Medicine Tenders
Medicine Tenders
National Institutes Of Health Tender
Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Description: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Business Sources; (2) Whether The Businesses Are Sba Certified Hubzone Small Businesses; Sba Certified 8(a) Small Businesses; Service- Disabled Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Large Business And (3) The Respective Businesses Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. the Office Of Research Facilities (orf), The National Institutes Of Health (nih) Is Seeking Capabilities From All Categories Of Businesses For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For A New Requirement For An Indefinite Delivery Indefinite Quantity (idiq) Architect-engineer (ae) Multiple Award Task Order Contract (matoc) And A Blanket Purchase Agreement (bpa). the Ae Matoc Contract Has An Anticipated Composite Value Of $400m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Ae Matoc For The Future Professional Architect Engineering (ae) Services, As Well As Multiple Award Blanket Purchase Agreements For Other Professional Services Of An Architectural Or Engineering Nature Or Service Incidental There To (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications,value Engineering,constructionphase Services, Soils Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employees. All Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Small Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. the Bpas Have An Estimated Composite Value Of $100m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Bpas For Future Other Professional Services Of An Architectural Or Engineering Nature. Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. background: As Part Of The U.s. Public Health Service Under The Department Of Health And Human Services, Nih Is The Federal Government's Primary Biomedical Research Agency. The Nih Office Of Research Facilities (orf) Is The Steward Of Nih Facilities And Is Responsