tip Red 101 35 Pc Marker Whiteboard Felt Tip, Bullet Type 102 100 Ream Mimeo Paper, Whitewove, Legal Size, 70gsm S20 103 1 Pc Mop Handle Mop Handle 104 12 Pc Mop Handle, Heavy Duty, Screw Type . 105 1 Pc Mop Head Mop Head 106 55 Pc Mop Head, Made Of Rayon, Weight: 400 Grams Min . 107 69 Ream Newsprint, A4 Size . 108 8 Ream Newsprint, Legal Size . 109 15 Pc Note Pad, Stick-on, 50mm X 76mm (2" X 3") Min Note Pad, Stick-on, 50mm X 76mm (2" X 3") Min|pc 15 Pcs. Assorted Color 100 Sheets Per Pc/per Pad 110 1 Pc Note Pad, Stick-on, 50mm X 76mm (2"x3") Min Assorted Color 111 11 Pc Note Pad, Stick-on, 76mm X 100mm (3"x4") Min Assorted Color 112 11 Pc Note Pad, Stick-on, 76mm X 76mm (3"x3") Min Assorted Color 113 200 Pc Notebook Color Yellow, 40 Leaves, Yarn 114 95 Roll Packaging Tape #2" . 115 10 Box Paper Clip, Vinyl/ Plastic Coat, Length: 32mm Paper Clip, Vinyl/ Plastic Coat, Length: 33mm 116 41 Box Paper Clip, Vinyl/plastic Coat, Length: 32mm . 117 20 Box Paper Fastener - #14 Fastener - #14|box 118 10 Box Paper Fastener Metal Metal Per Box 119 3 Box Paper Fastener, Plastic Fastener, Plastic Coated 7cm Long 120 546 Ream Paper Multi-purpose (copy), A4, 70gsm . 121 496 Ream Paper Multi-purpose (copy), Legal, 70gsm . 122 250 Ream Paper, Multicopy 80gsm, Size: 210mmx297mm 500pcs/ream, Multicopy 80gsm, Size: 210mmx297mm|ream 123 119 Ream Paper, Multicopy, 80gsm, Size:210mmx297mm 80gsm; Size:210mmx297mm 124 51 Pc Paste 7oz 7oz 125 3 Pc Pencil Sharpener, Manual, Single Cutter Head . 126 202 Pc Pencil W/ Eraser With Eraser 127 10 Pc Permanent Marker Broadtype Marker, Permanent, Broad Type, Black 128 11 Pc Philippine Flag, 100% Polyester . 129 200 Pc Plastic Envelope Long Ordinary Plastic Envelop, Long 130 10 Pc Plastic Envelope Long Plastic Envelop, With Handle, Long Color : Red & Yellow 131 1 Roll Plastic Twine Straw 1 Kilo/roll Strong Plastic Twine 132 21 Sachet Powder Soap 80 Grams Powder Soap 80 Grams|sachet 133 4 Pc Puncher, Paper, Heavy Duty, With Two Hole Guide Heavy Duty, With Two Hole Guide 134 11 Box Push Pins, Colored 100pcs./box Colored 100pieces/box 135 10 Box Rubber Band, 70mm Min. Lay Flat Length: #18 Lay Flat Length: #18 136 15 Pc Ruler 12", Plastic 12 Inch 137 200 Pc Seminar Id Seminar Badge With Elastic Band, Size 4 1/4" Zx Xz3 3/4" 138 39 Pc Sign Pen (0.5mm) Black Sign Pen 0.5mm 139 100 Pc Sign Pen (1.0mm) Water-based 1.0mm 140 20 Pc Sign Pen, Water-based, Black (0.5) . 141 20 Pc Sign Pen, Water-based, Black (1.0) . 142 100 Pc Signpen, Green, Liquid/ Gel Ink, 0.5mm Needle Tip 0.5mm Needle Tip 143 391 Pc Signpen,black, Liquid/gel Ink, 0.5mm Needle Tip 0.5mm Needle Tip; Black 144 112 Pc Signpen,blue, Liquid/gel Ink, 0.5mm Needle Tip 0.5mm Needle Tip; Blue 145 7 Pc Spin Mop . 146 5 Pc Stamp Pad, Felt, Bed Dimension: 60mm X 100mm Min Dimension: 60mm X 100mm 147 100 Box Staple Wire # 35 Heavy Duty Stapler Wire No.35 148 20 Box Staple Wire #35 G.t. Standard 149 102 Pc Staple Wire, Standard, (26/6) #35 #35 150 40 Unit Stapler Heavy Duty Stapler With Staple Remover No.35, 151 5 Pc Stapler With Remover Heavy Duty , Staple Wire Used Is #35 152 21 Pc Stapler, Heavy Duty With Remover . 153 11 Pc Stick Broom (silhig Tikog) Stick Broom(silhig Tikog)|pc 154 28 Pack Sticker Paper Sticker Paper Legal Size 155 30 Pack Sticker Paper: Self Adhesive Paper 10 Pcs Per Pack, Glossy 156 11 Pc Tape Dispenser, Table Top, For 24mm Width Tape Table Top, For 24mm Width Tape 157 104 Roll Tape, Masking, Width: 48mm (± 1mm) . 158 10 Liter Toilet Bowl Cleaner Toilet Bowl Cleaner|liter 159 9 Pc Toilet Deodorant Cake Deodorant Cake Type 160 88 Roll Transparent Tape, Width:48mm, (±1mm) 2" 48mm 161 50 Roll Trash Bag Xxl Heavy Duty Black Trash Bag Xxl 162 8 Pack Trash Bag Xxxl (100 Pieces/pack) Black Plastic 163 276 Pc Trash Bag, Large Size . 164 520 Pc Trash Bag, Medium Size, Pc Medium Size 165 518 Pc Trash Bag, Small Size Small Size 166 2010 Pc Trash Bag, Xxl Color: Black 167 20 Pack Trash Bag Trashbag, Xxl Size Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 30 January 2025 To 12:00 Noon Of 20 February 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 30 January 2025 To 12:00 Noon Of 20 February 2025 From The Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 06 February 2025; 2:00 P.m. At The Bids And Awards Committee Conference Room, 3rd Floor, Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 20 February 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 20 February 2025 At The Bids And Awards Committee Conference Room, 3rd Floor, Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Head Of The Bac Secretariat Bac Office, 3rd Floor Administrative Building, City Hall Cagayan De Oro City Telephone No. (088) 881–1567 (sgd.)atty. Joeffrey D. Namalata Bac Chairperson
Closing Date20 Feb 2025
Tender AmountPHP 1.5 Million (USD 27.3 K)
Western Visayas Sanitarium Doh Tender
Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For Supply, Delivery And Installation Of Various Hospital Equipment Ib No. 2025-01-01-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery And Installation Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 34,665,000.00 The Contract (abc) Fund Source : Caf No. 2025-001-gf Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 34,665,000.00 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Electrical Machine. Brand New. Product Specifications: Combination Of Electrotherapy And Ultrasound; With 3 Independent Channels And Body Diagram Installed; Power Supply: Ac 100- 240 V, Number Of Channels: 3 Independent (2 For Electrotherapy, 1 For Ultrasound) Electrotherapy; Ten& Ems, Ultrasound Functions; Electrode Pads For Tens & Ems; Us Probe Head: Large And Small. Warranty -1 Year From Delivery And Installation. Unit 1 290,000.00 2 Hand Dynanometer. Brand New. Product Specifications: Hydraulic Adjustable Handle. Strength Can Be Viewed In Pounds Or Kilogram. Can Measure Up To 90kg (200lbs.). Durable Metal Gauge. Warranty –at Least 6 Months Upon Delivery And Installation. Unit 1 55,000.00 3 Parallel Bars. Brand New. Product Specifications: Adjustable And Foldable. Stainless Steel Bars And Steel Base. Height Adjust Within 26''-40''. Width -24''-36". Length Ranges: 7-10 Feet. Warranty -at Least 6 Months Upon Delivery And Installation Unit 1 50,000.00 4 Pulley System. Brand New. Product Specifications: Single Handle/dual Tower. Chest And Floor Height Mounted Handle. Easily Adjustable Handles. Wheelchair Accessible. Warranty –at Least 1 Year Upon Delivery And Installation. Unit 1 150,000.00 5 Pbx, Smart Hybrid. Brand New. Product Specifications: Designed For Telemedicine Use. Genuine And High Quality Brand. Pabx Built-in Extensions 16 Analog. At Least 2 Card Slots And 2 Slots Trunk Extension Card Switch System. Ability To Equip Sub-frame Ns-320; 12-32 Trunk Extensions. Sub-frame To Extend Pbx Ns300. Port Connected To The Main Frame. Dimensions: 40-45 X 35-36 X 86-90 Cms. Warranty –at Least 6 Months From Delivery And Installation * Unit 1 100,000.00 6 Uninterrupted Power Supply. Brand New. Products Specifications: Designed For Telemedicine Operation. 3000va. Output Power Capacity-3000va, Mount: 3u Rack Mountable. Nominal Output Voltage -230v. Dimensions: 20-22 X 19-20 X 5-6 Inches. Warranty –at Least 6 Months Upon Delivery And Installation. * Unit 1 400,000.00 7 Medical Waste Shredder. Brand New. Product Specifications: 20hp Motor Slow-speed And High Torque Dual Shaft Shredders, 5/16″ Wide Cutters, With Bearing Protection And Cleaning Fitters. Features: Efficiently Shred Syringes, Face Masks, Boxed Medical Waste, Pill Bottles, Etc., Available With A Split Cutting Chamber That Allows For Two Different Shred Widths Within One Shredder, The Manner Of In Feed And Output Are Also Divided. Includes Training And Certification, Warranty 1 Year Upon Installation Unit 1 350,000.00 8 Portable Multi-parameter Analyzer Flow Water Quality Testing. Brand New. Product Specifications: Measures Water Quality Parameter For Ph/ec/ise/do/temp. Mv/orp/px/resistivity/tds/sal./do Saturation. Features: Portable Device, Color High Contrast Lcd Touchscreen, Data Storage1000 Sets For Each Parameter, Support For Usb Communication, Ip65 Waterproof, Includes All Necessary Accessories And Consumables, Includes Training And Certification For Use, Warranty For 1 Year Upon Installation Unit 1 200,000.00 9 Water Purification System. Brand New. Product Specifications: 6000 Gdp Reverse Osmosis Machine. Up To 1200 Containers Per Day. Double U.s. Membrane. 2 Tanks 1000ltrs. For Raw & Product Water. At Least 28 Stages Of Water Filtration. To Include Piping Line From Water Station To Specified Areas Within The Health Facility. To Include Necessary. Building/structure For The Water Station. Service Warranty 1 Year After Delivery And Installation. To Include Service And User Training. Including Consumables: 50 Gallons Round Containers, 50 Gallons Slim Containers, 1 Sack Industrial Salt. * Unit 1 350,000.00 10 Anesthesia Machine With Cardiac Monitor. Brand New. Product Specifications: Main Gas Supply -oxygen, Air. Pin Index Supply System: Oxygen, Air. Ventilatior: With At Least Six (6) Ventilation Modes. Machine Must Be Able To Ventilate Patient Using The Preset Settings Provided By The End-user Even Presence Of Driving Gas Is Temporarily Unavailable. Ventilator Must Be Enclosed With Metal Casing To Prevent Entry Of Foreign Items Including Fluid. Ceramic Type Of Inspiratory And Expiratory Valve. Ventilator Must Have High Pressure Valve That Ensures Release Of Excess Pressure When Required. Ventilator Must Be Functional When Machine Is Connected Either Through Direct Power Supply Or Back Up Battery. Breathing System: The Volume Of The Compact Breathing System And Co2 Absorber Must Be 1.7l Excluding Hoses And Breathing Bag. Volume Of Co2 Absorber Reusable Canister Must Be 1.5l. With Bypass Valve Located In Breathing System Allowing Continuous Machine Operation While Changing Co2 Absorber. With Fresh-gas Decoupling Valve That Prevents Direct Entry Of Pressure In The Patient Airway When Pressing The O2 Flush Button, Peep And Pressure Limitation. With Breathing System That Can Be Detached From The Main Unit Without Tools Required. Breathing System Should Be Separated From The Main Unit With Mounting That Can Be Positioned From Any Direction Without Moving The Entire Anesthesia Machine. With Ceramic Type Of Inspiratory And Expiratory Valve. With Sample Gas Return Port. With Pup Off Pressure Release Valve Located At The Apl Valve. With Moisture Reduction System. Hot Steam Sterilization Can Be Carried Out At 134 ° C (273.2 ° F). With Heated Breathing System. Anesthesia Gas Supply Module: Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. O2 Flush (bypass): At 87 Psi (6 Kpa X 100): Max. 75 L/min At 41 Psi (2.8 Kpa X 100): Min. 25 L/min. With Metering Valve And Dual Flow Tubes For Fresh-gas. With Integrated O2 Monitoring Located In The Screen. Vaporizer: With Two (2) Selectatec Vaporizer Mounting. With One (1) Unit Sevoflurane And One (1) Unit Isoflurane Vaporizer. Vaporizer Must Have No Cloth Component Which Allows Item To Be Functional Immediately Even Transporting It In An Upside Down Position. Oxygen Sensor: With Oxygen Sensor That Measures Percentage Of Oxygen. Flow Sensor: With Constant Temperature Hot-wire Anemometer Flow Sensor. Must Be Located Within The Anesthesia Unit Distal To The Patient Area. Flow Sensor Must Be Reusable. Auxillary Low Flow Oxygen: With Integrated Low Flow Oxygen Supply For Mask And Nasal Cannula Application. Writing Table/drawers/mounting: With At Least 3 Drawers As Storage For Other Accessories. With A Retractable Writing Table That Can Hold At Least 10kgs. Advanced And Safety Features: Functional Even The Battery Is Completely Discharged, All Pneumatic Functions Continue To Be Available (apl Valve, Breathing Pressure Gauge, Cylinder And Pipeline Gauges, Fresh Gas And Agent Delivery, And O2, Air, Flow Meters).manual Or Spontaneous Ventilation Can Be Maintained During Power Failure And Discharged Of Battery. In Case Of No Power And Totally Discharged Battery, Machine Must Be Shifted Automatically From Ventilator Mode To Manual Mode Without Any Switch Or Button Required. Start-up Time Must Be Less Than 15 Seconds. Power Input Data: Power Supply: Rating Non-configurable 100 To 240 Vac, 50/60 Hz, 145 Va. Battery Operation Time: Up To 2 Hours, Minimum Of 45 Minutes. Parameters: Minimum Tidal Volume (vt) Required: 20 Ml. Breathing Frequency (rate): 4 To 60 Bpm (1/min). Inspiratory Pressure: Peep + 5 To 65 Cmh2o. Inspiratory Flow (inspflow): 10 To 75 L/min In Volume And Pressure Control Modes, 10 To 85 L/min In Pressure Support And Simv/ps Modes. Inspiration Pause: 0 To 50 %. Simv Inspiratory Time: 0.3 - 4.0 Sec. Positive End Expiratory Pressure: (peep) 0 To 20 Cmh2o. Inspiration/expiration Ratio: (ti:te) 4:1 To 1:4. Pressure Limiting: 70 Cmh2o. Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. Pressure Support Level: Peep + 3 To 20 Cmh2o. Min. Frequency For Apnoe-ventilation: (freq. Min.) 3 To 20 Bpm And “off”. Trigger Level: 2 To 15 L/min. Standard Accessories: One (1) Unit O2 Regulator, One (1) Unit Air Regulator, O2, Air Fittings And Hose Clamps, One (1) Unit Adult Anesthesia Circuit With 2l Bag. Biolight M12 Patient Monitor (basic Configuration). Technical Specification: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quick Volume And Brightness Adjustment. Support Quick Key, Able To Access Specific Functions Or Perform Operations Easily And Quickly. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Upgrade Lithium Battery, Battery Power Supply ≥480 Min. Ecg: Ecg Leads: 3/5 Leads, Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4,auto Gain, Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 10 To 300 Bpm, Ped/neo: 10 To 350 Bpm, Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American National Standard For Electronic Or Automated Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual, Auto, Stat, And Sequence. Sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have An Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin And/or Oral/rectal. If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours. Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function. Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews, Glasgow Coma Scale (gcs), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen. -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Accessories Included: 3/5 Lead Ecg Cable, 3/5 Lead Ecg Lead Wires, Adult Spo2 Sensor, Pediatric Spo2 Sensor, Temperature Probe Skin, Temperature Probe Oral/rectal, Nibp Cuff Adult, Nibp Cuff Pedia, Wall Mount / Trolley, One (1) Unit Pediatric Anesthesia Circuit With 1l Bag, Two (2) Units Power Adapter. Includes Avr Machine For Anesthesia Machine. Warranty -2 Years From Delivery, Installation, And Training/orientation. Unit 1 3,300,000.00 11 Cardiac Monitor With Capnograph. Brand New. Product Specifications: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quickly Volume And Brightness Adjustment By Gestures Operate. Support Quick Key, Can Easily And Quickly Access Some Functions Or Perform Operations. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Size Must Be: At Least 175mm X 320mm X262mm. With Auto Speech Recognition Module Implements The Voice Interaction With The Patient Monitor. Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Up-grade Lithium Battery Power Supply ≥480min. Ecg: 5 Leads Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4, Auto Gain. Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 15 To 300 Bpm, Ped/neo: 10 To 350 Bpm. Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American. National Standard For Electronic Or Automated. Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami. Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual,auto, Stat, And Sequence,sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have A Dual Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin Or Oral If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Ibp: Support 2-channel Ibp Measurement Range: -50mmhg~+350mmhg. Types Of Measuring Blood Vessels: Arterial Pressure (art), Pulmonary Artery Pressure (pa), Central Venous Pressure (cvp), Right Atrial Pressure (rap), Left Atrial Pressure (lap), Intracranial Pressure (icp); Pulmonary Artery Wedge Pressure (pawp); Cerebral Perfusion Pressure (cpp). The Monitor Will Calculate The Ppv Based On Any Arterial Pressure Value Between Heartbeats. Etco2: Measuring Range: Etco 2 0 To 150 Mmhg. Fico: 3 To 50 Mmhg. Awrr: 0 To 150 Rpm (mainstream). Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. The Upper/lower Limits Of Alarms Can Be Configured Via Networking From The Central. The Alarms At Bedside Can Be Paused Or Muted Via Networking From The Central. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews), Glasgow Coma Scale (gcs ), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem -all-in-one Monitoring Adult, Children, And Newborn Patients. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Warranty -1 Year From Delivery And Installation. Unit 2 500,000.00 12 Ceasarian Instrument Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Scalpel Handle #3 With Measure 125mm, 1 Pc. Scalpel Handle #4 135mm, 1 Pc. Tc Metzenbaum Scissors Cvd 180mm, 1 Pc. Lexer Scissors Narr Str 165mm, 1 Pc. Mayo-lexer Scissors Cvd 165mm, 1 Pc. Lister Bandage Scissors Hvy 180mm, 1 Pc. Standard Forceps Serr 160mm, 1 Pc. Standard Tissue Forceps 1x2 160mm, 5 Pcs. Lorna Towel Clamp Non-perf 130mm, 6 Pcs. Halsted-mosquito Forceps Delstr125mm, 6 Pcs. Halsted-mosquito Forceps Del Cvd125mm, 2 Pcs. Kelly Forceps Del Str 140mm, 6 Pcs Moynihan Hemostatic Forceps, Crv, 150mm, 1 Pc. Tc Mayo-hegar Ndlholderhvyserr150mm, 1 Pc. Tc Hegar Needle Holder Hvy-serr 205mm, 1 Pc. Us-army Retrac.26x15/43x15-23x15/40x15, 1 Pc. Richardson-eastman Bt471rbt472r, 6 Pcs. Boys-allis Forceps 5x6 155mm, 2 Pcs. Kidney Tray Stainless Steel 250mm, 1 Pc. Bottom For 3/4 Container Height:135 Mm, 1 Pc. Primeline Pro 3/4 Lid Red, 1 Pc. 3/4 Size Perf Basket 406x253x76mm, 1 Pc. Silicone Basket Liner 3/4 Size, 1 Pc.mayo Safety Pin F/ring-hdl Inst 140mm, 1 Pc. Ident. Label Up To 13 Letters Red. Warranty –at Least Eat 1 Year From Delivery. Set 2 1,520,000.00 13 Chemical Analyzer. Brand New. Product Specifications: Combined Instrument With Two Complementary Technologies: Raman Spectroscopy And Colorimetric Detection Confirmatory Testing: One Instrument Capable Of Confirmatory Testing Using Two Technologies Including 1) Swgdrug Category A Technique For Presumptive Testing, And 2) Swgdrug Category C Technique For Confirmatory Testing Safety Of Features For Measuring Energetic Samples: Trace Detection Testing For Energetics Without Need For Opening The Container Nor Inducing Laser Light To The Sample, Scan Delay Timer: 15 Sec – 10 Min Sample Size: Able To Detect / Identify Samples From 1 Microgram Traces To Large Bulk Samples Materials Covered: Common Raman Substances, Explosives, Narcotics, Cwas, Tics, Tims, Precursors, Common Chemicals, Fluorescent Materials Not Covered By 785nm Raman: E.g. Colored Materials, Heroin, Colored Mdma Pills, Oils, Npss, Etc., Low Concentration Materials Not Covered By Any Raman Instruments: Lsd, Thc, Magic Mushrooms, Gunpowder, Etc. Raman Excitation Wavelength: 1064nm Minimizes Fluorescence Effects: Allows For Direct Analysis Of Colored/impure Chemicals Through Colored Packaging. Spectral Wavelength Range 200 – 2500 Cm-1 Portability Power: Small Handheld Device, Optimized For One Handed Operation. , 18.5cm-20cm (l) X 15cm-20cm (w) X 7.9cm-10cm (h), 3.65lbs-5lbs (1.65 Kg-2.27kg)., Quantity 2 Lithium Ion Rechargeable Batteries With Battery Life Of More Than 6 Hours Per Charge Per Battery. Cr123a Rechargable Batteries Can Be Used. Including Spare 2 Lithium-ion Battery. Ruggedness Decontamination: Us Mil-std 810g Designed Rugged., Ip 68 Rated For Use In Varying Environmental Conditions And For Complete Decontamination. Operational Temperature Range: Unit Can Be Operated In -20°c To +50°c Temperatures., Withstands Temperature Fluctuations And Humidity Fluctuations. Rapid Start-up Rapid Results: 60 Seconds From Power On To Analysis., Analysis Results In Less Than One Minute. Operational Mode Options: Raman Analysis And Colorimetric Analysis Oraman: • Auto-collect Adjusts Raman Settings Automatically Optimizes Use For Routine Operations • Advanced User Adjustable Raman Settings For Advanced Operators And Custom Library Build: • Laser Power Level 30-490 Mw Adjustable In 5 Mw Increments Exposure Time 5ms To 30s In Increments • Custom Applications Optimize Raman Analysis Parameters Specific To Material Type Ocolorimetrics: • Pouches Including Both Swipes And Colorimetric Chemicals In One Pouch • Pouches For Explosives And Narcotics • General Pouches For Detecting A Wide Range Of Explosives Or Narcotics • Specific Pouches For One Explosive/narcotic Substance Or Substance Group Easy Raman Operation: • Scans In Direct Contact And Through Translucent Plastic Or Glass Containers. • Universal Sample Holder For Analysis Of Samples In Varying Forms And Packaging. • Smartphone Like Touch-screen Interface Or Large Button Activation. • User Prompted Step-by-step Onscreen Analysis Activation. • Typically, 4 Button Presses To Receive Analysis Result. • Onboard System Status Monitoring And Calibration. Reduces Down-time And Necessity For Re-calibration At A Service Depot Analytical Performance: • Liquids, Solids, Powders, Pastes, Gels, Invisible Traces. • Colored Substances And Substances Found In Colored Translucent Packaging. These Types Of Substances Are Most Often Encountered In Real-world Samples. • Comparative Spectral Analysis Overlay Easily Performed Onboard. • User Adjustable Focus Ensures Analysis Of Material And Not The Packaging. • 4c Software Automatically Monitors Results For Combinations Of Precursors Used In Threat, Drug Manufacturing, And Other Recipes. Users Receive Onscreen Alert To Potential Threat Or Clandestine Drug Manufacturing Activity. Library: Raman: • Over 12,000 Substances. • Resq Library Includes The Latest Explosives, Precursors, Cwas, Tics/tims, Narcotics And Psychotropic Drugs, Steroids, Cutting Agents, Pharmaceuticals, Diluents And Pesticides. • Easily Expandable To Add Emerging Threats And Other Substances. • Fleet Management And Library Transfer To Units In The Field. • 4c Library With Explosive, Drug Manufacturing And Other Types Of Threat Manufacturing Recipes. • Library Updates Provided More Than Once A Year Colorimetrics: • General Narcotics Pouches: Multi Drug Test Incl. Fentanyl, Special Opiate Pouch, Cannabinoids • General Explosives Pouches: Chlorates/perchlorates, General Explosives • Specific Pouches: Cocaine, Ephedrine, Heroin, Ketamine, Lsd, Meth/mdma, Mushrooms, Opiates, Pcp, Thc, Ghb Evidence Documentation Traceability: • Onboard 5mp Camera Captures Image Of Sample And Surroundings, As Well As Colorimetric Swab. • Image(s) Stored Along With Analysis Results In Tamper-resistant File. All Analysis Results Are Traceable And Include Unique Date, Time And Serial Number Stamp. • Ability To Activate Password Protect Operator Log-in. Record Of User Associated Activity Stored Onboard And Cannot Be Deleted. Data Access And Transfer Reporting: • View Results In Real Time On Cell Phone Or Tablet, Computer Or Laptop (pc, Ios, Android, Linux) Via Wifi (can Be Disabled). • Exportable Data In Numerous File Formats. • Data Access And Transfer On Computer Or Laptop Via Usb And Wifi (can Be Disabled). • Easy Report Generation. Customer Support Package: • 24/7/ 365 Days Reachback Service For The Life Of The Unit. • Library Updates Provided For The Life Of The Unit. • Software Updates Provided For The Life Of The Unit. • Support: Online, Phone, Email, And In Some Cases Text Message For The Life Of The Unit Cql Complete Package: • Rugged Shipping Case With Custom Foam Insert. • Qty 2 Rechargeable Lithium-ion Batteries. • Cr123a Battery Cartridge (does Not Include Cr123a Batteries). • External Battery Charger. • Ac Power Supply. • Adjustable Base Adaptor. • Universal Sample Holder. • Certified Benzonitrile Performance Verification And Calibration Standard. • Flash Drive Containing User Manual And Supporting Documentation. • Quick Start Guide. • Usb-c To Usb-a Data Transfer Cable. • 1064nm Laser Test Card. • Including Hand Strap And Wrist Strap. . Training: • Comprehensive Onsite Training For An Unlimited Number Of Users. Add-on Accessories And Software: • Periscope Adaptor. • Vial Holder. • Bottle Adaptor. • Integrated Quickdetect Automated Colorimetrics • Detect Trace Quantities Of Non-visible Residues Left On Surfaces: • Explosives And Explosive Precursors • Narcotics Standard Requirements: • Bidder’s Certificate That Will Provide Manual In English Language (2 Copies Of Operator's/user's Manual And 2 Copies Of Service/technical And Maintenance Manual) Upon Delivery. • Brochure/sales Literature. Training Requirements: • Bidder’s Certificate That Will Conduct Free Technical Training And Product Demo For The End-user/s And In-house Biomed On Equipment Operation And On Maintenance Of Equipment. • After Sales Service: Bidder’s Certificate That Parts Shall Be Available At The Authorized Philippine Service Center/s For A Period Of Five (5) Years After The Warranty Period. • Certification From Local Distributor On The Availability Of Service Technicians And/or Biomedical Engineers In Case Of Equipment Breakdown. Preventive Maintenance - • Bidder’s Certificate Free Quarterly Preventive Maintenance During The Warranty Period With Preventive Maintenance Plan. Warranty Certificate: • Warranty Certificate Minimum Of Five (5) Years For Service And Three (3) Years For Parts. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. • Calibration: With Certificate Of Calibration Upon Delivery. The Bidder Must Be Iso 9001 And The Manufacturer Should Be Iso 13485 Certified Unit 1 6,900,000.00 14 Common Bile Duct Exploration Supplement Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Randall Kidney-stone Frcpsslt-cvd225mm, 1 Pc. Randall Kidney-stone Forceps Cvd225mm, 1 Pc. Randall Kidney-stone Frcpshvy-cvd225mm, 1 Pc. Randall Kidney-stone Frcps U-cvd225mm, 1 Pc. Bakes Bile-duct Dilator 1mm, Bakes Bile-duct Dilator 2mm, 1 Pc. Bakes Bile-duct Dilator 3mm, 1 Pc. Bakes Bile-duct Dilator 4mm, 1 Pc. Bakes Bile-duct Dilator 5mm, 1 Pc. Bakes Bile-duct Dilator 6mm, 1 Pc. Bakes Bile-duct Dilator 7mm, 1 Pc. Bakes Bile-duct Dilator 8mm, 1 Pc. Bakes Bile-duct Dilator 9mm, 1 Pc. Bakes Bile-duct Dilator 10mm, 1 Pc. Randall Kidney-stone Forcepscvd190mm, 1 Pc. Randall Kidney-stone Fcpshvy-cvd190mm, 1 Pc. Bottom For 1/2 Container Height:135mm, 1 Pc. Prime Line Pro 1/2 Lid Green, 1 Pc. 1/2 Size Perf Basket 243x253x76mm, 1 Pc. Identification Label Green. Set 1 590,000.00 15 Defibrillator. Brand New. Product Specifications: General Features: 7-10 Inch Lcd Display, Maximum Of 3 Waveforms. High Contrast Display Mode For Bright Environments. Ambulance-ready, Rugged Casting: Ip44, Impact Test Of 0.75m. Output Energy: 1-360j. Charge Times Of <3s T O200j, <7s To 360j. Auto-volt With Smart Charging. Lithium-ion Battery Supports To 6 Hours Monitoring/200 Shocks @360j/ 4.5 Hours Pacing, With Built-in Led Power Level Indicator. Lightweight At 4-5kg., Full Configuration, Main Unit. Automatically Switch Defibrillator Energy, Cpr Prompts, And Alarm Limits Depending On Patient Type. Display Ecg During Aed Mode. Ecg Recovery Within 2.5s Or Less. Contact Status Can Be Checked Through Paddle And Monitor, Impedance Value Can Be Checked In Monitor. Auto-testing Includes Maximum Energy Discharge Test. Parameters: 3/5 Lead Ecg, Pacer. Includes: Thermal Recorder, External Paddle Kits, Ecg Cable And Lead Wires, Ecg Electrode, Multifunction Electrode Pad. Printer Paper, Electrode Gel, Power Cord, Lithium-ion Battery. Unit 5 1,500,000.00 16 Dish Sterilizer. Brand New. Product Specifications: − High Light Led Display, − With Special Boiler Temperature Drainage Settings, − Washing (non-recycling) Parameters Can Be Set Free And With Control Memory Function, − Can Meet Different Washing Demand, − Self - Research Internal Water Softener, − Double Construction Design For Top Cover, − Power: 380v/50hz, − Basket Dimension : 500x500mm, − Washing Ability : At Least 60 Basket / H, − Rinse Water Quantity : 3 L/h, − Inlet Height :400-430mm, − Machine Dimension : 800-850x800-820x1450-1500mm, − Rated Power : 14.75kw, − Gross Weight : 140-150, − Net Weight : 100-110, − Packing Size : 890-900x900-910x1630-1700mm. Warranty Period- Within 1 Year Upon Delivery And Installation To Cover Parts (excluding Wearable Parts) And Service With Preventive Maintenance Every 6 Months Within 2 Years Period. Provides Orientation And Training To End-user Representative.* Unit 1 500,000.00 17 Electrocardiography Machine (ecg) Brand New. Product Specifications. High Resolution Lcd Touch Screen, 320-330x240-250vivid Waveform Display. 12 Leads Ecg Resolution Thermal Printer. Built-in Rechargeable Li-ion Battery, Ac/dc Power Supply. Anti-defibrillator And Pace Maker Detection. Complete Digital Filtering, Resisting Baseline Drift, Automatic Baseline Adjustment. Automatic Ecg Measurement And Interpretation. Large Patient Data Storage; 150 Cases, Equipped With Usb Port For Data Transfer. Three (30 Printing Formats (auto, Manual And Rhythm) Selectable. 1/2/3 Channel Ecg Waveform And Rhythm Leads Record Out. Lead Status Diagram Display. Unit 4 200,000.00 18 Electrosurgical Dessicator Machine. Brand New. Product Specifications: Use For Removal Of Lesions, Warts, Skin Tags, And Other Blemishes Easily With Minimally-invasive Treatment. For Superficial Treatments, Safe To Use Around The Eye And Nose Area. Includes Re-usable Pen And Tips. Unit Specifications: Depth:4-5 Inches, Width:8-9 Inches, Height:7-8 Inches, Weight:6-8 Pounds, Output Power -low At 0-20watts (1/10 Watt Increments Up To 10 Watts), High At 0-35 Watts, Bipolar: 0-35 Watts. Offers Hand-or-foot Activated Operation. Autoclavable, Reusable Hand Control Pencil With Power Adjustment Buttons. Pencils Are Designed With Non-spinning Hex Collar For Multi-positional Fall-safe Blade Locking. Equipped With Mobile Stand. Includes Consumables.warranty-6 Months From Delivery And Installation. Set 1 100,000.00 19 Fetal Maternal Monitoring System: Brand New. Product Specifications: Foldable Screen. Probe Rack And Wall Mounting Rack. Handle For Easy Carrying. User-friendly Gui With 3 Display Modes. Four (4) Optional Color Background. Capable Of 24 Hours Ctg Storage. Fast Print For Store Traces. "smart Notes" Annotation (color Optional). Signals Overlap Verification. Real-time And Offline Data Transmission To Pc. 10-12 Inch Color Touch Screen. Excellent Algorithm. 12-crystal And 1 Mhz Water-proof Transducer For Accurate Detection. Configuration: Dual-fhr, Toco, Fm, Afm, Mecg, Nibp, Mspo2, Temp. Includes: 3 Each Belt, 1 Each Event Marker, 1 Bottle Ultrasound Gel, 1 Ea. Fhr Transducer, Purple, 1 Each Transducer, Yellow (color Optional), 1 Each Spo2 Sensor, Adult, 1 Each Temperature Probe, Skin, 1 Each Toco Probe, 1 Each Nibp Cuff, Adult, 1 Each Nibp Tube, Adult. Unit 3 1,110,000.00 20 Infusion Pump. Brand New. Product Specifications: Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h (or Wider), Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min (or Wider) With Optional Drip Sensor, Screen: 2.7 Inches B/w Lcd (or Wider), Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Universal Compatibility, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Unit 4 320,000.00 21 Laboratory Oven. Brand New. Product Specifications: Working Temperature Range At Least 5 Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Setting Temperature Range +20 To +300°c; Temperature Sensor 1 Pt100 Sensor Din Class A In 4-wire-circuit. Control Cockpit Single Display. Adaptive Multifunctional Digital Pid-microprocessor Controller With High-definition Tft-colour Display; Timer Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days; Adjustable Parameters: Temperature (celsius Or Fahrenheit), Air Flap Position, Programme Time; Ventilation: Natural Convection, Vent Connection With Restrictor Flap; Works Calibration Certificate : Calibration At +160°c; Door Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Internals 1 Stainless Steel Grid(s), Electro Polished; Stainless Steel Interior; Interior Easy-to-clean Interior, Made Of Stainless Steel, Reinforced By Deep Drawn Ribbing With Integrated And Protected Large-area Heating On Four Sides; Volume 32 L; Dimensions W(a) X H(b) X D(c): 400 X 320 X 250 Mm; Max. Number Of Internals: 3; Max. Loading Of Chamber 60 Kg; Max. Loading Per Internal 20 Kg; With Free Power Back-up System, With Free Installation And Demonstration. Unit 1 130,000.00 22 Newborn Hearing Screening Test Equipment. Brand New. Product Specifications: • Capable Of Screening And Diagnostic Testing With Te And / Or Dpoae. • Fast Automatic Test With Pass / Refer And Graphical Test Result Display. • Direct Evaluation Via Value And Bar Diagram. • Up To 12 Frequencies Displayed Within The Device, Dp Up To 12 Khz. • 5 Dp / 2 Te Protocols With User Customizable Parameters (diagnostic Version). • High Noise Immunity For Operation In Normal Clinical Environment. • Lightweight, Small Ear Probe. • Environmentally Friendly Due To Long Life, Rechargeable Battery. • Bluetooth Communication To Optional Printer And Pc • Evaluation Of Results In Pc. Screener With At Least 4 Frequency Dpoae Testing Protocols. • Qualified Protocols Built Into The Device. • 4 Dpoae Test Frequencies Reported. • Integration To State Tracking Systems, Hi-track Or Oz. Diagnostic With Up To 12 Frequency Dpoae Testing Protocols. • 1.5 To 12 Khz Frequency Range With Up To 12 Test Frequencies Reported. • Customizable Test Protocols Teoae Available As An Upgradeable Option. Measurement Type: Distortion Product Otoacoustic Emissions (dpoae) Transient Evoked Otoacoustic Emissions (teoae). Frequency Range: Screener Version: Dpoae: 2.0 Khz To 5.0 Khz Teoae: 1.5 Khz To 4.0 Khz. Diagnostic Version: Dpoae: 1.5 Khz To 12.0 Khz Teoae: 0.7 Khz To 4.0 Khz. Stimulus Intensity Range: Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Microphone System Noise: -20 Db Spl @ 2 Khz (1 Hz Bandwidth)/ -13 Db Spl @ 1 Khz (1 Hz Bandwidth). Dimensions And Weight (unit): 2.5 To 3” W X 1.2 To 1.8” D X 5.5 To 6.5” H 6.2 To 6.8 Oz. Power Supply: Lithium-ion Rechargeable. Battery Life: 1000 Tests Per Charge, Minimum 15 Hours On-time. Connectors/ Communications: Integrated Usb Communication Capability For Battery Charging And Communication With Pc-based Database Programs Or An Optional Printer. Hdmi Connector For Connection To The Micro-probe. Integrated Bluetooth Class 2 + Edr With Spp. Protocol For Communication With Optional Printer. Standard Accessories: Micro-probe, Box Of Single Use Ear Tip And Ear Tip Remover, Package Of Probe Tubes, Micro-usb Power Supply For Charging Lithium Ion-battery, Pc Database Software With Manual, Micro B To A Usb Cable For Pc Communicator/charging, Protective Carrying Case, Data Management Tool That Provides The Ability To Transfer Patient. Oae Test Data From The Testing Device To A Pc For The Purposes Of Viewing, Archiving, Managing And Printing Oae Reports. Using The Database Also Gives You The Means To Create Letter Sized, Detailed Reports That Can Be Easily Filed Or Faxed. You Can Also Create A “paperless” Office By Saving The Test Results As A Pdf For Electronic Filing Or Email. Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Includes Ups. Warranty –at Least 1 Year After Delivery And Installation. Provision Of Training For End-user To Accredited Newborn Screening Center. All Expenses Should Be Shoulder By The Lowest Calculated Bidder. Unit 1 1,000,000.00 23 Operating Room Lights. Brand New. Product Specifications: Dual Head- Ceiling Type. Major Operating Room Light Multi-color. Merging Of Light Fields, Light Intensity Control. Comfortable Display Of Key-pad On Major Lighting Head. Back Light Key Pad Display. Depth And Merging Light Field Should Be Operated At The Sterilizable Handle. Cool Light Temperature Increasing In Head Area: 0.5 ºc. 360° Continuous Rotation Around All Major Joints. Anti-bacterial Coating Head. - Light Head Diameter: 66cm. Ideal Laminar Flow Ceiling System. With Endo Mode: Must Be Color Green Light. Main Light Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 160,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 19-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. - Adjusting The Shadow Activating Via The Touch Panel. - Maximum Of Four Groups Of Lenses Are Dimmed Simultaneously. Shadow Management System. Number Of Led’s: 99 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Laser Pointer On Head (main Light Head Only). Lf-index Leenemann: 26. Lf-index Oostlander: 28. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82 - 92watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 18.5 Kg. Protection Type Lamp Head: Iec60529. - Aluminum Housing. Satellite Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 140,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 18-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. Number Of Led’s: 69 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82-92 Watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 17.9 Kg Minimum. - Aluminum Housing. Protection Type Lamp Head: Iec60529. Standard Accessories: - Sterilized Handle: 2 Pcs/ Lamp Head, - Ceiling Anchorage Ring With Screws, - Spring Arm, - Ceiling Cover, Including Installation Of Brackets To Embed Overhead Ceiling- User Manual, - Ups. Warranty Of Two (2) Years For Parts And Labor With Free Preventive Maintenance Every Quarter Within Warranty Period Five (5) Years Warranty For Led Bulb Only. Unit 1 2,500,000.00 24 Operating Room Table (motorized). Brand New. Product Specifications: Total Length: 2000-2100 Mm. Width Including Side Rails: 600-630 Mm. Mattress Width: 550-570 Mm. Total Weight: 200-210 Kg. Safe Working Load (swl): Up To 250 Kg. Height Adjustment Range: From 595 Up To 1005 Mm. Castors: Four Ø 120-125 Mm Central Locking Twin Castors. Head Section: -58° ... +37°, 135 Mm. Back Section: -10° ... +70°. Leg Section: -80° ... +10°. Lateral Tilt: 20° / 20°. Trendelenburg/anti-trendelenburg: 30° / 20°. Sliding Tabletop For C-arm Function: 300-320 Mm. Flex / Reflex: 220° / 120°. Electrical System: 24 Vdc, Battery Operated, 100 - 240 Vac, 50/60 Hz. Controls: Hand Control And Integrated Control Panel On The Column. Memory Positions: Four Programmable Positions. Visco-elastic Mattresses. Radio Lucent Tabletop For X-ray. Accessories For General Surgery: 1. Arm Rest, 2. Anesthesia Frame With Clamp And, 3. Attachment Clamp. Transport And Storage Conditions: Temperature 7 10° C + 50° C. Relative Humidity 10 %, 85 %. Air Pressure 700 Hpa, 1060 Hpa. Operating Condition: Temperature +10° C, + 40° C. Relative Humidity 30 %, 75 %. Air Pressure 700 Hpa 1060 Hpa. Side Rail Accessories: 25 X 10mm. Warranty-1 Year From Delivery And Installation. Certificate Of Parts Available In The Next 5 Years. Includes Training To End-user. Includes Product Manual. Unit 2 5,500,000.00 25 Radiant Warmer With Phototherapy Units. Brand New. Product Specifications: Fixed Height Radiant Warmer, Mounted On A Column. The Unit Is Supported By A T-shaped Sturdy And Stable Wheeled Base. Bases Is Provided With A Minimum Three (3) Anti-static Swivel Casters. At Least Two (2) Of The Casters Are Equipped With Brakes. The Base Is Equipped With A Side Handle/rail For Easy Positioning. The Design Of The Base Is Suitable To Be Fitted Over Standard Cradles, Cribs, And Bassinets. Overhead Radiant Heater At A Fixed Height Of 1.80-2.0m. Radiant Heating Is Achieved By Quartz/ceramic Elements, Placed In A Parabolic Reflector. The Radiator Is Equipped With A Safety Grid. The Unit Support Three (3) Modes: Pre-heating, Manual And Servo Mode. The Unit Allows For Instant Switching Been The Different Operating Modes. The Minimum Skin Temperature Setting Range Is 32°c To 37°c. The Resolution Of The Temperature Is: ± 0.5°c Or Better. In Manual And Pre-heating Modes Heating Settings Allow For A Range Of 0 – 100%. Led Spotlight(s) For Examination Are Integrated In The Overhead Radiant Heater, The Angle Of The Overhead Light Is Adjustable. Warm-up Time < 30 Min To 25°c. Power Requirements: 1 Ph, 100 - 240 Volts - 50/60 Hz 900 To 1300va (with Ups And Avr). Display Features: The Display Panel Is Integrated In The Column For Visualizing Working Parameters And Alarms. The Display Indicates: - The Current Active Mode: Pre-heating, Manual Or Servo, - The Current Heating Power In Percentages, - The Current Pre-set Temperature, - The Current Actual Skin Temperature, - The Current Air Temperature. The Unit Is Equipped With A Self-check Feature. Alarm And Safety Features: Alarms Are Audible And Visible. Alarms Indicating: - Sensor Disconnection Or Malfunction. - Power Failure. - Skin Temperature, After Stabilizing, Varying Beyond 0.5° To 1°c From Set-point. - 10 To 15 Minutes After Manual Mode Has Been Engaged An Audible Alarm Will Sound. In Addition, The Unit Will Either Reduce Or Cut The Power To The Heater. In Skin Mode, When The Temperature Exceeds 39°c, The Unit Will Cut The Power To The Heater. Supplied With: Instructions For Assembly, Use And Maintenance In English: 1 X Installed And 2 X Spare Reusable Skin Temperature Sensors, Including Connection Cable And Plug. 1 X Spare Quartz/ceramic Heating Element Or The Same With Installed Heating Element. 2 X Spare Examination Light Bulbs. 1 X Set Of Spare Fuses, If Applicable. Accessories: A Durable Light Weight Cradle/crib And Mattress. Oxygen Regulator Including A Pressure Gauge, Flow Meter, Humidifier Bottle And All Required Tubing. Integrated Weighing Scale. Electrically Operated, Slow Suction Unit Including A Vacuum Regulator, Vacuum Gauge And Autoclavable Collection Jar. Electrical Height Adjustment. T-piece Resuscitator. Integrated Phototherapy Unit. Led Phototherapy Unit 36cm: 620-2800μw/c㎡. Led Phototherapy Unit 50cm: 400-1620μw/c㎡. Estimated Life Span: Eight Years. Includes Avr. Unit 3 600,000.00 26 Refrigerator (biological). Brand New. Product Specifications: External Dimension: W = 700-750 Mm D = 730-750 Mm H = 2000-2100 Mm. Inside Dimension: Useful Space On Top W = 600-620 Mm D = 550-570 Mm H = 500-550 Mm. Useful Space At The Bottom W = 590-610 Mm D = 540-560 Mm H = 500-550 Mm. Capacity: 600 L Temperature Range: Top 2°c To 20°c Bottom 2°c To 20°c. Optional: Other Temperature Ranges. Housing Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. With 4 Feet, Height Adjustable. Optional: Set Of 4 Casters, 2 With Brakes. Interior Space Inner Case Of Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. Cleaning Friendly By Rounded Corners, Slippery Surface In The Interior, Meets Highest Hygiene Requirements Insulation High Density Foamed-in-place Polyurethane, With A Thickness Of 60 Mm. Cfc-free. Circulation Air Cooling For Rapid And Uniform Temperature Control, Reducing Temperature Gradients To A Minimum. When The Door Is ""open"" The Circulating Fan Is Switched Off Automatically By A Micro Switch In Order To Prevent Warmer Ambient Air Being Drawn In. Door 2 Pcs. Three-layer Thermally Insulating Glass Door (arranged On Above The Other), Supplied As Standard With Right Hand Hinge, Also Available With Left Hand Hinge At No Extra Cost. Grease Resistant Magnetic Seal. Optional: With Door Lock. Interior Fittings 4 Pcs. Grating-type Shelves (dim.: 530x550 Mm), White Coated. Interior Lighting With Automatic On/off Micro Switch. Optional: Stainless Steel Shelves Or Stainless-steel Drawer Compartments, With 3 Lengthwise Dividers With Telescopic-type Guides On Rollers With Stops, Drawer Dimensions: 500x480x77 Mm (wxdxh) Usable With Between The Lengthwise Dividers: 106 Mm (lengthwise Dividers Easily Removable). Working Range 1 From 2°c To 20°c (assuming The Ambient Temperature Is Approximately 4°c Above The Set Point). Temperature Accuracy +/- 1,8°c After Stabilization (with 50% Of Loading). Acoustics Signal When The Set Value Is Undercut Or Exceeded Potential-free Connection Socket For Extern Alarm Refrigerating Unit 2 Pcs. Fully Hermetically Sealed, Forced Ventilation, Fitted On Vibration – Absorbing Mounts (ambient Temperature Max. 32°c), Low Noise (48dba/1m), Energy Saving Compressor With High Quality Vaporization System. Refrigerant: R 290 Or Equivalent Defrost Automatically With Thermal And Time Limit. Condensate Evaporation In Heated Tray. During The Defrost Period, The Temperature Inside The Cabinet (only The Air Temperature – Not The Stored Goods) Will Arise For A Short Time. Electrical Date: Power Supply220-230 V/50 Hz/single Phase Optional: 60 Hz. Power Input 2x 0,20 Kw. Fuse 16a. Power Cable: 2x 1,5 M. Packing Details (palletized) Dimensions: Approx. 85x98x224 Cm. Net Weight: 150-170 Kg. Gross Weight: 180-200 Kg. Include Avr. Unit 1 100,000.00 27 Rigid Video Procto-sigmoidoscope. Brand New. Product Specifications: Plastic Obturator. Video Camera. Stainless Steel Tube. Handle Of Polyacetal (delrin), Usb Male Connector. Analogue To Digital Converter Nozzle For Gas. Instrumentation Channel. Silicone Washer. Includes Universal Fiber Optic Light Source Machine And Tube Connector From The Proctoscope To The Light Source Machine. Warranty -6 Months From Delivery And Installation. Set 1 50,000.00 28 Stretcher, Transport Type. Brand New. Product Specifications: Hydraulic Stretcher. Numbers Of Function: Five-function. Certification: Ce, Fda, Iso13485. Size: 2000-2100 Mm (l)*770-800mm (w)*600-610/900-920mm (h). Height:600mm-930mm. Lowest Position-floor To Platform-580mm. Highest Position-floor To Platform-905mm. Side Rail Height Above Mattress Platform-340 To 360mm. Maximum Back Rest-0-80 Degrees. Maximum Knee Rest-0-30 Degrees. Maximum Trendelenburg Reverse Tr-0-16 Degrees. Mattress Size -1850-1880 X 650-670 X 80-90mm. Loading Capacity -up To 200 Kg. Side Rails: Collapsible Aluminum Alloy Side Rails. Bed Platform: X-ray Transparent. Specification: Ce, Fda, Iso. Other Features: 1. Central Brake System: Equipped With Four Brake Pedals On All Sides Of The Bed Make The Brakes At The Optimal Position Effectively Or Central Brake Pedal Located At Both Ends Of The Bed. 2. Multi-function Instrument Support: The Instrument Support Can Put The Monitor And Can Also Be Used As A Headboard To Prevent Accidental Slippage Of The Patient. 3. Push Handle: Reducing The Workload And Preventing The Injuries. 4. High Quality Mattress: Waterproof Cloth With The Smooth Surface Of The Mattress, Easy To Clean And Not Misplaced. 5. Large Diameter Wheel: Using The Imported 7 To 8-inch Silent Caster Make It Flexible And Durable. 6. The Fifth Wheel: The Fifth Wheel Can Provide A Smaller Radius Of Gyration. The Telescopic Collapse Design Can Slide Smoothly Even On The Rough Surface Or Obstacles Such As The Elevator Sill, Reducing Effectively The Damage Caused By Transport To Patients. 7. Plastic Coated Side Rails: The Side Rails With Stainless Steel Column Guardrail Covers Almost Entire Length Of Bed. 8. High-strength Carbon Steel Structure And Spray Procedure: The High Quality Carbon Steel And Robot Welding Guarantee The Mechanical Strength. The Spray Surface Treatment Is Easy To Clean And Guarantees A Longer Life Or Equivalent. 9. Rapid Lifting Hydraulics: The Imported Dual-pressure Lifting System Can Be Used To Quickly Lift The Bed Or The Push Handle For 2 Seconds In An Emergency, And The Bed Will Automatically Locate The Height To Form A Special Body Position Of The Patient. 10. X-ray Imaging: Equipped With X-ray Material Bed Surface And X Ray Cassette Holder, The Whole Body Can Be X-rayed. 11. With Oxygen Cylinder Holder. Warranty -1 Year From Delivery And Installation. Unit 18 5,400,000.00 29 Suction Machine. (heavy Duty). Brand New. Product Specifications: Floor, Standing Type. Oil-less Piston Suction Motor. Double Anti-overflow Protection (mechanical Float And Electronic Sensor). Flow Rate: 40-50 Liter Per Minute. Water Displacement. Vacuum -700-800mmhg. Includes 2x3 Liters Polycarbonate Collection Jar. Attach/detach Abs Plastic Cover Jar. Anti-bacterial And Hydrophobic Filter. Patented Anti-vibration System. Dimensions: 300-400mm X 380-420mm X 800-850mm (lxwxh). Weight -15-25 Kg. Equipped With Foot Switch. Power -250w. Power Requirement -ac 200, 50-60hz. Silicone Hose. Operation And Service Manual Included. Warranty Of 6 Months From Delivery And Installation. Includes Orientation And Training Of End-user Staff. Unit 2 600,000.00 30 Syringe Pump. Brand New. Product Specifications: With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Applicable Syringes (universal Compatibility To Various Brands): 10ml, 20ml, 30ml, 50ml/60ml, Accuracy: ±2% (mechanical ±1%). Flow Rate: 10ml: 0.1 Ml/h -300ml/h, 20ml: 0.1 Ml/h -600ml/h, 30ml: 0.1 Ml/h -900ml/h, 50ml: 0.1 Ml/h -1500ml/h. Bolus Rate: 10ml: 100-300ml/h (default 300ml), 20ml: 100-600ml/h (default 600ml), 30ml: 100-900ml/h (default 900ml), 50ml: 100-1500ml/h (default 1500ml). Purge Rate: 10ml: 300ml, 20ml: 600ml, 30ml: 900ml, 50 Ml: 1500ml. Volume To Be Infused: 0.1ml~1000ml. Injection Increment: 0.1ml. Infusion Mode: Rate Mode, Time Mode. Time Mode: Volume Limit: 0.1~999.9ml. Pre-set Time: 1min To 99h99min. Remaining Time: **h **min. Occlusion Pressure: 3 Adjustable Occlusion Pressure Settings: Low, Middle And High. Alarm Function: Infusion Completion, Near Completion, Empty, Occlusion, Low Battery, Syringe Disengaged, Incorrect Installation Of Syringe Plunger, No Ac Power Supply, Low Battery, Battery Exhausted, Malfunction Etc. Battery: Rechargeable Lithium Polymer Battery, 7.4v, 2100mah, Can Operate For More Than 3 Hours After Fully Charged At 25ml/h. Unit 5 300,000.00 Total 34,665,000.00 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier, Except For Line Items With Asterisk (*) Which Have Been Awarded By A Non-health Facility. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meet.google.com/deb-mcrk-wqm. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents January 16, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of February 5, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference January 24, 2024 (friday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids February 5, 2025 (wednesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of February 5, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital 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. For Further Information, Please Refer To: Mr. Jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Closing Date5 Feb 2025
Tender AmountPHP 34.6 Million (USD 592.9 K)
Western Visayas Sanitarium Doh Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Supply, Delivery And Installation Of Various Hospital Equipment Ib No. 2024-12-018-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery And Installation Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 34,665,000.00 The Contract (abc) Fund Source : Caf No. 2024-133-gf Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 34,665,000.00 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Electrical Machine. Brand New. Product Specifications: Combination Of Electrotherapy And Ultrasound; With 3 Independent Channels And Body Diagram Installed; Power Supply: Ac 100- 240 V, Number Of Channels: 3 Independent (2 For Electrotherapy, 1 For Ultrasound) Electrotherapy; Ten& Ems, Ultrasound Functions; Electrode Pads For Tens & Ems; Us Probe Head: Large And Small. Warranty -1 Year From Delivery And Installation. Unit 1 290,000.00 2 Hand Dynanometer. Brand New. Product Specifications: Hydraulic Adjustable Handle. Strength Can Be Viewed In Pounds Or Kilogram. Can Measure Up To 90kg (200lbs.). Durable Metal Gauge. Warranty –at Least 6 Months Upon Delivery And Installation. Unit 1 55,000.00 3 Parallel Bars. Brand New. Product Specifications: Adjustable And Foldable. Stainless Steel Bars And Steel Base. Height Adjust Within 26''-40''. Width -24''-36". Length Ranges: 7-10 Feet. Warranty -at Least 6 Months Upon Delivery And Installation Unit 1 50,000.00 4 Pulley System. Brand New. Product Specifications: Single Handle/dual Tower. Chest And Floor Height Mounted Handle. Easily Adjustable Handles. Wheelchair Accessible. Warranty –at Least 1 Year Upon Delivery And Installation. Unit 1 150,000.00 5 Pbx, Smart Hybrid. Brand New. Product Specifications: Designed For Telemedicine Use. Genuine And High Quality Brand. Pabx Built-in Extensions 16 Analog. At Least 2 Card Slots And 2 Slots Trunk Extension Card Switch System. Ability To Equip Sub-frame Ns-320; 12-32 Trunk Extensions. Sub-frame To Extend Pbx Ns300. Port Connected To The Main Frame. Dimensions: 40-45 X 35-36 X 86-90 Cms. Warranty –at Least 6 Months From Delivery And Installation * Unit 1 100,000.00 6 Uninterrupted Power Supply. Brand New. Products Specifications: Designed For Telemedicine Operation. 3000va. Output Power Capacity-3000va, Mount: 3u Rack Mountable. Nominal Output Voltage -230v. Dimensions: 20-22 X 19-20 X 5-6 Inches. Warranty –at Least 6 Months Upon Delivery And Installation. * Unit 1 400,000.00 7 Medical Waste Shredder. Brand New. Product Specifications: 20hp Motor Slow-speed And High Torque Dual Shaft Shredders, 5/16″ Wide Cutters, With Bearing Protection And Cleaning Fitters. Features: Efficiently Shred Syringes, Face Masks, Boxed Medical Waste, Pill Bottles, Etc., Available With A Split Cutting Chamber That Allows For Two Different Shred Widths Within One Shredder, The Manner Of In Feed And Output Are Also Divided. Includes Training And Certification, Warranty 1 Year Upon Installation Unit 1 350,000.00 8 Portable Multi-parameter Analyzer Flow Water Quality Testing. Brand New. Product Specifications: Measures Water Quality Parameter For Ph/ec/ise/do/temp. Mv/orp/px/resistivity/tds/sal./do Saturation. Features: Portable Device, Color High Contrast Lcd Touchscreen, Data Storage1000 Sets For Each Parameter, Support For Usb Communication, Ip65 Waterproof, Includes All Necessary Accessories And Consumables, Includes Training And Certification For Use, Warranty For 1 Year Upon Installation Unit 1 200,000.00 9 Water Purification System. Brand New. Product Specifications: 6000 Gdp Reverse Osmosis Machine. Up To 1200 Containers Per Day. Double U.s. Membrane. 2 Tanks 1000ltrs. For Raw & Product Water. At Least 28 Stages Of Water Filtration. To Include Piping Line From Water Station To Specified Areas Within The Health Facility. To Include Necessary. Building/structure For The Water Station. Service Warranty 1 Year After Delivery And Installation. To Include Service And User Training. Including Consumables: 50 Gallons Round Containers, 50 Gallons Slim Containers, 1 Sack Industrial Salt. * Unit 1 350,000.00 10 Anesthesia Machine With Cardiac Monitor. Brand New. Product Specifications: Main Gas Supply -oxygen, Air. Pin Index Supply System: Oxygen, Air. Ventilatior: With At Least Six (6) Ventilation Modes. Machine Must Be Able To Ventilate Patient Using The Preset Settings Provided By The End-user Even Presence Of Driving Gas Is Temporarily Unavailable. Ventilator Must Be Enclosed With Metal Casing To Prevent Entry Of Foreign Items Including Fluid. Ceramic Type Of Inspiratory And Expiratory Valve. Ventilator Must Have High Pressure Valve That Ensures Release Of Excess Pressure When Required. Ventilator Must Be Functional When Machine Is Connected Either Through Direct Power Supply Or Back Up Battery. Breathing System: The Volume Of The Compact Breathing System And Co2 Absorber Must Be 1.7l Excluding Hoses And Breathing Bag. Volume Of Co2 Absorber Reusable Canister Must Be 1.5l. With Bypass Valve Located In Breathing System Allowing Continuous Machine Operation While Changing Co2 Absorber. With Fresh-gas Decoupling Valve That Prevents Direct Entry Of Pressure In The Patient Airway When Pressing The O2 Flush Button, Peep And Pressure Limitation. With Breathing System That Can Be Detached From The Main Unit Without Tools Required. Breathing System Should Be Separated From The Main Unit With Mounting That Can Be Positioned From Any Direction Without Moving The Entire Anesthesia Machine. With Ceramic Type Of Inspiratory And Expiratory Valve. With Sample Gas Return Port. With Pup Off Pressure Release Valve Located At The Apl Valve. With Moisture Reduction System. Hot Steam Sterilization Can Be Carried Out At 134 ° C (273.2 ° F). With Heated Breathing System. Anesthesia Gas Supply Module: Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. O2 Flush (bypass): At 87 Psi (6 Kpa X 100): Max. 75 L/min At 41 Psi (2.8 Kpa X 100): Min. 25 L/min. With Metering Valve And Dual Flow Tubes For Fresh-gas. With Integrated O2 Monitoring Located In The Screen. Vaporizer: With Two (2) Selectatec Vaporizer Mounting. With One (1) Unit Sevoflurane And One (1) Unit Isoflurane Vaporizer. Vaporizer Must Have No Cloth Component Which Allows Item To Be Functional Immediately Even Transporting It In An Upside Down Position. Oxygen Sensor: With Oxygen Sensor That Measures Percentage Of Oxygen. Flow Sensor: With Constant Temperature Hot-wire Anemometer Flow Sensor. Must Be Located Within The Anesthesia Unit Distal To The Patient Area. Flow Sensor Must Be Reusable. Auxillary Low Flow Oxygen: With Integrated Low Flow Oxygen Supply For Mask And Nasal Cannula Application. Writing Table/drawers/mounting: With At Least 3 Drawers As Storage For Other Accessories. With A Retractable Writing Table That Can Hold At Least 10kgs. Advanced And Safety Features: Functional Even The Battery Is Completely Discharged, All Pneumatic Functions Continue To Be Available (apl Valve, Breathing Pressure Gauge, Cylinder And Pipeline Gauges, Fresh Gas And Agent Delivery, And O2, Air, Flow Meters).manual Or Spontaneous Ventilation Can Be Maintained During Power Failure And Discharged Of Battery. In Case Of No Power And Totally Discharged Battery, Machine Must Be Shifted Automatically From Ventilator Mode To Manual Mode Without Any Switch Or Button Required. Start-up Time Must Be Less Than 15 Seconds. Power Input Data: Power Supply: Rating Non-configurable 100 To 240 Vac, 50/60 Hz, 145 Va. Battery Operation Time: Up To 2 Hours, Minimum Of 45 Minutes. Parameters: Minimum Tidal Volume (vt) Required: 20 Ml. Breathing Frequency (rate): 4 To 60 Bpm (1/min). Inspiratory Pressure: Peep + 5 To 65 Cmh2o. Inspiratory Flow (inspflow): 10 To 75 L/min In Volume And Pressure Control Modes, 10 To 85 L/min In Pressure Support And Simv/ps Modes. Inspiration Pause: 0 To 50 %. Simv Inspiratory Time: 0.3 - 4.0 Sec. Positive End Expiratory Pressure: (peep) 0 To 20 Cmh2o. Inspiration/expiration Ratio: (ti:te) 4:1 To 1:4. Pressure Limiting: 70 Cmh2o. Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. Pressure Support Level: Peep + 3 To 20 Cmh2o. Min. Frequency For Apnoe-ventilation: (freq. Min.) 3 To 20 Bpm And “off”. Trigger Level: 2 To 15 L/min. Standard Accessories: One (1) Unit O2 Regulator, One (1) Unit Air Regulator, O2, Air Fittings And Hose Clamps, One (1) Unit Adult Anesthesia Circuit With 2l Bag. Biolight M12 Patient Monitor (basic Configuration). Technical Specification: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quick Volume And Brightness Adjustment. Support Quick Key, Able To Access Specific Functions Or Perform Operations Easily And Quickly. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Upgrade Lithium Battery, Battery Power Supply ≥480 Min. Ecg: Ecg Leads: 3/5 Leads, Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4,auto Gain, Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 10 To 300 Bpm, Ped/neo: 10 To 350 Bpm, Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American National Standard For Electronic Or Automated Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual, Auto, Stat, And Sequence. Sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have An Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin And/or Oral/rectal. If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours. Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function. Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews, Glasgow Coma Scale (gcs), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen. -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Accessories Included: 3/5 Lead Ecg Cable, 3/5 Lead Ecg Lead Wires, Adult Spo2 Sensor, Pediatric Spo2 Sensor, Temperature Probe Skin, Temperature Probe Oral/rectal, Nibp Cuff Adult, Nibp Cuff Pedia, Wall Mount / Trolley, One (1) Unit Pediatric Anesthesia Circuit With 1l Bag, Two (2) Units Power Adapter. Includes Avr Machine For Anesthesia Machine. Warranty -2 Years From Delivery, Installation, And Training/orientation. Unit 1 3,300,000.00 11 Cardiac Monitor With Capnograph. Brand New. Product Specifications: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quickly Volume And Brightness Adjustment By Gestures Operate. Support Quick Key, Can Easily And Quickly Access Some Functions Or Perform Operations. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Size Must Be: At Least 175mm X 320mm X262mm. With Auto Speech Recognition Module Implements The Voice Interaction With The Patient Monitor. Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Up-grade Lithium Battery Power Supply ≥480min. Ecg: 5 Leads Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4, Auto Gain. Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 15 To 300 Bpm, Ped/neo: 10 To 350 Bpm. Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American. National Standard For Electronic Or Automated. Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami. Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual,auto, Stat, And Sequence,sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have A Dual Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin Or Oral If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Ibp: Support 2-channel Ibp Measurement Range: -50mmhg~+350mmhg. Types Of Measuring Blood Vessels: Arterial Pressure (art), Pulmonary Artery Pressure (pa), Central Venous Pressure (cvp), Right Atrial Pressure (rap), Left Atrial Pressure (lap), Intracranial Pressure (icp); Pulmonary Artery Wedge Pressure (pawp); Cerebral Perfusion Pressure (cpp). The Monitor Will Calculate The Ppv Based On Any Arterial Pressure Value Between Heartbeats. Etco2: Measuring Range: Etco 2 0 To 150 Mmhg. Fico: 3 To 50 Mmhg. Awrr: 0 To 150 Rpm (mainstream). Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. The Upper/lower Limits Of Alarms Can Be Configured Via Networking From The Central. The Alarms At Bedside Can Be Paused Or Muted Via Networking From The Central. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews), Glasgow Coma Scale (gcs ), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem -all-in-one Monitoring Adult, Children, And Newborn Patients. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Warranty -1 Year From Delivery And Installation. Unit 2 500,000.00 12 Ceasarian Instrument Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Scalpel Handle #3 With Measure 125mm, 1 Pc. Scalpel Handle #4 135mm, 1 Pc. Tc Metzenbaum Scissors Cvd 180mm, 1 Pc. Lexer Scissors Narr Str 165mm, 1 Pc. Mayo-lexer Scissors Cvd 165mm, 1 Pc. Lister Bandage Scissors Hvy 180mm, 1 Pc. Standard Forceps Serr 160mm, 1 Pc. Standard Tissue Forceps 1x2 160mm, 5 Pcs. Lorna Towel Clamp Non-perf 130mm, 6 Pcs. Halsted-mosquito Forceps Delstr125mm, 6 Pcs. Halsted-mosquito Forceps Del Cvd125mm, 2 Pcs. Kelly Forceps Del Str 140mm, 6 Pcs Moynihan Hemostatic Forceps, Crv, 150mm, 1 Pc. Tc Mayo-hegar Ndlholderhvyserr150mm, 1 Pc. Tc Hegar Needle Holder Hvy-serr 205mm, 1 Pc. Us-army Retrac.26x15/43x15-23x15/40x15, 1 Pc. Richardson-eastman Bt471rbt472r, 6 Pcs. Boys-allis Forceps 5x6 155mm, 2 Pcs. Kidney Tray Stainless Steel 250mm, 1 Pc. Bottom For 3/4 Container Height:135 Mm, 1 Pc. Primeline Pro 3/4 Lid Red, 1 Pc. 3/4 Size Perf Basket 406x253x76mm, 1 Pc. Silicone Basket Liner 3/4 Size, 1 Pc.mayo Safety Pin F/ring-hdl Inst 140mm, 1 Pc. Ident. Label Up To 13 Letters Red. Warranty –at Least Eat 1 Year From Delivery. Set 2 1,520,000.00 13 Chemical Analyzer. Brand New. Product Specifications: Combined Instrument With Two Complementary Technologies: Raman Spectroscopy And Colorimetric Detection Confirmatory Testing: One Instrument Capable Of Confirmatory Testing Using Two Technologies Including 1) Swgdrug Category A Technique For Presumptive Testing, And 2) Swgdrug Category C Technique For Confirmatory Testing Safety Of Features For Measuring Energetic Samples: Trace Detection Testing For Energetics Without Need For Opening The Container Nor Inducing Laser Light To The Sample, Scan Delay Timer: 15 Sec – 10 Min Sample Size: Able To Detect / Identify Samples From 1 Microgram Traces To Large Bulk Samples Materials Covered: Common Raman Substances, Explosives, Narcotics, Cwas, Tics, Tims, Precursors, Common Chemicals, Fluorescent Materials Not Covered By 785nm Raman: E.g. Colored Materials, Heroin, Colored Mdma Pills, Oils, Npss, Etc., Low Concentration Materials Not Covered By Any Raman Instruments: Lsd, Thc, Magic Mushrooms, Gunpowder, Etc. Raman Excitation Wavelength: 1064nm Minimizes Fluorescence Effects: Allows For Direct Analysis Of Colored/impure Chemicals Through Colored Packaging. Spectral Wavelength Range 200 – 2500 Cm-1 Portability Power: Small Handheld Device, Optimized For One Handed Operation. , 18.5cm-20cm (l) X 15cm-20cm (w) X 7.9cm-10cm (h), 3.65lbs-5lbs (1.65 Kg-2.27kg)., Quantity 2 Lithium Ion Rechargeable Batteries With Battery Life Of More Than 6 Hours Per Charge Per Battery. Cr123a Rechargable Batteries Can Be Used. Including Spare 2 Lithium-ion Battery. Ruggedness Decontamination: Us Mil-std 810g Designed Rugged., Ip 68 Rated For Use In Varying Environmental Conditions And For Complete Decontamination. Operational Temperature Range: Unit Can Be Operated In -20°c To +50°c Temperatures., Withstands Temperature Fluctuations And Humidity Fluctuations. Rapid Start-up Rapid Results: 60 Seconds From Power On To Analysis., Analysis Results In Less Than One Minute. Operational Mode Options: Raman Analysis And Colorimetric Analysis Oraman: • Auto-collect Adjusts Raman Settings Automatically Optimizes Use For Routine Operations • Advanced User Adjustable Raman Settings For Advanced Operators And Custom Library Build: • Laser Power Level 30-490 Mw Adjustable In 5 Mw Increments Exposure Time 5ms To 30s In Increments • Custom Applications Optimize Raman Analysis Parameters Specific To Material Type Ocolorimetrics: • Pouches Including Both Swipes And Colorimetric Chemicals In One Pouch • Pouches For Explosives And Narcotics • General Pouches For Detecting A Wide Range Of Explosives Or Narcotics • Specific Pouches For One Explosive/narcotic Substance Or Substance Group Easy Raman Operation: • Scans In Direct Contact And Through Translucent Plastic Or Glass Containers. • Universal Sample Holder For Analysis Of Samples In Varying Forms And Packaging. • Smartphone Like Touch-screen Interface Or Large Button Activation. • User Prompted Step-by-step Onscreen Analysis Activation. • Typically, 4 Button Presses To Receive Analysis Result. • Onboard System Status Monitoring And Calibration. Reduces Down-time And Necessity For Re-calibration At A Service Depot Analytical Performance: • Liquids, Solids, Powders, Pastes, Gels, Invisible Traces. • Colored Substances And Substances Found In Colored Translucent Packaging. These Types Of Substances Are Most Often Encountered In Real-world Samples. • Comparative Spectral Analysis Overlay Easily Performed Onboard. • User Adjustable Focus Ensures Analysis Of Material And Not The Packaging. • 4c Software Automatically Monitors Results For Combinations Of Precursors Used In Threat, Drug Manufacturing, And Other Recipes. Users Receive Onscreen Alert To Potential Threat Or Clandestine Drug Manufacturing Activity. Library: Raman: • Over 12,000 Substances. • Resq Library Includes The Latest Explosives, Precursors, Cwas, Tics/tims, Narcotics And Psychotropic Drugs, Steroids, Cutting Agents, Pharmaceuticals, Diluents And Pesticides. • Easily Expandable To Add Emerging Threats And Other Substances. • Fleet Management And Library Transfer To Units In The Field. • 4c Library With Explosive, Drug Manufacturing And Other Types Of Threat Manufacturing Recipes. • Library Updates Provided More Than Once A Year Colorimetrics: • General Narcotics Pouches: Multi Drug Test Incl. Fentanyl, Special Opiate Pouch, Cannabinoids • General Explosives Pouches: Chlorates/perchlorates, General Explosives • Specific Pouches: Cocaine, Ephedrine, Heroin, Ketamine, Lsd, Meth/mdma, Mushrooms, Opiates, Pcp, Thc, Ghb Evidence Documentation Traceability: • Onboard 5mp Camera Captures Image Of Sample And Surroundings, As Well As Colorimetric Swab. • Image(s) Stored Along With Analysis Results In Tamper-resistant File. All Analysis Results Are Traceable And Include Unique Date, Time And Serial Number Stamp. • Ability To Activate Password Protect Operator Log-in. Record Of User Associated Activity Stored Onboard And Cannot Be Deleted. Data Access And Transfer Reporting: • View Results In Real Time On Cell Phone Or Tablet, Computer Or Laptop (pc, Ios, Android, Linux) Via Wifi (can Be Disabled). • Exportable Data In Numerous File Formats. • Data Access And Transfer On Computer Or Laptop Via Usb And Wifi (can Be Disabled). • Easy Report Generation. Customer Support Package: • 24/7/ 365 Days Reachback Service For The Life Of The Unit. • Library Updates Provided For The Life Of The Unit. • Software Updates Provided For The Life Of The Unit. • Support: Online, Phone, Email, And In Some Cases Text Message For The Life Of The Unit Cql Complete Package: • Rugged Shipping Case With Custom Foam Insert. • Qty 2 Rechargeable Lithium-ion Batteries. • Cr123a Battery Cartridge (does Not Include Cr123a Batteries). • External Battery Charger. • Ac Power Supply. • Adjustable Base Adaptor. • Universal Sample Holder. • Certified Benzonitrile Performance Verification And Calibration Standard. • Flash Drive Containing User Manual And Supporting Documentation. • Quick Start Guide. • Usb-c To Usb-a Data Transfer Cable. • 1064nm Laser Test Card. • Including Hand Strap And Wrist Strap. . Training: • Comprehensive Onsite Training For An Unlimited Number Of Users. Add-on Accessories And Software: • Periscope Adaptor. • Vial Holder. • Bottle Adaptor. • Integrated Quickdetect Automated Colorimetrics • Detect Trace Quantities Of Non-visible Residues Left On Surfaces: • Explosives And Explosive Precursors • Narcotics Standard Requirements: • Bidder’s Certificate That Will Provide Manual In English Language (2 Copies Of Operator's/user's Manual And 2 Copies Of Service/technical And Maintenance Manual) Upon Delivery. • Brochure/sales Literature. Training Requirements: • Bidder’s Certificate That Will Conduct Free Technical Training And Product Demo For The End-user/s And In-house Biomed On Equipment Operation And On Maintenance Of Equipment. • After Sales Service: Bidder’s Certificate That Parts Shall Be Available At The Authorized Philippine Service Center/s For A Period Of Five (5) Years After The Warranty Period. • Certification From Local Distributor On The Availability Of Service Technicians And/or Biomedical Engineers In Case Of Equipment Breakdown. Preventive Maintenance - • Bidder’s Certificate Free Quarterly Preventive Maintenance During The Warranty Period With Preventive Maintenance Plan. Warranty Certificate: • Warranty Certificate Minimum Of Five (5) Years For Service And Three (3) Years For Parts. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. • Calibration: With Certificate Of Calibration Upon Delivery. The Bidder Must Be Iso 9001 And The Manufacturer Should Be Iso 13485 Certified Unit 1 6,900,000.00 14 Common Bile Duct Exploration Supplement Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Randall Kidney-stone Frcpsslt-cvd225mm, 1 Pc. Randall Kidney-stone Forceps Cvd225mm, 1 Pc. Randall Kidney-stone Frcpshvy-cvd225mm, 1 Pc. Randall Kidney-stone Frcps U-cvd225mm, 1 Pc. Bakes Bile-duct Dilator 1mm, Bakes Bile-duct Dilator 2mm, 1 Pc. Bakes Bile-duct Dilator 3mm, 1 Pc. Bakes Bile-duct Dilator 4mm, 1 Pc. Bakes Bile-duct Dilator 5mm, 1 Pc. Bakes Bile-duct Dilator 6mm, 1 Pc. Bakes Bile-duct Dilator 7mm, 1 Pc. Bakes Bile-duct Dilator 8mm, 1 Pc. Bakes Bile-duct Dilator 9mm, 1 Pc. Bakes Bile-duct Dilator 1mm, 1 Pc. Randall Kidney-stone Forcepscvd190mm, 1 Pc. Randall Kidney-stone Fcpshvy-cvd190mm, 1 Pc. Bottom For 1/2 Container Height:135mm, 1 Pc. Prime Line Pro 1/2 Lid Green, 1 Pc. 1/2 Size Perf Basket 243x253x76mm, 1 Pc. Identification Label Green. Set 1 590,000.00 15 Defibrillator. Brand New. Product Specifications: General Features: 7-10 Inch Lcd Display, Maximum Of 3 Waveforms. High Contrast Display Mode For Bright Environments. Ambulance-ready, Rugged Casting: Ip44, Impact Test Of 0.75m. Output Energy: 1-360j. Charge Times Of <3s T O200j, <7s To 360j. Auto-volt With Smart Charging. Lithium-ion Battery Supports To 6 Hours Monitoring/200 Shocks @360j/ 4.5 Hours Pacing, With Built-in Led Power Level Indicator. Lightweight At 4-5kg., Full Configuration, Main Unit. Automatically Switch Defibrillator Energy, Cpr Prompts, And Alarm Limits Depending On Patient Type. Display Ecg During Aed Mode. Ecg Recovery Within 2.5s Or Less. Contact Status Can Be Checked Through Paddle And Monitor, Impedance Value Can Be Checked In Monitor. Auto-testing Includes Maximum Energy Discharge Test. Parameters: 3/5 Lead Ecg, Pacer. Includes: Thermal Recorder, External Paddle Kits, Ecg Cable And Lead Wires, Ecg Electrode, Multifunction Electrode Pad. Printer Paper, Electrode Gel, Power Cord, Lithium-ion Battery. Unit 5 1,500,000.00 16 Dish Sterilizer. Brand New. Product Specifications: − High Light Led Display, − With Special Boiler Temperature Drainage Settings, − Washing (non-recycling) Parameters Can Be Set Free And With Control Memory Function, − Can Meet Different Washing Demand, − Self - Research Internal Water Softener, − Double Construction Design For Top Cover, − Power: 380v/50hz, − Basket Dimension : 500x500mm, − Washing Ability : At Least 60 Basket / H, − Rinse Water Quantity : 3 L/h, − Inlet Height :400-430mm, − Machine Dimension : 800-850x800-820x1450-1500mm, − Rated Power : 14.75kw, − Gross Weight : 140-150, − Net Weight : 100-110, − Packing Size : 890-900x900-910x1630-1700mm. Warranty Period- Within 1 Year Upon Delivery And Installation To Cover Parts (excluding Wearable Parts) And Service With Preventive Maintenance Every 6 Months Within 2 Years Period. Provides Orientation And Training To End-user Representative.* Unit 1 500,000.00 17 Electrocardiography Machine (ecg) Brand New. Product Specifications. High Resolution Lcd Touch Screen, 320-330x240-250vivid Waveform Display. 12 Leads Ecg Resolution Thermal Printer. Built-in Rechargeable Li-ion Battery, Ac/dc Power Supply. Anti-defibrillator And Pace Maker Detection. Complete Digital Filtering, Resisting Baseline Drift, Automatic Baseline Adjustment. Automatic Ecg Measurement And Interpretation. Large Patient Data Storage; 150 Cases, Equipped With Usb Port For Data Transfer. Three (30 Printing Formats (auto, Manual And Rhythm) Selectable. 1/2/3 Channel Ecg Waveform And Rhythm Leads Record Out. Lead Status Diagram Display. Unit 4 200,000.00 18 Electrosurgical Dessicator Machine. Brand New. Product Specifications: Use For Removal Of Lesions, Warts, Skin Tags, And Other Blemishes Easily With Minimally-invasive Treatment. For Superficial Treatments, Safe To Use Around The Eye And Nose Area. Includes Re-usable Pen And Tips. Unit Specifications: Depth:4-5 Inches, Width:8-9 Inches, Height:7-8 Inches, Weight:6-8 Pounds, Output Power -low At 0-20watts (1/10 Watt Increments Up To 10 Watts), High At 0-35 Watts, Bipolar: 0-35 Watts. Offers Hand-or-foot Activated Operation. Autoclavable, Reusable Hand Control Pencil With Power Adjustment Buttons. Pencils Are Designed With Non-spinning Hex Collar For Multi-positional Fall-safe Blade Locking. Equipped With Mobile Stand. Includes Consumables.warranty-6 Months From Delivery And Installation. Set 1 100,000.00 19 Fetal Maternal Monitoring System: Brand New. Product Specifications: Foldable Screen. Probe Rack And Wall Mounting Rack. Handle For Easy Carrying. User-friendly Gui With 3 Display Modes. Four (4) Optional Color Background. Capable Of 24 Hours Ctg Storage. Fast Print For Store Traces. "smart Notes" Annotation. Signals Overlap Verification. Real-time And Offline Data Transmission To Pc. 10-12 Inch Color Touch Screen. Excellent Algorithm. 12-crystal And 1 Mhz Water-proof Transducer For Accurate Detection. Configuration: Dual-fhr, Toco, Fm, Afm, Mecg, Nibp, Mspo2, Temp. Includes: 3 Each Belt, 1 Each Event Marker, 1 Bottle Ultrasound Gel, 1 Ea. Fhr Transducer, Purple, 1 Each Transducer, Yellow, 1 Each Spo2 Sensor, Adult, 1 Each Temperature Probe, Skin, 1 Each Toco Probe, 1 Each Nibp Cuff, Adult, 1 Each Nibp Tube, Adult. Unit 3 1,110,000.00 20 Infusion Pump. Brand New. Product Specifications: Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h, Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min With Optional Drip Sensor, Screen: 2.7 Inches B/w Lcd, Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Universal Compatibility, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Unit 4 320,000.00 21 Laboratory Oven. Brand New. Product Specifications: Working Temperature Range At Least 5 Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Setting Temperature Range +20 To +300°c; Temperature Sensor 1 Pt100 Sensor Din Class A In 4-wire-circuit. Control Cockpit Single Display. Adaptive Multifunctional Digital Pid-microprocessor Controller With High-definition Tft-colour Display; Timer Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days; Adjustable Parameters: Temperature (celsius Or Fahrenheit), Air Flap Position, Programme Time; Ventilation: Natural Convection, Vent Connection With Restrictor Flap; Works Calibration Certificate : Calibration At +160°c; Door Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Internals 1 Stainless Steel Grid(s), Electro Polished; Stainless Steel Interior; Interior Easy-to-clean Interior, Made Of Stainless Steel, Reinforced By Deep Drawn Ribbing With Integrated And Protected Large-area Heating On Four Sides; Volume 32 L; Dimensions W(a) X H(b) X D(c): 400 X 320 X 250 Mm; Max. Number Of Internals: 3; Max. Loading Of Chamber 60 Kg; Max. Loading Per Internal 20 Kg; With Free Power Back-up System, With Free Installation And Demonstration. Unit 1 130,000.00 22 Newborn Hearing Screening Test Equipment. Brand New. Product Specifications: • Capable Of Screening And Diagnostic Testing With Te And / Or Dpoae. • Fast Automatic Test With Pass / Refer And Graphical Test Result Display. • Direct Evaluation Via Value And Bar Diagram. • Up To 12 Frequencies Displayed Within The Device, Dp Up To 12 Khz. • 5 Dp / 2 Te Protocols With User Customizable Parameters (diagnostic Version). • High Noise Immunity For Operation In Normal Clinical Environment. • Lightweight, Small Ear Probe. • Environmentally Friendly Due To Long Life, Rechargeable Battery. • Bluetooth Communication To Optional Printer And Pc • Evaluation Of Results In Pc. Screener With At Least 4 Frequency Dpoae Testing Protocols. • Qualified Protocols Built Into The Device. • 4 Dpoae Test Frequencies Reported. • Integration To State Tracking Systems, Hi-track Or Oz. Diagnostic With Up To 12 Frequency Dpoae Testing Protocols. • 1.5 To 12 Khz Frequency Range With Up To 12 Test Frequencies Reported. • Customizable Test Protocols Teoae Available As An Upgradeable Option. Measurement Type: Distortion Product Otoacoustic Emissions (dpoae) Transient Evoked Otoacoustic Emissions (teoae). Frequency Range: Screener Version: Dpoae: 2.0 Khz To 5.0 Khz Teoae: 1.5 Khz To 4.0 Khz. Diagnostic Version: Dpoae: 1.5 Khz To 12.0 Khz Teoae: 0.7 Khz To 4.0 Khz. Stimulus Intensity Range: Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Microphone System Noise: -20 Db Spl @ 2 Khz (1 Hz Bandwidth)/ -13 Db Spl @ 1 Khz (1 Hz Bandwidth). Dimensions And Weight (unit): 2.5 To 3” W X 1.2 To 1.8” D X 5.5 To 6.5” H 6.2 To 6.8 Oz. Power Supply: Lithium-ion Rechargeable. Battery Life: 1000 Tests Per Charge, Minimum 15 Hours On-time. Connectors/ Communications: Integrated Usb Communication Capability For Battery Charging And Communication With Pc-based Database Programs Or An Optional Printer. Hdmi Connector For Connection To The Micro-probe. Integrated Bluetooth Class 2 + Edr With Spp. Protocol For Communication With Optional Printer. Standard Accessories: Micro-probe, Box Of Single Use Ear Tip And Ear Tip Remover, Package Of Probe Tubes, Micro-usb Power Supply For Charging Lithium Ion-battery, Pc Database Software With Manual, Micro B To A Usb Cable For Pc Communicator/charging, Protective Carrying Case, Data Management Tool That Provides The Ability To Transfer Patient. Oae Test Data From The Testing Device To A Pc For The Purposes Of Viewing, Archiving, Managing And Printing Oae Reports. Using The Database Also Gives You The Means To Create Letter Sized, Detailed Reports That Can Be Easily Filed Or Faxed. You Can Also Create A “paperless” Office By Saving The Test Results As A Pdf For Electronic Filing Or Email. Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Includes Ups. Warranty –at Least 1 Year After Delivery And Installation. Unit 1 1,000,000.00 23 Operating Room Lights. Brand New. Product Specifications: Dual Head- Ceiling Type. Major Operating Room Light Multi-color. Merging Of Light Fields, Light Intensity Control. Comfortable Display Of Key-pad On Major Lighting Head. Back Light Key Pad Display. Depth And Merging Light Field Should Be Operated At The Sterilizable Handle. Cool Light Temperature Increasing In Head Area: 0.5 ºc. 360° Continuous Rotation Around All Major Joints. Anti-bacterial Coating Head. - Light Head Diameter: 66cm. Ideal Laminar Flow Ceiling System. With Endo Mode: Must Be Color Green Light. Main Light Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 160,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 19-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. - Adjusting The Shadow Activating Via The Touch Panel. - Maximum Of Four Groups Of Lenses Are Dimmed Simultaneously. Shadow Management System. Number Of Led’s: 99 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Laser Pointer On Head (main Light Head Only). Lf-index Leenemann: 26. Lf-index Oostlander: 28. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82 - 92watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 18.5 Kg. Protection Type Lamp Head: Iec60529. - Aluminum Housing. Satellite Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 140,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 18-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. Number Of Led’s: 69 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82-92 Watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 17.9 Kg Minimum. - Aluminum Housing. Protection Type Lamp Head: Iec60529. Standard Accessories: - Sterilized Handle: 2 Pcs/ Lamp Head, - Ceiling Anchorage Ring With Screws, - Spring Arm, - Ceiling Cover, Including Installation Of Brackets To Embed Overhead Ceiling- User Manual, - Ups. Warranty Of Two (2) Years For Parts And Labor With Free Preventive Maintenance Every Quarter Within Warranty Period Five (5) Years Warranty For Led Bulb Only. Unit 1 2,500,000.00 24 Operating Room Table (motorized). Brand New. Product Specifications: Total Length: 2000-2100 Mm. Width Including Side Rails: 600-630 Mm. Mattress Width: 550-570 Mm. Total Weight: 200-210 Kg. Safe Working Load (swl): Up To 250 Kg. Height Adjustment Range: From 595 Up To 1005 Mm. Castors: Four Ø 120-125 Mm Central Locking Twin Castors. Head Section: -58° ... +37°, 135 Mm. Back Section: -10° ... +70°. Leg Section: -80° ... +10°. Lateral Tilt: 20° / 20°. Trendelenburg/anti-trendelenburg: 30° / 20°. Sliding Tabletop For C-arm Function: 300-320 Mm. Flex / Reflex: 220° / 120°. Electrical System: 24 Vdc, Battery Operated, 100 - 240 Vac, 50/60 Hz. Controls: Hand Control And Integrated Control Panel On The Column. Memory Positions: Four Programmable Positions. Visco-elastic Mattresses. Radio Lucent Tabletop For X-ray. Accessories For General Surgery: 1. Arm Rest, 2. Anesthesia Frame With Clamp And, 3. Attachment Clamp. Transport And Storage Conditions: Temperature 7 10° C + 50° C. Relative Humidity 10 %, 85 %. Air Pressure 700 Hpa, 1060 Hpa. Operating Condition: Temperature +10° C, + 40° C. Relative Humidity 30 %, 75 %. Air Pressure 700 Hpa 1060 Hpa. Side Rail Accessories: 25 X 10mm. Warranty-1 Year From Delivery And Installation. Certificate Of Parts Available In The Next 5 Years. Includes Training To End-user. Includes Product Manual. Unit 2 5,500,000.00 25 Radiant Warmer With Phototherapy Units. Brand New. Product Specifications: Fixed Height Radiant Warmer, Mounted On A Column. The Unit Is Supported By A T-shaped Sturdy And Stable Wheeled Base. Bases Is Provided With A Minimum Three (3) Anti-static Swivel Casters. At Least Two (2) Of The Casters Are Equipped With Brakes. The Base Is Equipped With A Side Handle/rail For Easy Positioning. The Design Of The Base Is Suitable To Be Fitted Over Standard Cradles, Cribs, And Bassinets. Overhead Radiant Heater At A Fixed Height Of 1.80-2.0m. Radiant Heating Is Achieved By Quartz/ceramic Elements, Placed In A Parabolic Reflector. The Radiator Is Equipped With A Safety Grid. The Unit Support Three (3) Modes: Pre-heating, Manual And Servo Mode. The Unit Allows For Instant Switching Been The Different Operating Modes. The Minimum Skin Temperature Setting Range Is 32°c To 37°c. The Resolution Of The Temperature Is: ± 0.5°c Or Better. In Manual And Pre-heating Modes Heating Settings Allow For A Range Of 0 – 100%. Led Spotlight(s) For Examination Are Integrated In The Overhead Radiant Heater, The Angle Of The Overhead Light Is Adjustable. Warm-up Time < 30 Min To 25°c. Power Requirements: 1 Ph, 100 - 240 Volts - 50/60 Hz 900 To 1300va (with Ups And Avr). Display Features: The Display Panel Is Integrated In The Column For Visualizing Working Parameters And Alarms. The Display Indicates: - The Current Active Mode: Pre-heating, Manual Or Servo, - The Current Heating Power In Percentages, - The Current Pre-set Temperature, - The Current Actual Skin Temperature, - The Current Air Temperature. The Unit Is Equipped With A Self-check Feature. Alarm And Safety Features: Alarms Are Audible And Visible. Alarms Indicating: - Sensor Disconnection Or Malfunction. - Power Failure. - Skin Temperature, After Stabilizing, Varying Beyond 0.5° To 1°c From Set-point. - 10 To 15 Minutes After Manual Mode Has Been Engaged An Audible Alarm Will Sound. In Addition, The Unit Will Either Reduce Or Cut The Power To The Heater. In Skin Mode, When The Temperature Exceeds 39°c, The Unit Will Cut The Power To The Heater. Supplied With: Instructions For Assembly, Use And Maintenance In English: 1 X Installed And 2 X Spare Reusable Skin Temperature Sensors, Including Connection Cable And Plug. 1 X Spare Quartz/ceramic Heating Element Or The Same With Installed Heating Element. 2 X Spare Examination Light Bulbs. 1 X Set Of Spare Fuses, If Applicable. Accessories: A Durable Light Weight Cradle/crib And Mattress. Oxygen Regulator Including A Pressure Gauge, Flow Meter, Humidifier Bottle And All Required Tubing. Integrated Weighing Scale. Electrically Operated, Slow Suction Unit Including A Vacuum Regulator, Vacuum Gauge And Autoclavable Collection Jar. Electrical Height Adjustment. T-piece Resuscitator. Integrated Phototherapy Unit. Led Phototherapy Unit 36cm: 620-2800μw/c㎡. Led Phototherapy Unit 50cm: 400-1620μw/c㎡. Estimated Life Span: Eight Years. Includes Avr. Unit 3 600,000.00 26 Refrigerator (biological). Brand New. Product Specifications: External Dimension: W = 700-750 Mm D = 730-750 Mm H = 2000-2100 Mm. Inside Dimension: Useful Space On Top W = 600-620 Mm D = 550-570 Mm H = 500-550 Mm. Useful Space At The Bottom W = 590-610 Mm D = 540-560 Mm H = 500-550 Mm. Capacity: 600 L Temperature Range: Top 2°c To 20°c Bottom 2°c To 20°c. Optional: Other Temperature Ranges. Housing Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. With 4 Feet, Height Adjustable. Optional: Set Of 4 Casters, 2 With Brakes. Interior Space Inner Case Of Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. Cleaning Friendly By Rounded Corners, Slippery Surface In The Interior, Meets Highest Hygiene Requirements Insulation High Density Foamed-in-place Polyurethane, With A Thickness Of 60 Mm. Cfc-free. Circulation Air Cooling For Rapid And Uniform Temperature Control, Reducing Temperature Gradients To A Minimum. When The Door Is ""open"" The Circulating Fan Is Switched Off Automatically By A Micro Switch In Order To Prevent Warmer Ambient Air Being Drawn In. Door 2 Pcs. Three-layer Thermally Insulating Glass Door (arranged On Above The Other), Supplied As Standard With Right Hand Hinge, Also Available With Left Hand Hinge At No Extra Cost. Grease Resistant Magnetic Seal. Optional: With Door Lock. Interior Fittings 4 Pcs. Grating-type Shelves (dim.: 530x550 Mm), White Coated. Interior Lighting With Automatic On/off Micro Switch. Optional: Stainless Steel Shelves Or Stainless-steel Drawer Compartments, With 3 Lengthwise Dividers With Telescopic-type Guides On Rollers With Stops, Drawer Dimensions: 500x480x77 Mm (wxdxh) Usable With Between The Lengthwise Dividers: 106 Mm (lengthwise Dividers Easily Removable). Working Range 1 From 2°c To 20°c (assuming The Ambient Temperature Is Approximately 4°c Above The Set Point). Temperature Accuracy +/- 1,8°c After Stabilization (with 50% Of Loading). Acoustics Signal When The Set Value Is Undercut Or Exceeded Potential-free Connection Socket For Extern Alarm Refrigerating Unit 2 Pcs. Fully Hermetically Sealed, Forced Ventilation, Fitted On Vibration – Absorbing Mounts (ambient Temperature Max. 32°c), Low Noise (48dba/1m), Energy Saving Compressor With High Quality Vaporization System. Refrigerant: R 290 Or Equivalent Defrost Automatically With Thermal And Time Limit. Condensate Evaporation In Heated Tray. During The Defrost Period, The Temperature Inside The Cabinet (only The Air Temperature – Not The Stored Goods) Will Arise For A Short Time. Electrical Date: Power Supply220-230 V/50 Hz/single Phase Optional: 60 Hz. Power Input 2x 0,20 Kw. Fuse 16a. Power Cable: 2x 1,5 M. Packing Details (palletized) Dimensions: Approx. 85x98x224 Cm. Net Weight: 150-170 Kg. Gross Weight: 180-200 Kg. Include Avr. Unit 1 100,000.00 27 Rigid Video Procto-sigmoidoscope. Brand New. Product Specifications: Plastic Obturator. Video Camera. Stainless Steel Tube. Handle Of Polyacetal (delrin), Usb Male Connector. Analogue To Digital Converter Nozzle For Gas. Instrumentation Channel. Silicone Washer. Includes Universal Fiber Optic Light Source Machine And Tube Connector From The Proctoscope To The Light Source Machine. Warranty -6 Months From Delivery And Installation. Set 1 50,000.00 28 Stretcher, Transport Type. Brand New. Product Specifications: Hydraulic Stretcher. Numbers Of Function: Five-function. Certification: Ce, Fda, Iso13485. Size: 2000-2100 Mm (l)*770-800mm (w)*600-610/900-920mm (h). Height:600mm-930mm. Lowest Position-floor To Platform-580mm. Highest Position-floor To Platform-905mm. Side Rail Height Above Mattress Platform-340 To 360mm. Maximum Back Rest-0-80 Degrees. Maximum Knee Rest-0-30 Degrees. Maximum Trendelenburg Reverse Tr-0-16 Degrees. Mattress Size -1850-1880 X 650-670 X 80-90mm. Loading Capacity -up To 200 Kg. Side Rails: Collapsible Aluminum Alloy Side Rails. Bed Platform: X-ray Transparent. Specification: Ce, Fda, Iso. Other Features: 1. Central Brake System: Equipped With Four Brake Pedals On All Sides Of The Bed Make The Brakes At The Optimal Position Effectively. 2. Multi-function Instrument Support: The Instrument Support Can Put The Monitor And Can Also Be Used As A Headboard To Prevent Accidental Slippage Of The Patient. 3. Push Handle: Reducing The Workload And Preventing The Injuries. 4. High Quality Mattress: The European Standard Waterproof Cloth With The Smooth Surface Of The Mattress, Easy To Clean And Not Misplaced. 5. Large Diameter Wheel: Using The Imported 8-inch Silent Caster Make It Flexible And Durable. 6. The Fifth Wheel: The Fifth Wheel Can Provide A Smaller Radius Of Gyration. The Telescopic Collapse Design Can Slide Smoothly Even On The Rough Surface Or Obstacles Such As The Elevator Sill, Reducing Effectively The Damage Caused By Transport To Patients. 7. Plastic Coated Side Rails: The Side Rails With Stainless Steel Column Guardrail Covers Almost Entire Length Of Bed. 8. High-strength Carbon Steel Structure And Spray Procedure: The High Quality Carbon Steel And Robot Welding Guarantee The Mechanical Strength. The Spray Surface Treatment Is Easy To Clean And Guarantees A Longer Life. 9. Rapid Lifting Hydraulics: The Imported Dual-pressure Lifting System Can Be Used To Quickly Lift The Bed Or The Push Handle For 2 Seconds In An Emergency, And The Bed Will Automatically Locate The Height To Form A Special Body Position Of The Patient. 10. X-ray Imaging: Equipped With X-ray Material Bed Surface And X Ray Cassette Holder, The Whole Body Can Be X-rayed. 11. With Oxygen Cylinder Holder. Warranty -1 Year From Delivery And Installation. Unit 18 5,400,000.00 29 Suction Machine. (heavy Duty). Brand New. Product Specifications: Floor, Standing Type. Oil-less Piston Suction Motor. Double Anti-overflow Protection (mechanical Float And Electronic Sensor). Flow Rate: 40-50 Liter Per Minute. Water Displacement. Vacuum -700-800mmhg. Includes 2x3 Liters Polycarbonate Collection Jar. Attach/detach Abs Plastic Cover Jar. Anti-bacterial And Hydrophobic Filter. Patented Anti-vibration System. Dimensions: 300-400mm X 380-420mm X 800-850mm (lxwxh). Weight -15-25 Kg. Equipped With Foot Switch. Power -250w. Power Requirement -ac 200, 50-60hz. Silicone Hose. Operation And Service Manual Included. Warranty Of 6 Months From Delivery And Installation. Includes Orientation And Training Of End-user Staff. Unit 2 600,000.00 30 Syringe Pump. Brand New. Product Specifications: With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Applicable Syringes (universal Compatibility To Various Brands): 10ml, 20ml, 30ml, 50ml/60ml, Accuracy: ±2% (mechanical ±1%). Flow Rate: 10ml: 0.1 Ml/h -300ml/h, 20ml: 0.1 Ml/h -600ml/h, 30ml: 0.1 Ml/h -900ml/h, 50ml: 0.1 Ml/h -1500ml/h. Bolus Rate: 10ml: 100-300ml/h (default 300ml), 20ml: 100-600ml/h (default 600ml), 30ml: 100-900ml/h (default 900ml), 50ml: 100-1500ml/h (default 1500ml). Purge Rate: 10ml: 300ml, 20ml: 600ml, 30ml: 900ml, 50 Ml: 1500ml. Volume To Be Infused: 0.1ml~1000ml. Injection Increment: 0.1ml. Infusion Mode: Rate Mode, Time Mode. Time Mode: Volume Limit: 0.1~999.9ml. Pre-set Time: 1min To 99h99min. Remaining Time: **h **min. Occlusion Pressure: 3 Adjustable Occlusion Pressure Settings: Low, Middle And High. Alarm Function: Infusion Completion, Near Completion, Empty, Occlusion, Low Battery, Syringe Disengaged, Incorrect Installation Of Syringe Plunger, No Ac Power Supply, Low Battery, Battery Exhausted, Malfunction Etc. Battery: Rechargeable Lithium Polymer Battery, 7.4v, 2100mah, Can Operate For More Than 3 Hours After Fully Charged At 25ml/h. Unit 5 300,000.00 Total 34,665,000.00 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier, Except For Line Items With Asterisk (*) Which Have Been Awarded By A Non-health Facility. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents December 12, 2024 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of January 7, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference December 20, 2024 (thursday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids January 7, 2025 (tuesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of January 7, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital 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. For Further Information, Please Refer To: Mr. Jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Closing Date17 Jan 2025
Tender AmountPHP 36.6 Million (USD 627.7 K)
Department Of Health Treatment And Rehabilitation Center Tender
Machinery and Tools
Philippines
Details: Description Bids And Awards Committee Request For Quotation Reference No.: 2025-02-046 Date: February 17, 2025 Procurement Title: Procurement Of Commonly Used Supplies Materials (1st Quarter) Pr Reference No: 2025-02-093/089 & 2025-01-046/043approved Budget Of The Contract (abc): Php 755,408.61 Name Of Supplier: _________________________________________ Contact No: _______________________ Contact Email Adress.: _______________________ Address: ________________________________________ Delivery Term: Based On The Submitted Annex A Delivery Place: Batangas Iii Liyang Pilar,bataan Please Quote Your Best Offer For The Following Items Described Herein Subject To Terms And Conditions And/or Technical Specifications And Within The Approved Budget For The Contract. Submit Your Quotation Duly Signed By Your Representative Through Registered Or Electronic Mail At The Above Address Not Later Than February 21, 2025 10:00am Subject To The Following: S Terms And Conditions: 1.) Doh Trc Bataan Reserves The Right To Reject, Accept And Waive Any Defects In The Price Quotation. 2.) All Entries Shall Be Typed Or Written In A Clear And Legible Manner. 3.) All Prices Offered Herein Are Valid, Binding And Effective For Sixty (60) Calendar Days From The Deadline Of Submission. Alternative Bids Shall Be Rejected. 4.) Price Quotation/s Shall Be Denominated In Philippine Peso And Shall Include All Incidental Expenses (tax, Delivery, Etc.,) 5.) Award Of Contract/purchase Order Shall Be Made To The Lowest Quotation, Which Complies To The Technical Specifications Required. In Case Of Tie Quotations, The Bac Shall Adopt And Employ “toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 6.) Salient Provisions Of The Revised Irr (rirr) Of Republic Act (ra) 9184: Section 68 - Liquidated Damages And Section 69 - Imposition Of Administrative Penalties Shall Be Observed. 7.) All Services Rendered/delivered Items Shall Be Subject To Inspection And Acceptance. Payment Will Be Process Within 30 Days Upon The Receipt Of Service/delivery Of Items. Additional Requirement For Submission: 1.) Philgeps Registration Number Or Certificate 2.) Notarized Omnibus Sworn Statement 3.) Valid Business Permit/mayor’s Permit 4.) Latest Income/business Tax Return 5.) Blank Copy Of Delivery Receipt/charge Sales Invoice And Collection Receipt/invoice (for New Suppliers) 6.) Valid Certificate Of Product Registration (cpr) From Food And Drug Administration (fda) (for Procurement Of Drugs And Medicine/medical Supplies) 7.) Batch Notification, Lot Release From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Specific Drugs And Medicines) 8.) Valid Certificate Of Medical Device Notification From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Medical Device) 9.) Valid License To Operate From Fda (whether It Is A Manufacturer, Importer, Seller Or Distributor) (for Procurement Of Drugs And Medicine/medical Supplies/medical Device) 10.) Brochure With Picture Of Quoted Item. Respectfully Yours, Sgd Chazell Irrah I. Bon Head, Bac Secretariat Item No. Unit Item Description Qty Abc/ceiling Price Per Unit Brand* Unit Cost Total 1 Unit 1000va Ups Micropower (600w) Mini Tower Line Interactive Switching Available Capacity: 600w Input Power: 190~240va (50~60hz) Output Power: 220~230va(50- 60hz) 2 X 12v7ah Battery Backup Time: 1~5min 1 Year Warranty 5.00 4,180.00 2 Piece 30 Inches, 5-layer Storage Rack Steel150 Kgs Capacity Per Sheleasy Boltless Assembly Durable Powder Coat Finish Center Support Beampowder Coated White Or Black Finish 2.00 3,300.00 3 Box Ballpoint Pens Black, 0.5mm 12 Pcs Per Box 1.00 68.20 4 Pack Battery, Dry Cell, Size Aaa, 4pcs/pack 4.00 27.50 5 Gallon Bleaching Solution, 3785ml 137.00 209.00 6 Ream Bond Paper 500 Sheets Per Box A4 Size : 210mm X 297mm 80 Gsm 7.00 360.80 7 Piece Clearbook, A4 Color Black/* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 8 Piece Clearbook, A4 Color Red /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 9 Piece Clearbook, A4 Color Yellow /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 10 Roll Cling Wrap, 18x500 M, Pvc Food Grade Cling Film 2.00 865.70 11 Piece Data Folder, Vertical, Black 14.00 91.30 12 Sachet Dishwashing Liquid 17ml 2,000.00 8.14 13 Gallon Dishwashing Liquid, 1 Gallon, Calamansi Scent, Anti Bacterial Formula 12.00 161.70 14 Piece Double Sided Tape 1 Inch 3.00 25.30 15 Unit Eco-tank L3210 A4 All-in-one Ink Tank Printer 1.00 11,000.00 16 Bottle 003 Ink, Black 63.00 306.90 17 Bottle 003 Ink,cyan 42.00 317.90 18 Bottle 003 Ink,magenta 42.00 317.90 19 Bottle 003 Ink,yellow 42.00 317.90 20 Bottle 005 Ink,black 10.00 656.70 21 Bottle 774 Ink Black 7.00 656.70 22 Bottle 664 Black Ink Bottle 15.00 306.90 23 Bottle 664 Cyan Ink Bottle 10.00 317.90 24 Bottle 664 Magenta Ink Bottle 9.00 317.90 25 Bottle 664 Yellow Ink Bottle 10.00 317.90 26 Piece Expanding Envelope, Legal, Green 40.00 33.00 27 Piece Fly Paper, 2 Sheets, Insecticide Flypaper Bait 30.00 41.80 28 Piece Foot Rug (big/square) 10.00 55.00 29 Pack Hairnet, 24-inch Disposable Bouffant Cap, Color White, 100 Pcs Per Pack 5.00 115.50 30 Piece Heavy Duty Scrub With Sponge, 100mmx75mmx30mm 40.00 33.00 31 Piece Id Holder, Transparent, Water Proof 100.00 7.70 32 Piece Id Lace, Blue, Cotton 100.00 11.00 33 Piece Id Lace, Red, Cotton 100.00 11.00 34 Piece Id Lace, Yellow, Cotton 100.00 11.00 35 Unit Ink Tank Printer L5590 Printer Type: Print, Scan, Copy, Fax With Adf Print Direction: Bi-directional Printing Technolgy: Precisioncore Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi (with Variable-sized Droplet Technology) Dimensions (w X D X H): 375 X 347 X 237 Mm Weight: 5.2 Kg 1.00 18,204.45 36 Unit Ink Tank System Printer Ecotank L5290 1.00 18,150.00 37 Piece Insecticide, Multi Insect Killer Protector 500 Ml 1.00 385.00 38 Unit Iprint-a3/a4 Laminator Machine Hot/cold/reverse 220v Heavy Duty Laminating Machine Only 1.00 4,620.00 39 Piece Kitchen Towel, Absorbent Cloth 30x60cm 6.00 25.30 40 Piece Kitchen Towel, Interfolded, 120 Pulls, Pack Of 3, 200mmx200mm 40.00 114.40 41 Unit L49 Office Table 4.00 17,160.00 42 Gallon Liquid Bleach 20.00 209.00 43 Piece Long Arm Faucet Stainless Steel 30.00 275.00 44 Piece Mop Head 4.00 176.00 45 Piece Mop Head, Durable Heavy Duty, Cotton 4.00 176.00 46 Piece Mop With Steel Handle (removable Mophead) 10.00 319.00 47 Piece Note Book (composition Notebook) Grade 3, 80mleaves 200.00 22.00 48 Unit Office Chair 3.00 3,404.50 49 Pack Office Laminating Film, Legal, 20s 1.00 275.00 50 Packs Paper Cups, 8 0z High Quality , 50 Pcs Per Pack 3.00 55.00 51 Piece Personalized Name Stamp (document Controller Secretary) 1.00 437.57 52 Piece Personalized Name Stamp (document Controller) 1.00 437.57 53 Piece Personalized Stamp (controlled Copy) 1.00 437.57 54 Piece Personalized Stamp (master Copy) 1.00 437.57 55 Piece Personalized Stamp (obsolete) 1.00 437.57 56 Pack Photo Paper Glossy A4 4.00 110.00 57 Set Plastic Broom And Dustpan Set, 91cm (35.8inches ) Long Handle Broom And Dust Pan Set, Made Of Soft And Durable Broom Bristles 2.00 198.00 58 Box Plastic Gloves, Clear Free Food Grade Gloves, 100 Pcs Per Box 5.00 52.80 59 Pc Plastic Utility Box 50l 6.00 438.90 60 Bundle Plastic, Linao 6x10, 1000 Per Bundle 10.00 312.40 61 Piece Powdered Soap 60gms 80.00 7.15 62 Piece Push Brush Wood Durable Nylon Deck Brush Wooden Handle ( 16" ) Push Broom Scrub Brush 12.00 165.00 63 Piece Refill For Clearbook A4 Size 27.00 34.10 64 Pack Sandwich/ Bread Grease Proof Bag, 50 Pcs Per Pack, 20x21cm 20.00 96.80 65 Pack Specialty Paper, 100s 2.00 335.50 66 Piece Stamp Pad Ink Black - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Black 3.00 22.00 67 Bottle Stamp Pad Ink Bluestamp Pad Ink Blue - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Blue 3.00 22.00 68 Piece Stamp Pad Ink Red - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Red 3.00 22.00 69 Pack Table Napkin, Quarter Folded, 350 Sheets, 250x300mm 4.00 166.10 70 Pack/roll Trash Bag 2xl , Green 50.00 96.80 71 Pc Utility Box 55l 47.00 705.43 72 Packs A4 Specialty Paper, 90gsm, White 10’s 9.00 37.50 73 Pcs A4 Certificate Frame 12.00 130.00 74 Can Air Freshener Aerosol Type/ Spray Mist, Net Content: 280ml Or 150g, (min.), Assorted Scents (at Least Two (2) Scents), Material Safety Data Sheet Showing Information On Specific Gravity, Packaging: Twelve (12) Cans Per Box, Individually Shrink Wrapped. 22.00 280.00 75 Pack Battery, Dry Cell, Aaa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 9.00 128.00 76 Pack Battery, Dry Cell, Aa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 24.00 94.00 77 Piece Broom (walis Tambo) Gross Weight (max.): 500 Grams, Handle: Cylindrical, Wood, Smooth Finish, Plastic Coated, Must Be Suitable For Hanging, Diameter Of Handle {min.): 19mm, Length Of Handle {min.): 510mm, Dry Weight Of The Tiger Grass {min.): 250 Grams, Length Of Tiger Grass: 300mm, With Upper Stitch (min.): 20, Lower Stitch (min.): 30, Side Stitch: Manufacturer's Standard, Per Attached Illustration Showing The Design/construction 36.00 170.00 78 Piece Broom (walis Ting-ting) Made Of Mature Coconut Midribs, Grip Material: Braided Yantok Or Nylon, Standard Size:, Grip Circumference: At Least 150mm, Grip Width: At Least 20mm, Top: Measured 150mm, Usable Length: At Least 760mm, Rib Count: At Least 350 Pieces 53.00 78.00 79 Bottle Cleaner, Toilet And Urinal Color: Clear Or Blue, Net Content (min.): 1,000ml, Fully Miscible In Water, Not Chlorine Based, Does Not Contain Inorganic Acids, Non-volatile Content (max.): 5% (w/w), Viscosity At 25°c (min.): 114 Cp, Rigid Plastic Bottle, With Adequate Instructions For Proper Usage And Disposal 9.00 239.00 80 Plastic Container Cleanser, Scouring Powder Net Weight (min.): 350 Grams, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Container Must Have Adequate Dispensing Apertures, With Adequate Instructions For Proper Usage And Disposal. 21.00 65.00 81 Piece Clearbook, A4 For A4 Size Documents, Refillable, Material: Plastic Cover: Opaque Plastic, Dimension (min.): 310mm X 235mm O Thickness (-0.02mm): 0.50mm Pocket: Transparent Plastic, Number Of Pockets: Twenty (20), Thickness (-0.005mm): 0.040mm Color: Assorted (black, Blue, Red, Yellow) 6.00 150.00 82 Box Clip, Backfold, 19mm All Metal, Clamping Length (-1mm): 19mm, Clamping Depth (min.): 10mm, Thickness Of Metal (min.): 0.20mm, Diameter Of Clip Handles (min.): 1.0mm, Binding Capacity: At Least 5.5 Mm, Shall Pass The Required Test And Evaluation 1.00 17.00 83 Box Clip, Backfold, 25mm All Metal, Clamping Length (-1mm): 25mm, Clamping Depth (min.): 13mm, Thickness Of Metal (min.): 0.22mm, Diameter Of Clip Handles (min.): 1.20mm, Binding Capacity: At Least 9.5 Mm, Shall Pass The Required Test And Evaluation 10.00 26.00 84 Box Clip, Backfold, 32mm All Metal, Clamping Length (-1mm): 32mm, Clamping Depth (min.): 14mm, Thickness Of Metal (min.): 0.30mm, Diameter Of Clip Handles (min.): 1.45mm, Binding Capacity: At Least 12 Mm, Shall Pass The Required Test And Evaluation 20.00 36.00 85 Piece Data File Box With Closed Ends, Outside Dimension:width (min.): 125mm/height (min.): 230mm/length (min.): 400mm, Material:chipboard (min.): 3mm Thick/leatherette Paper For Outside Cover/coated Paper For Inside Cover, Front Of The Box:with Finger Ring And Pocket For Label Insert, Color Black. 59.00 229.00 86 Piece Dater Stamp Frame: Steel And Plastic Or Sturdy All Plastic Frame, Four Band Date And 12 Year Band, Date Format: Manufacturer's Standard, Self-inking Stamp Pad, Acceptable Colors: Black, Violet Or Red, With Locking Mechanism, With Removable And Refillable Ink Pad, Single Color, Size Of Imprint (min.): 30mm X 45mm. 6.00 450.00 87 Pouch Detergent Powder, All-purpose Net Weight (-2.5%): One (1) Kilogram, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 35.00 180.00 88 Can Disinfectant Spray Aerosol Type, Net Content Per Can: 400 Grams (min), Crisp, Clean Scent, With Broad-spectrum Activity: Kills Different Types Of Bacteria, Fungi And Viruses As Identified On The Label, Active Ingredients Shall Be Indicated On The Label, Sufficient Amount Of Propellant To Totally Expel Content, Shall Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo), With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. 29.00 480.00 89 Unit Electric Fan, Ceiling Mount, Orbit Type Blade: Metal, Number Of Blades (min.): Three (3), Blade Size (min.): 400mm, Grill: Metal, Speed Control: Three (3) Speed Setting, With Remote Switch Box, With Mounting Base And Screws, Motor: Fully Enclosed, 220- 240 Volts, 60 Hz, With Operating/user's Manual (english Translation), Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, With Ps Quality Or Icc Mark, Warranty: One (1) Year On Parts And Service. Five (5) Years On Motor. 1.00 3,000.00 90 Box Envelope, Documentary, Legal Material: Kraft, For Legal Size Documents, Size (-2mm) : 254mm X 381mm, Basis Weight (-5%): 150gsm, Thickness (min.): 0.22mm. 2.00 2,250.00 91 Box Envelope, Expanding, Kraft Kraft, Smooth Surface, Size (-3mm): 380mm X 250mm, Expansion (-3mm): 50mm, Thickness (min.): 0.38mm, With String And Eyelet Or Elastic Strap. 2.00 2,400.00 92 Piece Envelope, Expanding, Plastic Material: Polypropylene Plastic, Secure Heat-sealed Joints, With Elastic Strap, Size (l X H) (-2mm): 380mm X 260mm, Thickness (min.): 0.50mm, Width Expansion (min.): 30mm, Assorted Colors: Red, Blue, Green. 13.00 60.00 93 Piece Eraser, Felt, Blackboard/whiteboard Eraser Material: Felt, Overall Size (lx Wx T) (min.): 125mm X 45mm X 21mm, Thickness Of Felt (min.) : 18mm, Thickness Of Board (min.): 3mm. 5.00 22.00 94 Piece Eraser, Plastic/rubber Material: Plastic/rubber, Shape: Rectangular, Use: For Erasing Wood-cased And Mechanical Pencil Impressions, Dimension (l X W T) (min.): Equivalent Volume Of 8,350mm3 ,shall Pass Erasing Quality Test. 2.00 17.00 95 Unit External Hard Drive Capacity: 1tb, Storage Media: 2.5"sata Hdd, System Compatibility: Windows, Mac Os And Linux Os, Certificates: Ce/ Fcc/ Bsmi, Warranty: Three (3) Years, Key Feature:1.shockproof Protection/2.with Led Light Indicator, Interface (min.): Usb 3.2 Gen 1, Operation: Dc Sv (power Supplied Through Usb), Case Material: Rubber/plastic, With Operating/user's Manual (english Translation), Accessories (min.): With Usb 3.0 Cable, Shall Pass Functional And Durability Test 6.00 4,300.00 96 Box Fastener, Metal Material: Metal, The Fasteners Shall Be Free From Burrs, Sharp Or Rough Edges Or Corners, It Shall Be Clean And Free From Any Defects That May Affect Its Appearance Or Serviceability, Thickness: Base With Prongs And Compressor (min.): 0.30mm, Width:compressor (min.): 9mm/base (min.): 9mm, Prongs (min.): 4.5mm, The Distance Between The Two Holes Shall Be 70mm (±0.smm) Center-to-center, Able To Hold 25mm Thick Of Multipurpose Paper (70gsm) 47.00 60.00 97 Set File Tab Divider, Legal For Legal Size Documents, Material: Bristol Board, Size:leaf:length (min.):330mm/width (min.): 216mm, Tab:length (min.): 68mm, Width (min.): 15mm, In Sequential Order Basis Weight (-5%): 153 Gsm, Thickness (min.): 0.22mm, Five (5) Colors Per Set: Blue, White, Yellow, Green, Red, Etc. 1.00 41.00 98 Can Floor Wax, Paste Type, Red Paste Type, Color: Red, Petroleum Based, Application: For Wood And Cemented Surfaces, Net Weight (min.): 450 Grams, Physical Properties:drying Time (max.): One (1) Hour On A Wood Surface, Abrasiveness: No Evidence Of Abrasive Matter, Non-volatile Matter, %w (min.): 17%. 3.00 147.00 99 Pack Folder With Tab, Legal Material: Tagboard/carrier/foldcote/cupstock Board, For Legal Size Documents, Leaf Dimension (±lmm): 240mm X 365mm, Tab (±2mm): 13mm, Scoring (±2mm): 20mm From Edge Of Folder, The Folder Shall Be Smooth-finished And Non-blot On Both Sides Using A Permanent Marker, Other Physical Properties:grammage, G/m? (-5%): 270/thickness, Mm (-5%): 0.36/tearing Resistance, Mn, Md+ Cd (min.): 2940/stiffness, Mn.m, (taber) Md+ Cd {min.): 13 15.00 700.00 100 Pack Folder, L-type,legal For Legal Size Documents,material: Plastic,size (min.): 235mm X 346mm,thickness {min.): 0.17mm,transparent For Easy Identification Of Contents,color Green. 7.00 108.00 101 Box Glue, All Purpose Gross Weight (min.): 240 Grams, Shall Conform With The Following Tests:free Formaldehyde (max.): 0.1/adhesive Strength -- No Slippage On Pasted Part/solid Content (min.): 30% Ph: 4 To 8, Container: Plastic Squeeze Type Bottle With Twist-cap Dispenser., The Brand And Expiry Date Shall Be Stamped/engraved/ Embossed/ Printed/permanently Stickered On Each Bottle. The Expiry Date Shall Be At Least One Year From The Date Of Delivery., There Should Be No Unpleasant Odor. 8.00 129.00 102 Bottle Hand Soap, Liquid, 500ml Scented, Form: Liquid, Minimum Of 80% Kill Bactericidal/germicidal Property Against Staphylococcus Aureus, Volume (net Content): 500ml, Bottle: Pump Dispenser Plastic, Individually Shrink Wrapped, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 24.00 150.00 103 Cart Ink Cartridge, Epson C13t664100 (t6641), Black C13t664100 (t6641), Black 9.00 350.00 104 Cart Ink Cartridge, Epson C13t664200 (t6642), Cyan C13t664200 (t6642), Cyan 5.00 350.00 105 Cart Ink Cartridge, Epson C13t664300 (t6643), Magenta C13t664300 (t6643), Magenta 4.00 350.00 106 Cart Ink Cartridge, Epson C13t664400 (t6644), Yellow C13t664400 (t6644), Yellow 4.00 350.00 107 Can Insecticide, Aerosol Type Aerosol, Kerosene Based,quick Kill Contact And Residual Type,cautionary Scent/odor Required,multi-insect Killer,net Content Per Can: 600ml (min), Sufficient Amount Of Propellant To Totally Expel Content.,material Safety Data Sheet Showing Information On Specific Gravity. 11.00 450.00 108 Piece Light Emitting Diode (led), Light Bulb Power Consumption: 6-7 Watts, Color Temperature: 6,500 Kelvin, Lumen Output: Not Less Than 530 Lumens, Frequency Rating: 60hz, Color Rendering Index: 80 +/-10% , Input Voltage: 85-265 Volts, Ac , Socket Base: E27, Light Color: Cool Daylight, Power Factor: Not Less Than 0.90, Average Life: Not Less Than 15,000 Hours, Operating Temperature: > 35°c, Brand Shall Be Engraved/embossed/printed On The Item, Packaging:in Individual Box, One Hundred (100) Pieces Per Carton. 42.00 90.00 109 Piece Marker, Permanent, Black Ink Color: Black, Blue, Red,tip: Felt Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item.,material And Structure:,the Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap;,the Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink.,shall Comply With The Following Parameters: Writing Performance Test,drying Performance Test, Resistance To Water Test. 27.00 42.00 110 Piece Marker, Whiteboard, Black Ink Color: Black, Blue, Red, Tip: Felt, Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item., Material And Structure: The Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap; The Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink. Shall Comply With The Following Parameters: Writing Performance Test, Drying Performance Test, Resistance To Water Test. 23.00 60.00 111 Unit Mop Bucket, Heavy Duty, Hard Plastic Heavy Duty, Material: Hard Plastic, Approximate Size (min.), Width: 370mm, Length: 475mm, Height: 245mm, Capacity: 30 Liters, With Four (4) Heavy Duty Rotating Wheels/ball Casters, With Squeezer, With Precautionary Markings. 1.00 4,441.00 112 Pad Note Pad, Stick On, 3" X 3" Size (l X W):width (-2%):76 Mm, Length (-2°â): 76 Mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On Either Side. E Brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 16.00 25.00 113 Pad Note Pad, Stick On, 50mm X 76mm (2" X 3") Min Size (l X W): Width (min.): 50mm, Length (-2°â): 76mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Orientation Shall Be On The Shorter Side., Brand Shall Be Printed An The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 30.00 18.00 114 Pad Note Pad, Stick On, 76mm X 100mm (3" X 4") Min Size (l X W): Width (-2%): 76mm, Length (min.): 100mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On The Longer Side.,brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 15.00 35.00 115 Box Paper Clip, Vinyl/plastic Coated, 33mm Wire Diameter (min.): 0.80mm Length Of Clip (min.): 33mm, Total Length Of Wire Used (min.): 102mm,assorted Colors,shall Pass The Performance Test. 12.00 17.00 116 Unit Paper Shredder Can Shred Papers, Paper Clips, Staples, Credit Cards And Compact Discs (cds),cross-cut,waste Bin Capacity (min.): Thirty (30) Liters,sheet Capacity: Sixteen (16) Sheets (min.) Using 70gsm; Or Twelve (12) Sheets (min.) Using 80gsm Of Paper.,intake Throat Width (min.): 220mm,cut/shred Size (max.): 4mm X 40mm,cutting Speed (min.): 4m/min.,electric Motor (min.): 200 Watts,continuous Run Time (min.): Twenty (20) Minutes,automatic Start/stop Control,mobility: With Or Without Casters (with Lock If With Casters),additional Salient Specifications:with Overheat Protection Function,with Jam Protection,with Reverse Function,safety Features: Manufacturer's Standard.,silent Operation (max.): Shredder Designed For Reduced Noise In Shared Workspaces Or Department Copy Rooms With Decibel Level (db) Of 70,mess Reduction System: Shredder Features An Automatic Or Manual Cleaning Cycle That Prevents Paper Build-up On Cutters. With A Sensor That Lets The User Know When To Empty The Bin.,with Operating/user's Manual (english Translation),brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item,warranty: Two (2) Years,standby Mode When Not In Use. 1.00 34,589.00 117 Unit Paper Trimmer / Cutting Machine, Table Top Table Top And Non Skid, Guillotine Paper Cutter, With Ruler Marking And Paper Size Markings Printed On The Base - B7, B6, A5, B5, A4, B4, Legal, And A3, Includes Securable Sliding Paper Size Marker/gauge, Paper Capacity (min.): 25 Sheets Of 70 Gsm Paper, With Stationary Blade Guard, Blade Is Made Of Removable High Quality Hardened Stainless Steel, Metal Structure: Base, Adjustable Paper Clamp Handle, Paper Clamp, Removable Cutter Handle, Cutter Lock, Blade Assembly Cover, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Warranty: One (1) Year On Parts And Services. 1.00 1,179.00 118 Ream Paper, Multicopy, A4 Basis Weight (-3%): 80gsm,size (±2mm In Either Direction): A4, 210mm X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free {ecf),inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 206.00 232.00 119 Ream Paper, Multi-purpose, 70gsm (min.), Legal Basis Weight (min.): 70gsm, Size (-l2mm In Either Direction): Legal, 216mm X 330mm, Sheet Count (min.): 500 Sheets Per Ream, Trim Sizes Shall Be Along Machine Direction Or Long Grain. 28.00 240.00 120 Ream Paper, Multi-purpose, A4 Basis Weight (min.): 70gsm,.size (±2mm In Either Direction): A4, X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free (ecf).,inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 62.00 210.00 121 Piece Puncher, Paper, Heavy Duty Punching Capacity: Thirty (30) Sheets Of 70gsm Multipurpose Paper,with Two Hole Guide,diameter Of Hole (±0.5): 7.00 Mm,construction/structure:the Operating Handle, Base And Frame Shall Be Connected To Each Other And Be Capable Of Smooth Repetitive Operation. Easy Insertion Of Paper.the Distance Between The Two Holes Shall Be 70mm (±0.5mm) Center-to-center. O The Punching Depth Shall Be 12mm (±lmm).the Puncher Shall Be Provided With A Handle Lock.the Receptacle Base Shall Fit Snugly Under The Puncher Base And Shall Not Chip Off, Break, Crack, Warp Or The Like. 8.00 200.00 122 Box Rubber Band, No. 18 Net Weight (min.): 350 Grams,width (min.): 1.00 Mm,thickness(min):1.00 Mm,lay Flat Length (+20%): 80mm,tensile Strength (min.): 9.81mpa,elongation (min.): 500%" 4.00 200.00 123 Pair Scissors, Symmetrical / Asymmetrical Straight Trimmers Intended For Cutting Papers, Plastic, And Rubber.,dimension (refer To The Illustration),l1 (13mm): 178mm,l2 (13mm): 87mm,length And Thickness Of The Cutting Blade : Manufacturer's Standard,construction/quality:,blades Shall Be Made Of Stainless Steel.,the Tip Of The Cutting Blade Shall Be Blunt.,blades Shall Be Flat And Shall Be Joined By A Binding Rivet/screw.,scissors Shall Be Adjusted For Proper Contact So That The Sharpened Edges Slide Against Each Other When The Handles (bows) Opposite To The Pivot Are Closed.,all Scissors Shall Be Furnished With Asymmetrical Or Symmetrical Bow Handles Made Of Rigid Plasric/rubber.,materials Shall Be Free From Any Defects And Imperfections Which Might Affect The Serviceability Of The Finished Product. Shall Pass The Performance Test. 13.00 50.00 124 Piece Sign Pen, Extra Fine Tip, Black Ink Color: Black, Blue, Red, Type: Liquid Or Gel, Tip: 0.5mm, Needle Type, With Non-slip Rubber Grip, With Metal Clip, One (1) Piece Barrel (non-refillable), Writing Length: One (1) Km {min). 220.00 38.00 125 Piece Stamp Pad, Felt Stamp Pad Container: Material: Combination Of Plastic And Metal, Metallic Component Shall Be Resistant To Rust, Thickness Of Metal (min.): 0.25mmm Plastic Component Shall Be Resistant To Impact And Ink. Stamp Pad Bed: Material: Felt, Pre-inked, Ink Shall Be Free From Any Offensive Odor. Thickness (min.): Smm, Width (min.): 61mm, Length (min.): 102mm, Shall Pass The Performance Tests, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item 10.00 50.00 126 Box Staple Wire, Standard Five Thousand (5,000) Wires Per Box, Made Of Metal Wire Coated With Any Anti-corrosion Material, Dimensions, In Mm:width (w) (+0.15mm/-0.20mm): 12.70 O Leg Length (l) (±0.2mm): 6.00mm/thickness (d) (± 0.0smm): 0.40 O Width (e) (± O.osmm), Number Of Wires Per Strip (min.): One Hundred (100), Shall Pass The Penetration Test, The Staples Shall Be Preformed And Cemented Together In Strip Form One Behind The Other, The Staples Shall Have Parallel Legs At Right Angles To The Crown. They Shall Easily Exit Without Clogging And Jamming The Stapler, Both Ends Of The Staples Shall Have Either Blunt Or Chisel Point Ends, Staples Shall Be Free From Burrs And Sharp Or Rough Edges, And Other Defects Which Might Affect The Appearance Or Serviceability Of The Leg. 44.00 37.00 127 Piece Stapler, Standard Type Loading Capacity (min.): 200 Staple Wires, Staple Pusher Shall Be A Metal Piece And Not Spring. Construction/structure: The Handle, Base And Frame Shall Be Connected Respectively And Be Smooth In Repetitive Actuation;loading Of The Staple Wire In The Staple Magazine Shall Be Easily Done;the Stapler Shall Be Constructed Such That The Staple Wire Will Not Jam Or Drop Out During Staplin, The Base Shall Be So Constructed That It Is Equipped With Clincher Block Having The Guide Groove Aligned With The Driver Blade So That It Can Bind Properly And Easily, The Driver Blade Shall Be Able To Push Out And Drive The Loaded Staple Wire Without Deformation; Each Part Shall Have Rigidity In Meeting The Performance Of The Stapler; As Per Attached Illustration Showing The Parts Of The Stapler, However Design May Vary; Shall Pass The Performance Test. 9.00 150.00 128 Piece Tape Dispenser, Table Top Table Top,weight (min.): 1.2kg,body Made Of Molded Plastic, Smooth Finish,non-skid Full Base Padding,with Serrated Cutting Blade,shall Hold 24mm Wide Tapes With Up To 75mm Core,shall Pass The Performance Test,assorted Colors: Red, Blue, Green, Black 5.00 142.00 129 Roll Tape, Electrical Made Of Polyvinyl Chloride (pvc), Width (±1.0 Mm): 19mm, Length (min.): 20 Meters, Thickness (min.): 0.15mm, Adhesive Strength (min.):normal State, N (kgf): 3.198 (0.326), Tensile Load (min.):normal State, N (kgf): 29.43 (3.0) After Heating, N (kgf): 29.43 (3.0), Elongation, % (min.):normal State: 100 O Afterheating:80, Dielectric Strength (min.):withstand Voltage: 5000 V, Color: Black, Ps Quality Or Icc Certificate 9.00 25.00 130 Roll Tape, Masking, 24mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 120.00 48.00 131 Roll Tape, Masking, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 47.00 85.00 132 Roll Tape, Packaging, 48mm Color: Tan, Width (±lmm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm 3.00 50.00 133 Roll Tape, Transparent, 24mm Width (±1mm): 24mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 83.00 31.00 134 Roll Tape, Transparent, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 11.00 50.00 135 Pack Tissue, Interfolded Paper Towel Basis Weight: 34gsm (+/-2gsm),sheet Dimension: Width: 200mm (±3mm) Length: 200mm (±3mm),raw Materials From 100% Recycled Fiber,total Number Of Sheets Per Pack: 150 Pulls,number Of Ply: One (1) Ply, Paper Shall Be At Least Elemental Chlorine Free (ecf) 74.00 66.00 136 Pack Toilet Tissue Paper, 2 Ply Weight (min.): 28gsm,sheet Dimensions:,width Of Sheet (±3mm): 100mm,length Of Sheet (-5mm): 114mm,acidity, Ph (min.): 6 ,tensile Strength, Kn/m (min.):md: 0.12, Cd: 0.03,absorption Time For Each Sheet Using 0.01ml Water, Sec. (max.): 30,100% Recycled Pulp ,paper Shall Be At Least Elemental Chlorine Free (ecf),150 Pull Per Roll (300 Sheets), (min.),shall Be Evenly And Firmly Wound To Form A Roll Which Is Sufficiently Rigid To Withstand Normal Handling And Usage.,roll Shall Be Perforated Across The Full Width Such That Each Sheet Can Be Easily Torn Off Along The Perforations,toilet Tissue Shall Not Have Noticeable Dust On The Surface Of Sheets. 57.00 185.00 137 Roll/pack Trashbag, Xxl Size Made From Polyethylene (pe) Plastic, Pe Shall Contain A Minimum Of 30% Post-consumer Material, Tubular Type, With Tie, Color: Black, White Or Green, Tear Resistant, Leak-proof Bottom Seal, Dimension (-6mm): 939.8 Mm X 1016.0 Mm (37" X 40"), Thickness (min.): 0.02mm, Tensile Strength At Break: Astm D882,one Way (min.): 15n/mm, Other Way (min.): 12n/mm, Elongation At Break: Astm D882, One Way (min.): 400%, Other Way (min.): 600%. 320.00 110.00 138 Box Ballpen 0.05mm (black) Ballpoint Pens Black, 0.5mm 12pcs Per Box 18 62.00 139 Pack Board Paper Long 200 Gsm. 10 Sheets Per Pack Size:long (13x8.5") Color: White 15 38.00 140 Bottle Epson 001 Ink Black Epson Original Ink Sealed With Box Color: Black Capacity: 135ml. (per Bottle) Black Ink Bottle: Approx Page Yield: 7,500 Pages Order Code:001 (c13t03y100) 2 532.00 141 Bottle Epson 001 Ink Magenta Product Specification: Epson Original Ink Sealed With Box Color:magenta Capacity: 70ml. (per Bottle) Magenta Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y300) 1 332.00 142 Bottle Epson 001 Ink Yellow Product Specification: Epson Original Ink Sealed With Box Color:yellow Capacity: 70ml. (per Bottle) Yellow Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 143 Bottle Epson 001 Ink Cyan Product Specification: Epson Original Ink Sealed With Box Color:cyan Capacity: 70ml. (per Bottle) Cyan Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 144 Box Large File Rubber Band (500x15x3mm) 50pcs / Box 10 322.00 145 Piece Magnetic White Board Eraser: Magnetic Board Eraser Drywipe Marker Cleaner Office Whiteboard 5 60.00 146 Pairs Metal Book Stand Nonskid Heavy Duty Bookend Home Office Article Oraganizing Tool: Metal Book Stand Nonskid Size: 20.8x16.8x13.8cm 50 88.00 147 Pcs Nano Double Sided Tape 10mm X 3 M Multipurpose Wall Tape Adhesive Strips Removable Mounting Tape 20 49.00 148 Box Paper Fastener /metal/8 Inches, 100 Pcs 70mm In Between Holes 10 182.00 149 Ream Paper Multi-purpose, A3 500 Sheets Per Ream A3 Size : 297mm X 420mm Color: White Thickness: 70gsm 30 454.55 150 Pack Specialty Paper 8.5x11 90gsm 10 Sheets Per Pack Size: 8.5x11 Inches Color: Pale Cream 20 20.00 151 Pcs Storage Box 28 L, Black, Cardboard Size: L 40cm X W28cm X H29 Cm Cardboard 9 478.50 152 Pack Glossy Photo Sticker Paper A4, High Quality Paper,a4 Size, 150 Gsm, Glossy Waterproof, 20 Sheets Per Pack 20 211.00 ***nothing Follows*** *suppliers With No Indicated Brand And Model For The Quoted Items Will Be Disqualified From The Selection Of Suppliers. This Project Will Be Awarded As: After Having Carefully Read And Accepted The Terms And Condition, I/we Quote You On The Item At Prices Noted Above. _____________________________ Name /signature Of Representative ¬¬ Will Not Participate Due To: _____________________________ Name /signature Of Representative
Closing Date21 Feb 2025
Tender AmountPHP 755.4 K (USD 13 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Part 5.101(a)(2) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract Pursuant To 10 U.s.c 2304 (c)(1), As Implemented By Far 6.302-1(a)(2) And 6.301-1(c), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements And Brand-name Descriptions.
the Department Of Veterans Affairs Medical Center Located At Va Connecticut Healthcare System, West Haven Va Medical Center, 950 Campbell Avenue, West Haven, Ct 06516, Has A Requirement As Described In The Attached Statement Of Work.
the Government Intends To Award Stryker Sales, Llc, A Firm-fixed-price Sole Source Contract.
a Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. This Notice Of Intent Is Not A Request For Competitive Proposals. This Is A Written Notice To Inform The Public Of The Governments Intent To Award On A Sole Source Basis.
interested Parties May Identify Their Interest And Capability To Respond To The Requirement. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Will Be Advantageous To The Government.
please Contact Manases Cabrera, Contracting Specialist, With The Responses Or Questions Regarding This Requirement At Manases.cabrera@va.gov.
this Notice Will Close On February 10, 2025, At 4:30 Pm Eastern Standard Time (est)
statement Of Work For Preventative And Corrective Maintenance Service Of Stryker Neptune Rovers And Docking Stations
general: The Contractor Shall Furnish All Labor, Travel, Materials, Support, And Service Necessary To Provide Preventative Maintenance (pm) And Corrective Maintenance Services On All Stryker Neptune Waste Management Equipment At The Va Connecticut Hcs In West Haven, Ct.
equipment Identification:
manufacturer
model
serial Number
asset Tag
location
stryker Corporation
neptune 3 Rover
2028227043
127940
3227-1-w-689
stryker Corporation
neptune 3 Rover
2030002513
127939
3227-1-w-689
stryker Corporation
neptune 3 Rover
2028700903
127938
3226-1-w-689
stryker Corporation
neptune 3 Rover
2019500343
127937
3246-1-w-689
stryker Corporation
neptune 3 Rover
2019501313
127936
3244-1-w-689
stryker Corporation
neptune 3 Rover
2021015143
127935
3246-1-w-689
stryker Corporation
neptune 3 Rover
2028227533
127934
3244-1-w-689
stryker Corporation
neptune 3 Rover
2030002013
127933
3244-1-w-689
stryker Corporation
neptune Docker
2034900093
127932
3226-1-w-689
stryker Corporation
neptune Docker
2033705023
127931
3226-1-w-689
table 1. Manufacturer, Model, Serial Number, Equipment Entry Number And Location Of Equipment
period Of Performance:
this Agreement Will Include A Base Year Plus Four Option Years.
base Year: 03/01/2025-02/28/2026
option Year 1: 03/01/2026-02/28/2027
option Year 2: 03/01/2027-02/29/2028
option Year 3: 03/01/2028-02/28/2029
option Year 4: 03/01/2029-02/28/2030
dates As Specified Unless Contract Award Passes These Dates. Then The First Date Of Performance Will Start The Day Of Award.
description Of Work: The Contractor Shall Provide All Required Service Including Emergency Service, Repairs, Preventative And Corrective Maintenance, Labor, Travel, Original Equipment Manufacturer (oem) Replacement And Repair Parts, And Technical Support For The Neptune 3 Rover Systems. All Services Performed Shall Be In Accordance With The (oem) Specifications. Field Service Engineers Must Be Licensed Or Contracted With The Original Manufacturer To Work On The Equipment. All Parts And Software Must Be Certified New From The Original Manufacturer.
hours Of Performance: Normal Hours Of Coverage Are Monday Through Friday 8:00 Am To 6:00 Pm Est Excluding Federal Holidays.
a. All Service/repairs Will Be Performed During Normal Hours Of Coverage Unless Requested Or Approved By The Contracting Officer S Representative (cor).
b. Preventative Periodic Maintenance Will Be Performed Monday Through Friday 8:00 Am To 6:00 Pm Est Or As Agreed To By The User And The Cor In Accordance With Manufacturer S Recommendations.
c. There Will Be 24/7 Telephone Support Coverage And 24/7 On-site Support Coverage.
d. Federal Holidays Observed By The Vamc Are:
New Year S Day Labor Day
Martin Luther King Day Columbus/indigenous People S Day
Presidents Day Veterans Day
Memorial Day Christmas Day
thanksgiving Day
juneteenth Day
independence Day
note: Hardware/software Update/upgrade Installations Will Be Scheduled And Performed At A Mutually Agreed Upon Time At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Cor Or Designated Representatives. Government Provides Software/hardware Upgrade/update. There Shall Be No Additional Charge For Time Spent At The Site During Or After The Normal Hours Of Coverage Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts.
conformance Standards: Contractor Shall Provide Service And Ensure That The Equipment Functions In Accordance With The Equipment Manufacturer S Technical Performance Specifications. Contractor Shall Conform To All Regulations To Include But Not Be Limited To Federal, State, And Local Governing Any Chemicals, Equipment Or Work Which May Be Used Or Performed In The Work Under This Contract.
operational Uptime Requirements: The Medical Equipment/system Shall Be Operable And Available For Use 96% Of The Normal Operating Hours Of The Equipment. Downtime Will Be Computed From Notification Of Problem During Normal Work Hours.
guaranteed Response Time: The Oem Certified Field Service Engineer (fse) Will Use Commercially Reasonable Efforts To Respond To Customer S Requests Within 24 Hours Of Notification To The Vendor S Service Support Team.
live Phone Support: Service Shall Include Phone Support With Vendor Technical Support Engineers 24 Hours, 7 Days A Week.
after Hours Phone Support: Service For After Hour Phone Support Shall Include 24 Hours, 7 Days A Week, And 365 Days A Year For Technical Assistance When Required.
preventative Maintenance: Perform System Scheduled Maintenance Inspections As Outlined In The User S Manual Developed By The Manufacturer.
parts: All Needed Parts For Wear And Tear, Repairs, And Maintenance Conducted Are Covered.
parts Exchange And Protection: All Parts Required For The Repair Of The System (excludes Instruments And Accessories) Are Covered. Preferred Pricing On Repairs Or Replacement Due To Accidental Damage.
unscheduled Maintenance (emergency Repair Service):
a. Contractor Shall Maintain The Equipment In Accordance With The Manufacturer S Specifications. The Contractor Shall Provide Repair Service Which May Consist Of Calibration, Cleaning, Oiling, Adjusting, Replacing Parts, And Maintaining The Equipment, Including All Intervening Calls Necessary Between Regular Services And Calibrations. All Required Parts Shall Be Furnished.
b. The Cor Or Government Designated Representatives Are Authorized To Request And Approve Service Calls From The Contractor.
c. Response Time: Contractor's Fse Must Respond With A Phone Call To The Cor Or Designated Representative Within 1 Hour After Receipt Of Telephoned Notification During Normal Hours Of Coverage.
scheduled Maintenance: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered.
labor And Travel Expenses: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered.
service Manuals/tools/equipment: All Required Manuals, Tools, And Equipment For Repairs And Maintenance Conducted Are Covered And Are The Responsibility Of The Vendor.
certified Trained Technicians And Key Personnel: The Scheduled Maintenance And Service Calls Shall Be Performed By Oem Trained Personnel In Accordance With The Agreement. Technicians Shall Include Fully Qualified Facility Service Engineers (fse) And A Fully Qualified Fse Who Will Serve As The Backup And Show Proof Of Competency, As Shown By Training Conducted On Said System. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment Identified In This Statement Of Work. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance. Proof Of Training Shall Be Provided Upon Demand And Be Immediately Sent Via Fax, Upon Demand To The Cor. All Fse S And Technicians Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fse's. The Cor And/or Designated Representative Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. It Is Anticipated That Any Hospital Regulatory Inspections (tjc, Etc.) Will Have The Vendor Providing Proof That They Meet Industry Standards Of Quality, And Traceable Standards, As Used To Calibrate This Device- System, At The Time Of The Maintenance Event.
check In Requirements: The Field Service Engineer Or Technicians Must Report To The Biomedical Engineering Department To Obtain A Badge And Sign In With The Biomedical Engineering Service Before Work Begins. Submit Any Mobile Media Devices That Would Be Used On The System To A Virus Scan. Upon Completion Of Work, The Field Service Engineer Must Report To The Biomedical Engineering Service To Sign Out And Brief Biomedical Staff Or Supervisor If Biomedical Staff Is Unavailable Concerning Completion Of Service. At The End Of Briefing Field Service Engineer Will Return The Badge And Sign Out In The Biomedical Engineering Department.
documentation: Contractor Shall Furnish A Detailed Field Service Report Upon Completion Of Work To Biomedical Staff In The Biomed Department. Payment Will Not Be Processed Until A Properly Completed Service Report Is Received. The Service Report Shall Contain, At A Minimum, The Following Information:
identification Of Equipment To Be Serviced:
va Ee Number
vendor Inventory Id Number
manufacturer Name
device Name
model Number
serial Number
system Id
name Of Contractor And Contract Number
name Of Fse Who Performed Services
contractor Service Esr Number/log Number
date, Time (starting And Ending), Equipment Downtime And Hours On-site For Service Call
va Purchase Order Number(s) Covering The Call If Outside Normal Working Hours
total Time Spent Performing Maintenance.
detailed Narrative And Itemized Description Of The Services Required And Performed Including:
labor And Travel
parts (with Part Numbers)
materials
location
corrective Action
copies Of All Test Reports
complete List Of Parts Replaced (when Applicable)
date And Time The Repair/support Was Completed
total Cost To Be Billed (if Applicable I.e., Part(s) Not Covered, Or Service Rendered After Normal Hours Of Coverage).
signatures:
fse Performing Services Described
authorized Va Employee Who Witnessed Service Described
note: - Any Additional Charges Claimed Must Be Approved By The Cor Or Designated Representative Before Service Is Completed!
the Service Report Shall Itemize Every Item In The Specification. Each Item Shall State The "as Found" Condition Or Values, The "calibrated To" Or "adjusted To" Values, The Factory Design Tolerances, And A Complete Description Of All Work Performed Concerning The Items. Included Will Be A List Of New Parts Used And Recommended Future Repairs.
reporting Requirements: The Contractor Shall Be Required To Report To The Clinical Engineering Department To Log In. This Check- In Is Mandatory. When The Service Is Completed, The Fse Shall Document Services Rendered On A Legible Esr(s). The Fse Shall Be Required To Log Out With Biomedical Engineering And Submit The Esr(s) To The Cor Or Designated Representative. All Esrs Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor Or Designated Representative For An "authorization Signature". If Cor Or Designated Representative Is Unavailable, A Signed, Authorized Copy Of The Esr Will Be Left With The User.
place Of Performance:
va Connecticut Healthcare System
west Haven Va Medical Center
950 Campbell Avenue
west Haven, Ct 06516
contracting Officer Representatives: Prior To Contract Award, The Contracting Officer Shall Designate A Va Medical Center Employee As The Cor. All Work Coordination Shall Be Made Through The Cor. The Contractor Shall Be Provided A Copy Of The Letter Of Delegation Authorizing The Cor At The Commencement Of The Term Of The Contract. No Other Person Shall Be Authorized To Act In Such Capacity Unless Appointed In Writing By The Contracting Officer.
safety Requirements: In The Performance Of This Contract, The Contractor Shall Take Such Safety Precautions As The Contracting Officer May Determine To Be Reasonably Necessary To Protect The Lives And Health Of Occupants Of The Building. The Contracting Officer Shall Notify The Contractor Of Any Safety Issues And The Action Necessary To Correct These Issues. Such Notice, When Served To The Contractor Or His Representative At The Work Site Shall Be Deemed Sufficient For The Corrective Actions To Be Taken. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue An Order Stopping All Or Part Of The Work And Hold The Contractor In Default.
invoicing: Payment To Be Made Monthly In Arrears By Certified Invoices And Must Contain The Contract Number In Addition To The Requirements Detailed In 52.212-4 (g) To Be Considered Valid. All Invoices Shall Be Submitted To The Va Financial Service Center And Emailed To The Cotr. All Invoices Will Reference The Purchase Order Number Assigned To The Contract.
additional Charges: There Shall Be No Additional Charge For Time Spent At The Site (during, Or After The Normal Hours Of Coverage) Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts.
transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement.
reporting Required Services Beyond The Contract Scope: The Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor And/or Designated Representative (in Writing) Of The Existence Or The Development Of Any Defects In, Or Repairs Required, To The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. The Contractor Shall Furnish To The Cor Or Designated Representative A Written Estimate Of The Cost To Make Necessary Repairs.
condition Of Equipment: The Contractor Shall Accept Responsibility For The Equipment. Failure To Inspect The Equipment Prior To Contract Award Will Not Relieve The Contractor From Performance Of The Requirements Of This Contract.
test Equipment: Prior To Commencement Of Work On This Contract, The Contractor Shall Provide The Vamc With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor On Vamc's Equipment. This Certification Shall Also Be Provided On A Periodic Basis When Requested By The Vamc. Test Equipment Calibration Shall Be Traceable To The Original Equipment Manufacture S Standard.
identification, Parking, Smoking, And Va Regualtions: The Contractor's Fse's Shall Always Wear Visible Identification While On The Premises Of The Vamc. The Contractor Shall Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police Section. The Vamc Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited Inside Any Buildings At The Vamc. Possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court.
training: The Contractor Shall Provide First Call Clinical Engineering Training For Current Qualified Technicians At The Vamc, Ct During Regular Service Hours Of Monday Through Friday From 8:00am 6:00 Pm Est. This Is Not An Ongoing Training And Will Only Be Provided On An Annual Basis As Required. All Training For Upgrades To Equipment Shall Be Considered Within Scope Throughout The Life Of The Contract. All Service And Repairs Are Performed By Oem Factory Certified Technicians.
transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement.
complaince With Osha Bloodborne Pathogens Standard: The Contractor Shall Comply With The Federal/california Osha Bloodborne Pathogens Standard. The Contractor Shall:
a. Have Methods By Which All Employees Are Educated As To Risks Associated With Bloodborne Pathogens.
b. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Bloodborne Pathogens.
c. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Bloodborne Pathogens.
d. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, Mouthpieces For The Employee During Performance Of The Contract.
miscellaneous: Additional Equipment May Be Added And/or Removed Throughout The Life Of This Contract And Shall Be Considered Within Scope.
contractor Personnel Security Requirements: All Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Cor Or Government Designated Representative. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Cor A Valid (non-expired) Photo Identification Issued By A Us Federal, State, Or Local Government Agency. Escort Will Be Provided As Required In Sensitive Work Areas. The C&a Requirements Do Not Apply, And The Security Accreditation Package Is Not Required. The Identified Sole Source Vendor Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In Standard Acquisition Guidelines. Per The Va Handbook 6500.6, No Va Sensitive Information Will Be Transferred, Shared, Or Stored With Vendor. As Such, No Additional Mechanisms Will Be Needed To Ensure The Protection Of Information.
records Management Statement:
a. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
b. 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.
c. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
d. Va Medical Center West Haven And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of The Va Medical Center West Haven Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va Medical Center West Haven. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
e. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Va Medical Center West Haven Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
f. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Va Medical Center West Haven Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
g. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Medical Center West Haven Policy.
h. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Va Medical Center West Haven Information That Are Not Specifically Tied To Or Authorized By The Contract.
i. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
j. The Va Medical Center West Haven 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 Va Medical Center West Haven Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
k. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training, Talent Management System (tms) Item #3873736, Records Management For Records Officers And Liaisons. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
vha Supplemental Contract Requirements For Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors:
contractor Employees Who Work In Or Travel To Vha Locations Must Comply With The Following:
documentation Requirements:
If Fully Vaccinated, Shall Show Proof Of Vaccination
note: Acceptable Proof Of Vaccination Includes A Signed Record Of Immunization From A Health Care Provider Or Pharmacy, A Copy Of The Covid-19 Vaccination Record Card (cdc Form Mls-319813_r, Published On September 3, 2020), Or A Copy Of Medical Records Documenting The Vaccination
if Unvaccinated And Granted A Medical Or Religious Exception, Shall Show Negative Covid-19 Test Results Dated Within Three Calendar Days Prior To Desired Entry Date. Test Must Be Approved By The Food And Drug Administration (fda) For Emergency Use Or Full Approval. This Includes Tests Available By A Doctor S Order Or An Fda Approved Over-the-counter Test.
documentation Cited In This Section Shall Be Digitally Or Physically Maintained On Each Contractor Employee While In A Va Facility And Is Subject To Inspection Prior To Entry To Va Facilities And After Entry For Spot Inspections By Contracting Officer Representatives (cors) Or Other Hospital Personnel.
Documentation Will Not Be Collected By The Va; Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information.
contractor Employees Are Subject To Daily Screening For Covid-19 And May Be Denied Entry To Va Facilities If They Fail To Pass Screening Protocols. As Part Of The Screening Process Contractors May Be Asked Screening Questions Found On The Following Website: Covid-19 Screening Tool. Regularly Check The Website For Updates.
contractor Employees Who Work Away From Va Locations, But Who Will Have Direct Patient Contact With Va Patients Shall Self-screen Utilizing The Covid-19 Screening Tool, In Advance Each Day That They Will Have Direct Patient Contact And In Accordance With Their Person Or Persons Who Coordinate Covid-19 Workplace Safety Efforts At Covered Contractor Workplaces. Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information.
contractor Must Immediately Notify Their Cor Or Contracting Officer If Contract Performance Is Jeopardized Due To Contractor Employees Being Denied Entry Into Va Facilities.
option To Extend Services (nov 1999): The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 5 Days.
Closing Date10 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Furnitures and Fixtures
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 2025-02.
this Solicitation Is Set-aside For
sdvosb
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 337215, With A Small Business Size Standard Of 500 Employees. The Fsc/psc Is 6530. This Is A Brand Name Only Requirement Oem Intermetro Industries Corporation, 651 N Washington St. Wilkes-barre, Pa 18705.
the Contracting Activity Is Looking To Acquire Delivery And Installation Of The Metro Equipment Listed Below For Providence Va Medical Center, 830 Chalkstone Avenue, Providence Ri 02908-4734.
all Interested Companies Shall Provide Quotations For The Following:
supplies/services
line Item
description
quantity
unit Of Measure
mx1872g
metromax I Mx1872g Plastic Industrial
shelf With Grid Mat, 18" X 72"
60
ea
mx1872f
metromax I Mx1872f Plastic Industrial
shelf With Solid Mat, 18" X 72"
12
ea
mx2472g
metromax I Mx2472g Plastic Industrial Shelf With Grid Mat, 24" X 72"
15
ea
mx2472f
metromax I Mx2472f Plastic Industrial Shelf With Solid Mat, 24" X 72"
3
ea
btax3
metro Btax3 Qwiktrak Stationary Intermediate Unit Kit For Metromax Shelving, Polymer Posts
1
ea
btex3
metro Btex3 Qwiktrak Stationary End Unit Kit For Metromax Shelving, Polymer Posts
1
ea
btmx3
metro Btmx3 Qwiktrak Mobile Unit Kit For Metromax Shelving, Polymer Posts
12
ea
bts13na
metro Bts13na Qwiktrak Floor Track Shelving Track Set, 13'
2
ea
install
installation
1
ea
statement Of Work
providence Va Medical Center
metro Shelving System
scope Of Work: The Contractor Shall Provide All Labor, Personnel, Equipment, Tools, Materials, Supervision And Other Items And Services Necessary To Perform The Following:
installation And Implementation Of A Fully Functional;
15 Rolling Rack System. Twelve 18 X 72 And Three 24 X72.
1. Equipment
the Following Equipment Shall Be Provided And Installed By The Contractor In The Space Determined By The Government. All Equipment Installed By The Contractor Shall Be Fda Approved For Use, In New Condition, And Fully Operational In Accordance With Manufacturer Literature Specifications. A Minimum Of Two (2) Copies Of Any Associated Operational And/or Service Manuals Shall Be Provided For All Equipment Listed Below As Applicable.
60 Mx1872g Metromax I Mx1872g Plastic Industrial Shelf With Grid Mat, 18" X 72"
12 Mx1872f Metromax I Mx1872f Plastic Industrial Shelf With Solid Mat, 18" X 72"
15 Mx2472g Metromax I Mx2472g Plastic Industrial Shelf With Grid Mat, 24" X 72"
3 Mx2472f Metromax I Mx2472f Plastic Industrial Shelf With Solid Mat, 24" X 72"
1 Btax3 Metro Btax3 Qwiktrak Stationary Intermediate Unit Kit For Metromax Shelving, Polymer Posts
1 Btex3 Metro Btex3 Qwiktrak Stationary End Unit Kit For Metromax Shelving, Polymer Posts
12 Btmx3 Metro Btmx3 Qwiktrak Mobile Unit Kit For Metromax Shelving, Polymer Posts
2 Bts13na Metro Bts13na Qwiktrak Floor Track Shelving Track Set, 13'
the Contractor Shall Provide All Tools And Equipment Necessary To Properly And Safely Perform The Services Set Forth Within This Statement Of Work. This Shall Include, But Is Not Limited, To All Personal Protective Equipment (ppe) Which May Be Required For The Work To Be Completed In A Safe Manner. The Contractor Shall Provide Any Equipment Necessary For Proper Infection Control Measures During Installation.
2. Salient Characteristics
the Contractor Shall Provide A Fully Functional System That Meets The Following Characteristics:
high Density Qwiktrak Solutions (self-contained System, No Construction Or Drilling Needed)
high Density Qwiktrak Is Easier To Clean And Protects Them From Damage.
polymer Solution (metromax) = Microban Protection (antimicrobial) Helping Product Stay Cleaner In Between Cleanings
polymer Solution (metromax) = Lifetime Warranty Against Corrosion With Polymer Post
all Shelving Units Are 6-tier/level, Solid Bottoms.
2. Areas To Be Serviced
(one Or All As Necessary And Appropriate To This Contract)
department Of Veterans Affairs
providence Va Medical Center, Clean Inner Cor. Or
830 Chalkstone Ave
providence, Ri 02908
3. Installation
the Contractor Shall Provide All Labor, Materials, Tools, Equipment Etc. To Prepare For And Complete The Installation Of The Equipment In The Space Determined By The Government.
project Implementation Meetings, If Necessary, Shall Be Coordinated With The Cor.
installation And Implementation Dates Are To Be Coordinated In Advance With The Contractor And The Cor.
all Employees Of The Contractor And Subcontractors Shall Comply With Va Security Management Program And Obtain The Permission Of The Va Police, Be Identified By Project And Employer, And Restricted From Unauthorized Access.
all Installation Personnel Shall Be Trained By The Manufacturer On How To Properly Install The Equipment. Resumes And Certifications Shall Be Submitted For Review Upon Request By The Government.
all Installation Personnel Shall Be Trained By The Manufacturer On Safe And Proper Personal Protective Equipment (ppe) Usage And General Infection Control Regulations And Requirements Relevant To The Work Outlined In The Scope Of Work.
the Contractor Shall Communicate To The Government The Estimated Downtime Required To Complete Full Installation. If The Contractor Is Unable To Install The Equipment To Its Normal Operational State Within 24 Hours, The Contractor Shall Compensate The Government For The Downtime By Extending The Warranty Service In A Period Equivalent To The Downtime Of The Equipment.
the Contractor Shall Be Responsible For The Safe Removal And Disposal Of All Trade-in Equipment As Applicable.
the Contractor Shall Be Responsible For The Safe Removal And Disposal Of All Packing Materials And Related Waste Generated During Installation.
4. Training
n/a
5. Inspection And Acceptance
the Contractor Shall Conduct A Joint Inspection With The Cor Upon Delivery Of Equipment.
contractor Shall Provide Dates Of Completion Of Punch List Items And Replacement Parts And/or Short Ship Items From The Manufacturer(s).
the Cor Shall Ensure All Work Is Completed Satisfactorily Prior To Acceptance. Disputes Shall Be Resolved By The Contracting Officer.
6. Warranty
the Contractor Shall Provide A One-year Manufacturer S Warranty On All Parts And Labor.
the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair.
7. Task Frequency And Instructions
the Work Set Forth In The Scope Of Work Shall Be Completed In A Single Visit, Be It A Single Day Or Multiple Days As Required For Appropriate Completion. All Work Is To Be Scheduled In Advance With The Cor.
equipment Delivery Shall Not Precede Installation By More Than 20 Days. Installation And Implementation Must Be Immediately Followed By Clinical User Training Including Go Live Support. Implementation And Integration With Vista Cprs Shall Not Exceed 90 Days From Date Of Award.
8. Special Work Requirements
the Contractor Shall Comply With Any And All Infection Control Risk Assessment Requirements Deemed Appropriate By The Providence Va Medical Center During All Portions Of The Work Set Forth In The Scope Of Work.
the Contractor Must Comply With Security, Privacy, And Safety Issues In Accordance To Va Standards, Policies, And Directives Set Forth At All Times While Providing The Work Outlined In The Scope Of Work.
9. Property Damage
the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property. The Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor Unless Corrective Action Is Taken. Any Damaged Material (e.g. Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer.
10. Attachments
none.
11. Identification, Parking, Smoking, Cellular Phone Use And Va Regulations
the Contractor's Employees Shall Wear Visible Identification At All Times While On The Premises Of The Va Property. It Is The Responsibility Of The Contractor To Park In The Appropriate Desig Nated Park Ing Areas. Information On Parking Is Available From The Va Police-security Service. The Va Will Not Invalidate Or Make Reimbursement For Parking Viola Tions Of The Con Tractor Under Any Con Ditions. Smoking Is Prohibited Inside Any Buildings At The Va. Cellular Phones And Two-way Radios Are Not To Be Used Within Six Feet Of Any Medical Equipment. Posses Sion Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Sub Ject To Search. Violations Of Va Regulations May Result In A Citation Answer Able In The United States (federal) Dis Trict Court, Not A Local District State, Or Municipal Court.
12. Compliance With Osha Bloodborne Pathogens Standard
The Contractor Shall Comply With The Federal Osha Blood Borne Pathogens Standard. The Contractor Shall:
A. Have Methods By Which All Employees Are Educated As To Risks Associated With Blood Borne Pathogens.
B. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Blood Borne Pathogens.
C. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Blood Borne Pathogens.
D. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, And Mouthpieces For The Employee During Performance Of The Contract.
13. Information Security Language
14. Records Management Language For Statement Of Work (sow):
the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract:
citations To Pertinent Laws, Codes, And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228.
contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest.
contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records.
contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act.
contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract.
the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract.
the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data.
contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.].
no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules.
contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
delivery Shall Be Provided No Later Than 30-45 Days After Receipt Of Order (aro).
place Of Performance/place Of Delivery
address:
830 Chalkstone Avenue, Providence Ri
postal Code:
02908-4734
country:
united States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services
far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023)
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (jan 2025)
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
52.204-10, 52.204-27, 52.219-14, 52.219-28, 52.219-32, 52.219-33, 52-222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33
all Quoters Shall Submit The Following: Quote.
all Quotes Shall Be Sent To The Contract Specialist, Divianna Mathurin, Divianna.mathurin@va.gov.
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government.
the Following Are The Decision Factors:
price
speed Of Delivery
past Performance
the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions.
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)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 request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, 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 If Theâ acquisition
is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or
uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or
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 quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show
â â â â â â â â â â â (1)â theâ solicitation Number;
â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â
â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter;
a Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary;
â â â â â â â â â â â (5)â terms Of Any Expressâ warranty;
â â â â â â â â â â â (6)â price And Any Discount Terms;
â â â â â â â â â â â (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 quoterâ shallâ complete Electronically);
â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments;
(10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements.
(11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9), And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration.
(c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes, 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 quotes. 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 Testing.
(e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting 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 quoteâ submitted Will Be Evaluated Separately.
(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.
(g)â 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, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ 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)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ 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 Theâ quoterâ specifies Otherwise In Theâ quotation.
â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation.
(i)â 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 Thisâ solicitationâ mayâ 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)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ 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)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites:
â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/).
â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â
(3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By-
(i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm);
(ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or
(iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ 32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei.
(k)â [reserved]
(l)â 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)
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 January 15, 2025, 12pm Est At Divianna.mathurin@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
contract Specialist
divianna Mathurin
divianna.mathurin@va.gov
914-325-3258
Closing Date15 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Page 14 Of 14
no Phone Calls. Send Any Responses By E-mail Only. As This Is A Sources Sought Notice For Market Research Purposes, The Government Will Not Accept Any Technical Questions At This Time.
this Is A Sources Sought Notice To Determine Small Business Sources Capable Of Providing Hazardous Waste Management Services Per This Notice Under Naics 562211 (hazardous Spill Containment And Clean-up Equipment And Material). Small Business Size Standard Is $47 Million. Product Service Code (psc) Is 4235 (hazardous Waste Treatment And Disposal).
background:
this Is A Sources Sought Notice Being Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research. This Notice Is Issued Solely For Informational, Market Research, And Planning Purposes Only. It Does Not Constitute A Solicitation Or A Promise To Issue A Solicitation In The Future.â This Notice Does Not Commit The Federal Government To Contract For Any Service At This Time.
further, The U.s.t Department Of Veterans Affairs, Network Contracting Office (nco) 23/ Supply Services Team 1 Is Not At This Time Seeking Offers And Will Not Accept Unsolicited Offers.â
respondents Are Advised That The Federal Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party S Expense.
responses To This Notice Are Not Offers And Cannot Be Accepted By The Federal Government To Form A Binding Contract.â Although The Term Offeror Is Used In This Notice, Your Respective Organization S Response Will Be Treated As Information Only And Shall Not Be Used As An Offer.
objective:
the Objective Of This Notice Is To Conduct Market Research To Determine If There Are Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Sources, Or Any Other Small Businesses Capable Of Providing Hazardous Waste Management Services For The St. Cloud, Mn Va Hcs.
description Of Service:
see Attached Proposed Statement Of Work.
places Of Performance:
see Attached Proposed Statement Of Work.
potential Scope Of Work:
see Attached Proposed Statement Of Work.
potential Certifications And Licensure:
see Attached Proposed Statement Of Work.
submittal Of Responses:
responses Shall Be Sent Via Electronic Mail Only By 5:00 Pm Central Standard Time (cst), 1-10-2025 To:
amanda Patterson-elliott
contracting Specialist
e-mail: Amanda.patterson-elliott@va.gov
offerors Shall Submit A Capability Statement Indicating Their Ability And Experience To Provide The Services Cited Above; Such Statement Shall Also List:
name Of Offeror
address Of Offeror
uei Number Of Offeror
point Of Contact Name, Phone Number, And E-mail Of Offeror
whether Or Not Vendor Is Sdvosb Or Vosb; Sdvosb And Vosb Will Be Verified Through Vet Biz At Https://veterans.certify.sba.gov/ .
whether Or Not Vendor Has General Services Administration (gsa) Federal Supply Schedule (fss) Contract; If So, Please Provide Gsa Fss Contract Number Certifications And Licensure That Its Applicable Staff Holds
disclaimer
This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
statement Of Work
title: Hazardous Waste Management Services
overview: The St. Cloud Va Has A Need For A Qualified Contractor With The Capability And Capacity To Provide Disposal Services For Hazardous Waste, Non-hazardous Chemical Waste, Specialty Waste (i.e. Hazardous Pharmaceutical, High Hazardous Waste, Dea Drug Waste, Non-hazardous Pharmaceutical, And Dual Waste [hazardous Chemical And Bio-hazardous Combined]), Universal Waste, Emergency Spill Response Services, Lab Pack Services That Include Supplies, Labeling, Lab-packing, Consolidation, Shipment, Manifesting, And Consulting.
this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste Except For Dual (chemical And Infectious Combined) Waste.
acronyms:
a. Co Contracting Officer
b. Cor Contracting Officer S Representative
c. Va Department Of Veterans Affairs
d. Vahcs St. Cloud Va Health Care System
e. Sow Statement Of Work
f. Osha - Occupational Safety And Health Administration
g. Epa - Environmental Protection Agency
h. Dot Department Of Transportation
i. Mpca Minnesota Pollution Control Agency
j. Jc Joint Commission
k. Mdh Minnesota Department Of Health
l. Cdc Centers For Disease Control
m. Dea Drug Enforcement Administration
n. Rcra Resource Conservation And Recovery Act
o. Cfr Code Of Federal Regulations
p. Contractor Employee Means All Contractor Staff, Technicians, Personnel, Subcontractors Or Persons Working On Behalf Of The Contractor.
4. Place Of Performance:
st. Cloud Va Health Care System, 4801 Veterans Drive, St. Cloud, Mn 56303
period Of Performance:
this Contract Will Be A Single Award, Firm Fixed Price Indefinite Delivery, Indefinite Quantity, Service Contract For One (1) Base Year From 02/01/2025 01/31/2026 With Four (4) Option Years. Renewal Of Option Years Is Subject To Availability Of The Next Fiscal Year Funding.
qualifications And Special Certifications:
contractor Must Obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste.
*the Primary Contractor Must Own Their Own Licensed Treatment, Storage, And Disposal Facilities.
treatment, Storage And Disposal Facilities (tsdfs) Need A Resource Conversation And Recovery Act (rcra) Permit.
federal Certificate Of Registration To Transport Hazardous Waste
federal Safety Permit To Travel On Highways
if Waste Covered Under This Contract Must Be Transported Through A Jurisdiction Which Requires Special Licensing Or Permitting, The Contractor And/or Subcontractor Shall Obtain And Maintain All Necessary Licenses And Permits. The Contractor Shall Provide Copies Of These Licenses And Permits To The Cor.
the Contractor And/or Subcontractor Shall, Without Additional Cost To The St. Cloud Vahcs Or Federal Government, Provide And Maintain All Licenses And Permits For Personnel, Trailers, Containers, Vehicles, And Other Resources Required For Proper Transportation And Disposal Of The Wastes Covered Under This Contract In Accordance With All Applicable Federal, State, Local, Municipal, And Va, Laws, Regulations, And Requirements.
if Appropriate Licenses And Permits Are Not Maintained In Accordance With These Applicable Laws, Regulations And Requirements, The St. Cloud Vahcs May Terminate The Contract Effective Upon Discovery.
the Contractor Is Required To Perform Characterization Of All Waste Streams Identified By Each Facility Using Process Knowledge, Identity Of The Chemicals, And Other Types Of Chemical Analysis Including But Not Limited To Toxicity Characteristic Leaching Procedure (tclp).
chemical Wastes Shall Include But Not Be Limited To Flammables, Corrosives, Poisons/toxics/lethal, Reactive Wastes, Dual And Hazardous Waste, And Universal Waste. Work Shall Be Performed In Accordance With All Applicable, Federal, State, Local And All Governing Regulations.
the Successful Offeror Must Possess The Necessary Technical Expertise And Resources Required By This Statement Of Work To Be Considered For Contract Award.
regulations / Directives / Policies:
the Contractor Must Comply With All Applicable Federal (us Epa, Us Osha, Us Dot), State (mn Osha, Mpca), Interstate, National Consensus Standards (jc), And Local Requirements, Rules, Regulations, And Laws Relative To The Handling, Removal, Manifesting, Transportation, Management, Disposal And/or Treatment Of Hazardous, Non-hazardous And Specialty Wastes.
the Contractor May Not Attempt To Circumvent Mn01 Lethality Waste Characteristics By Repackaging And Reprofiling In Another State.
scope Of Work:
contractor Shall Provide All Labor, Personnel, Transportation, Vehicles, Equipment, Tools, And Materials Necessary To Provide Hazardous Waste Management Services.
contractor Shall Have The Capability And Capacity To Provide Hazardous, Dual, Universal, And Dea Drug Waste, Waste Disposal Services, Lab Packs, And Removal Of Non-hazardous Chemical Waste Removal And Disposal From The Vahcs, In Accordance With Current Federal, State, And Local Regulations.
services Shall Include Pharmaceutical Formulary Review; Technical Consulting; Electronic Record Keeping; Emergency Spill Response; Analysis, Documentation, Waste Treatment, Disposal And Support Services Required To Categorize, Package, Transport, Document And Dispose Of Hazardous, High Hazardous, Dual, And Universal, And Non-hazardous Chemical Wastes And Their Containers.
the Certification And Accreditation Requirements Under Va Handbook 6500 Do Not Apply, And As Such A Security Accreditation Package Is Not Required.
wate Removal And Shipment:
the Contract Will Include Removal, Documentation, And Shipment Of Wastes From The Designated Hazardous Waste Storage Area At The St. Cloud Va Hcs.
this Will Include Periodic Shipments Of Dea Controlled Substances Waste And All Labor And Equipment To Package, Transport, Treat And Dispose Of Waste.
Protection And Mandates:
contractor Will Provide Appropriate Protection For His/her Employees To Be Within Cdc Guidelines That Include Barrier Precautions, I.e., Gloves, Masks, Eyewear And/or Waterproof Gowns, Aprons, (lab) Coats Or Respirators As Necessary.
cor Or Cor Designee Will Notify Contractor Of Areas With The Health Care Systems Or Unusual Circumstances Requiring Personal Protective Equipment (ppe) Beyond Standard Practices.
contractor Will Comply With All Applicable Osha, Mpca, The Joint Commission, Mdh, Federal, State, Interstate And Local Requirements, Rules, Regulations, And Laws Respecting Control And Abatement Of Pharmaceutical And Hazardous Waste Disposal And Management.
obtain All Necessary Permits And/or Licenses Regarding The Pickup And Incineration Or Other Acceptable Disposition As Regulated By State And Federal Epa Guidelines For Hospital Hazardous/dual Waste.
this Includes Any Laws In Other States That Are Applicable To The Transportation Of Hazardous/dual Waste Across State Lines.
potential Successful Contractor May Be Asked For Documentation That Will Help Determine Contractor Responsibility And Whether The Transporter Is Aware Of And In Compliance With (these) Regulatory Requirements.
the Vahcs Requires Hazardous Waste Removal At A Minimum Of Six (6) Visits Per Year/every Other Month.
contractor Must Check In With The Cor Or His/her Designee Prior To Beginning Any Work And After Completion.
shipments Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste Must Be Provided Every Other Month, Or As Needed Based On Generation.
periodic Shipments Of Dea Controlled Substances Waste.
all Labor And Equipment To Package, Transport, Treat And Dispose Of Waste.
technical Expertise To Categorize And Profile Waste And Advise On Federal, State, Municipal And Local Regulatory Compliance.
consulting Services
at The St. Cloud Va S Request, The Contractor Will Provide Technical Expert Consulting Services On Topics Related To Epa, State Specific Rcra, Dot, And Other Environmental Regulations.
pharmaceutical Formulary Review Annual Update
annual Pharmaceutical Formulary Review And Report That Identifies All Listed And Characteristic Waste And Codes Including Minnesota Specific Waste Codes.
the Contractor Will Provide An Electronic Review Of The Vahcs Formulary And Provide Recommendations As Appropriate.
the Completed Review Will Identify All Listed Waste, Characteristic Waste, And Rcra-equivalent Waste, Including State Specific Waste Codes, E.g. Mn01 Lethal.
the Final Review Will Be Submitted In Microsoft Excel Spreadsheet In An Electronic File.
electronic Record Keeping And Reporting.
controlled Substances Disposal
contractor Personnel Will Be Escorted By Vahcs Staff.
the Contractor Will Be Responsible For The Disposal Of Controlled Substances From The St. Cloud Va Hcs Pharmacy In Compliance With All Applicable Dea, Epa, Mpca, And Local Regulations And The Needs Of The Department Of Veterans Affairs.
transportation: Hazardous Waste Shall Be Transported On The Public Highways In Vehicles That Are Licensed, Permitted, Or Otherwise Registered In Accordance With All Applicable Federal, State, Municipal And Local Laws.
license Number(s) Must Be Posted On The Exterior Of The Vehicles.
each Vehicle Transporting Hazardous Waste Must Have An Emergency Spill Clean-up Plan And Basic Cleanup Equipment On Board.
out Of Country Shipments Are Prohibited Under This Contract.
disposal: Contractor Will Dispose Of Hazardous Waste In A Manner That Leaves No Future Expense Potential To The Va Or The Federal Government. Chemicals Should Be Disposed Of In The Following Preferred Priority:
the Treatment Of The Chemical Waste (at A Facility Approved For Such Processing By An Appropriate State Or Federal Agency) In A Manner That Renders It No Longer A Hazardous Waste As Defined In The 40 Cfr Series. These Processes Include (but Are Not Limited To):
reprocessing Or Recovery Followed By Recycling/reuse.
chemical Neutralization Or Detoxification.
thermal Treatment (e.g. Incineration, Pyrolysis).
the Long-term Internment (burial) In A Secure Chemical Landfill Site Approved For Such By The Appropriate State Or Federal Agency.
acceptance Of The Hazardous Property (chemical Wastes) At A Properly Permitted Treatment, Storage, Or Disposal Site Does Not Constitute Disposal And/or Completion Of The Contract.
it Is The Prime Contractor S Responsibility To Obtain All Necessary Documentation To Prove That The Timely End Disposal Of All Items Has Been Accomplished.
contractor Shall Provide The Cor With A List Of Disposal Facilities That Will Be Used In Conjunction With This Contract. This List Must Include The Name Of The Company, Address, City, And State, Zip Code, Telephone Number, Epa Id And State Permit Number.
this Contract Will Not Include The Disposal Of Infectious, Bio-hazardous, Radiological, Or Pathological Waste With The Exception Of Dual (chemical And Infectious Combined) Waste.
waste Spill Or Release: Should Waste Be Spilled Or Released During The Performance Of Services, Through No Fault Of The St. Cloud Va Hcs, The Contractor Will Be Responsible For Cleanup And All Costs Associated With The Satisfactory Remediation Of The Incident.
this Will Include The Cost Of All Labor And Materials, Repair Of Any Damage, And/or Harm Caused To Patients, Visitors, And Staff. Cleanup Shall Be Performed To The Satisfaction Of Regulatory Authorities And The Cor.
when Waste Is Spilled Or Release By The Contractor During The Performance Of Services The Contractor Shall Submit A Spill Report.
such Incidents Shall Be Reported To The Cor Immediately By Telephone And In Writing No Later Than Seven (7) Workdays After Leaving The Site.
the Spill Report Shall List At A Minimum The Type Of Spill, Amount Of Waste, And Personnel Exposed To The Spilled Waste.
the Contractor Shall Provide Certification That The Spill Was Cleaned Up, A Statement Concerning The Effect On Any Employees, And A Description Of The Cause And Corrective Measure Instituted By Contractor To Ensure Spills Do Not Occur Again.
Schedule:
the Contractor And Cor Will Arrange For Scheduled/routine (non-emergency) Services That Occur On A Bi-monthly Basis.
work Hours:
the Contractor Shall Perform Services During Normal Business Hours, 8:00 Am - 4:30 Pm, Monday Through Friday, Excluding Federal Holidays. The Eleven National Holidays Observed By The Federal Government Are:
New Years Day January 1st
Martin Luther King Jr. Day Third Monday In January
Presidents Day Third Monday In February
Memorial Day Last Monday In May
Juneteenth June 19th
Independence Day July 4th
Labor Day First Monday In September
Columbus Day Second Monday In October
Veterans Day November 11th
Thanksgiving Day Fourth Thursday In November
Christmas Day December 25th
Any Additional Federal Holiday Declared By The President Of The United States
if The Holiday Falls On A Saturday, The Previous Friday Will Be Observed And If The Holiday Falls On A Sunday, The Following Monday Will Be Observed.
the Cor Or Dot Hazmat Certified Designee Are Available During Those Hours For The Approval/signature Of Shipping Manifests And Other Required Documentation Unless Exigent Circumstances Require Services During An Unscheduled Time.
any Service Performed Outside Of Normal Working Hours Shall Be Approved In Advance By The Contracting Officer S Representative Cor.
after-hours Access Will Be Coordinated With The Gems Program Manager Or The Gems Program Manager S Site Designee.
emergency Services:
the Contractor Must Be Available 24/7 And Will Take Responsibility For Up To Two (2) Chemical Spills/releases Per Year At The St. Cloud Va Hcs.
the Contractor Shall Provide A Primary And Alternate Point Of Contact To The Cor Within 5 Days Of Contract Award. Information Shall Include A 24-hour Emergency Contact (name, Telephone #, Mobile #) Available During Contractor S Non-business Hours.
training For Contractor Personnel:
the Contractor S On-site Staff Shall Have Training In Hazardous Waste Handling And Emergency Procedures And Provide Documentation Of This Training.
this Training Shall Include Osha, Epa, Minnesota Pollution Control, And Dot (including Hm 181) Regulations.
permits, Licenses, And Regulatory Compliance:
the Contractor Shall Maintain All Applicable Permits And Licenses For Services Provided And Comply With All Applicable Federal, State, Municipal And Local Laws, Rules, And Regulations.
the Contractor Will Obtain And Maintain Any Additional Permits And Licenses That May Be Required Because Of Changes In Regulations.
this Includes Compliance With All Occupational Safety And Health Administration (osha), Environmental Protection Agency (epa), Minnesota Pollution Control Agency (mpca), Joint Commission (jc), Minnesota Department Of Health (mdh) Requirements And Requirements In Other States Applicable To The Transportation And Disposal Of Waste That Crosses State Lines.
the Following Shall Be Provided To The Contracting Officer With Bid Proposal Submission For Evaluation Purposes And Annually Within Thirty (30) Days Of The Renewal Date Of This Contract With Any Changes To Original Submission Clearly Identified And Highlighted:
current Waste Transporter Permit(s) For The Contractor And Subcontractors.
list Of All Transfer Stations, Treatment, Storage, And Disposal Facilities (tsdfs) Including Incineration, Wastewater And Sludge Treatment Facilities That Shall Be Utilized During This Contract To Include The Capacity Of These Facilities And The Waste Codes For The Waste Streams They Are Permitted To Accept By Treatment Technology.
address, Phone Number And Other Contact Information Shall Be Provided.
the Va Reserves The Right To Inspect Each Of These Facilities Before Approving Its Use Or At Any Time During Or After Contract Period While Va Wastes Are Present.
copy Of Operator Permit(s)
certificates Of Training And Experience Of Contractor/subcontractor Staff And Personnel Who Will Perform Site Work Under This Contract (all Technicians That Will Work On Va Premises Will Be Expected To Have Received At Least The Minimum Training Required By Law As Specified In 29cfr 1910-120, 40 Cfr Parts 260-265 And 49 Cfr Parts 171-178).
provide The Contractor S/subcontractor Experience In Hazardous Waste Packaging, Transport, And Disposal.
provide A Copy Of Us Epa Identification Number(s) Certificate For Each Business Entity Operated Or Contracted By The Contractor That Will Provide Service Regarding Any Aspect Of Va Waste Disposal Program (i.e. Storage, Transfer, Incinerator Sites.)
provided A Copy Of Certificate Of Registration With The State Epa As A Hazardous Waste Hauler For Each Business Entity Operated By The Contractor That Will Provide Hazardous Waste Transportation Services For Any Aspect Of Va Waste Disposal Program.
provide Written Acknowledgement Of Responsibility For Acquisition Of All Applicable Business Licenses And Permits Required By Law.
contractor Shall Certify That It Acknowledges And Is In Possession Of All Required Business Licenses And Permits.
provide A List Of Any Violations And/or Citations That The Contractor And Subcontractors Have Received For Non-compliance With Any Hazardous Waste Laws, Permit Requirements, And/or Osha Requirements For The Past Three Years From The Date Of Submission.
contractor Shall Include Information On All Related Business Entities Including Associated Firms That Are Owned By The Contractor Or Owned By A Common Parent Company That Will Be Involved In Any Portion Of The Processing Of Va Waste Disposal Program.
if No Discharge Or Violations Have Occurred, Contractor Must Provide A Statement That Certifies No Discharges Or Violations Have Occurred.
provide A Plan Describing Standard Operating Procedures (sops) That Will Be Followed While Conducting Normal Hazardous Waste Management Activities. The Contractor Shall Describe:
site Safety And Contingency Procedures (e.g. Spill Management).
operational Procedures And Site Management Structure.
supplies And Equipment Practices.
material Sampling Procedures.
hazard Assessment And Categorization Procedures.
packing Procedures.
quality Assurance And Quality Control Procedures To Ensure Materials Are Properly Identified, Categorized, And Packaged, And Paperwork Is Properly Completed.
procedures For Gaining Waste Acceptance Into A Transfer/ Disposal Facility.
contractor And Project Management Procedures.
provide The Following Information Regarding The Hazardous Waste Fleet Owned And Operated By The Contractor:
basic Description Of Transportation Services Offered And Capabilities.
fleet Description Of Number, Types, And Ages Of Vehicles.
description Of Service And Maintenance Programs.
types Of Materials Licensed To Haul.
latest Dot Or Mcs Rating (include A Copy Of The Last Inspection).
the Dot/mn Dot Compliance Record.
description Of Driver Qualifications Including Training Programs, And Experience.
provide Evidence That Background Checks Have Been Performed On All Employees That Will Perform Any Duties Under This Contract.
provide The Following Information On The Contractor's Emergency Response (er) Capabilities (or Any Changes To Original Submission):
contractor's Er Policies.
Er Capabilities And Experience And Limitations.
type Of Er Equipment Maintained (specify If Owned Or Subcontracted And From Whom).
personnel Availability, Training, And Experience.
contractor's Emergency Response Procedure Shall Describe:
how To Request An Emergency Response.
how The Contractor Notifies Personnel And Initiates Response Action.
incident Command Procedures Followed By The Contractor.
er Work Practices.
er Protection Of Health And Safety Practices.
er Invoicing Policy.
provide A Detailed Site Safety Plan That Will Be Used To Ensure That Workers And Nearby Population Will Be Adequately Protected During Packaging And Removal Operations.
provide Information Identifying Any Proposed Subcontractors And Identifying Services To Be Performed By The Subcontractors.
contractor Must Submit Evidence That Subcontractor Is Qualified And Legally Able To Provide Services. (all Subcontractors Must Be Approved By The Facility Gems Program Manager And Contracting Officer Prior To Performing Any Duties Under This Contract).
the Government Reserves The Right To Prohibit The Contractor From Employing The Services Of A Subcontractor Who Does Not Possess The Ability To Satisfactorily Perform In Accordance With The Provisions Of This Statement Of Work.
the Use Of A Subcontractor Or Subcontractors Does Not Relieve The Contractor From Any Requirements Set Forth In This Statement Of Work.
the Contractor Is Responsible For Ensuring That Any Subcontractor(s) Perform In Accordance With The Terms And Conditions Of This Statement Of Work. Subcontractors Will Also Comply With (j) Of This Section.
provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Pager/beeper Numbers, Facsimile Numbers, And E-mail Addresses Of Key Managers, Supervisors, Customer Service, And Field Service Personnel Performing Under This Contract.
provide Written Standard Operating Procedures (sops) For The Collection, Handling, Accumulation, Sampling, Lab Testing, Characterization, Packing, And Shipping Of Hazardous, Universal, And Non-hazardous Wastes.
provide A Single Point Of Contact For Each Facility With Backup.
provide A List Of Names, Titles, Addresses, Telephone Numbers (including Cellular), Pager/beeper Numbers, Facsimile Numbers, And E-mail Addresses Of Key Managers, Supervisors, Customer Service, And Field Service Personnel Performing Under This Contract.
records And Reporting Requirements:
contractor Shall Provide A Centralized Online Electronic Waste Tracking System That Is Exportable To The Va System Via Microsoft Excel Spreadsheet.
the Centralized Tracking System Will Include A Centralized Database For All Waste Characterizations And Determinations, Waste Profiles, Hazardous Waste Manifests, Universal Bill Of Lading For Universal Wastes, Methods Of Final (end) Disposal, Final (end) Disposal Sites, Shipping Information, Monthly, Quarterly And Annual Waste Generation Reports By Facility, Training Records, A Tracking System For Hazardous Materials Spills And All Recordkeeping, And Reporting Needed To Operate And Manage The St. Cloud Va Hcs Hazardous Waste Management Program.
the Contractor Will Be Responsible For Providing A Database That Will Be Able To Generate Reports On Hazardous Waste Activities, Waste Characterization Profiles, Annual Generation By Facility And Other Information Necessary For The Successful Operation And Management Of A Hazardous Waste Management Program.
this Will Be Readily Exported To A Format Such As Microsoft Excel.
prior To The Shipment Of Waste, The Contractor Will Furnish A Properly Prepared And Legible Copy Of The Appropriate Manifests And Shipping Papers.
fully Executed Manifests Will Be Provided To The St. Cloud Va Hcs Within Thirty (30) Days Of Shipment.
the Contractor Will Provide A Certificate Of Disposal For All Waste Disposed Clearly Indicating Proper Treatment And Disposal.
14. Safety: The Contractor Shall Take Such Safety Precautions As The Co Or Cor May Determine To Be Reasonably Necessary.
the Co Or His/her Designee Will Notify The Contractor Of Any Noncompliance.
the Contractor Shall, After Receipt Of Such Notice, Immediately Correct The Conditions To Which Attention Has Been Directed.
such Notice, When Served In Person On The Contractor Or His/her Representative At The Site Of Work, Or Telephonically To Contractor S Designated Representative, Shall Be Deemed Sufficient For The Previously Mentioned.
if The Contractor Fails Or Refuses To Comply Promptly To Satisfactorily Abate The Hazardous Condition Or Situation, The Co May Issue An Order Stopping All Or Any Part Of The Work And Hold The Contractor In Material Breach Of This Contract.
15. Work Practices And Standards: The Contractor Shall Have Established Standard Operating Procedures That Will Be Followed While Conducting Hazardous Waste Management Activities.
this Includes Site Safety And Contingency Procedures, Strike Contingency Plan, Operational Procedures, Use And Maintenance Of Supplies And Equipment Procedures, Material Sampling Procedures, Waste Categorization Procedures, Packaging Procedures, Quality Assurance Plan, Procedures For Gaining Waste Acceptance Into A Facility, And Project Management Procedures.
16. Quality Assurance: The Contractor Shall Maintain A Quality Assurance Program To Assure Services Are Performed In Accordance With Commonly Accepted Commercial Practices.
the Contractor Shall Implement Procedures To Identify, Prevent, And Ensure Non-recurrence Of Defective Services.
as A Minimum, The Contractor Shall Develop Quality Control Procedures Addressing The Areas Identified In The Next Paragraph.
timely Shipment Of Hazardous, Dual, Universal, And Non-hazardous Healthcare Waste And Dea Controlled Substances Waste.
timely And Properly Completed Manifest And Shipping Papers.
sufficient And Competent Personnel Including Personnel With Expertise To Perform Waste Characterizations, Profiles, And Consultation Services.
sufficient Equipment And Supplies In Good Working Condition.
fully Functional Online Record Keeping And Reporting System Accessible Always.
timely And Accurate Billing System.
the Government Will Periodically Evaluate The Contractor Performance By Appointing A Representative(s) To Monitor Performance To Ensure Services Are Received.
the Government May Inspect Each Task As Completed Or Increase The Number Of Quality Control Inspections If Deemed Appropriate.
likewise, The Government May Decrease The Number Of Quality Control Inspections If Performance Dictates.
17. Competent Personnel: Contractor Personnel Who Perform Services For The St. Cloud Va Hcs Must Be Competent, Experienced, And Qualified To Perform Such Services.
all Work Shall Be Performed In Accordance With Established Waste Management Practices.
appropriate Handling Of Waste Is Essential For The Safety Of Government And Contractor Employees And Cost Containment.
the Contractor Shall Furnish And Ensure All Personal Protective Equipment (ppe) For Contractor Employees Is In Good Condition.
the Contractor Shall Provide Employee Training On Established Policies And Procedures For Waste Handling.
contractor Employees Providing Site Services Shall Be Certified In Forty (40) Hour Hazardous Waste Operations And Emergency Response (hazwoper) Training And Wear Appropriate Protective Equipment When Handling Hazardous Waste.
the Contractor Shall Submit Proof Of Appropriate Training And Experience To The Cor Upon Request.
contractor Employees Should Be Enrolled In A Medical Surveillance Program That Meets The Standards Of 29 Cfr 1910 At The Expense Of The Contractor.
18. Identification, Check-in, Parking And Smoking: Contractor Employees Shall Notify Cor Or Designees Upon Arrival To Campus And Prior To Commencement Of Work.
during Off-hours Emergency Response Activities Contractor Personnel Should Check In With Va Police If The Cor Or Designee Is Not Available.
smoking Is Prohibited On Va Property.
possession Of Weapons Or Contraband Is Prohibited.
enclosed Containers, Including Tool Kits, Shall Be Subject To Search.
19. Indemnification: It Shall Be Expressly Agreed And Understood By The Contractor And The St. Cloud Va Hcs That The Contractor Agrees To Indemnify The St. Cloud Va Hcs Against All Liabilities, Claims, Penalties, Incident Of Death, Bodily Injuries, Destruction Or Damage To Property, Contamination Or Adverse Effects On The Environment Or Any Violation Of Government Laws, Rules Or Regulations, Caused In Whole Or Part By The Contractor S Breach Of Any Term Of The Contract Or Any Negligent Or Willful Act Or Omission Of The Contractor, Its Employees Or Subcontractors In The Performance Of This Contract.
20. Penalties And Fines: The Contractor Shall Satisfy All Applicable Regulatory Agency Requirements.
in The Event A Regulatory Agency Assesses A Monetary Fine Against The St. Cloud Va Hcs For Violations Caused By The Contractor, The Contractor Shall Reimburse The St. Cloud Va For The Fine.
21. Authorized Services: Only The Services Specified In The Sow Will Be Authorized Under The Contract.
the Co In Consultation With The Cor May Authorize Additional Services Or Repairs Under A Separate Purchase Authorization.
reimbursement Will Not Be Made Unless Prior Authorization Is Obtained.
22. Invoices And Payment: Payment Of Services Rendered Under This Contract Will Be Made In Arrears Upon Satisfactory Completion Of Each Service And Receipt Of A Properly Prepared Invoice.
invoice Must Include, But Not Limited To:
contract Number
purchase Order Number
manifest Number(s)
complete And Accurate Description Of Services
dates Of Performance
amounts
unit Price
extended Totals
any Other Data Relevant For Payment Purposes
the Government Shall Not Authorize Payment Until Such Time That The Cor Or His/her Designee Receives All Properly Executed And Signed Documentation.
23. Insurance: Owners And Contractor S Insurance: The Contractor Shall Obtain At His Own Expense, General Liability Insurance In The Amount Of Not Less Than $500,000.00 For Protection Against Claims Of Personal Injury, And $50,000.00 Per Occurrence For Damage To Property, Arising Out Of This Contract.
professional Liability Insurance: The Contractor Shall Obtain At His Own Expense, Professional Liability Insurance For Services To Be Performed Pursuant To This Contract, Insuring The Contractor Against Malpractice Or Errors And Omissions Of The Contractor In The Amount Required By State And Local Authorities. $10 Million In Pollution Control Liability Insurance.
workers Compensation And Employer Liability: $100,000.00
automobile Liability: $200,00.00 Per Person And $500,000.00 Per Occurrence For Bodily Injury And $20,000 Per Occurrence For Property Damage.
at All Times During Performance, The Contractor Shall Maintain With The Contracting Officer, A Current Certificate Of Insurance Showing At A Minimum, The Insurance Required Above, And Providing Thirty (30) Days Written Notice To The Contracting Officer By The Insurance Company Prior To Cancellation Or Material Change In Policy Coverage.
note: Any Additional Charges Claimed Must Be Approved By The Contracting Officer In Writing Before Service Is Completed!
Closing Date10 Jan 2025
Tender AmountRefer Documents
2141-2150 of 2154 archived Tenders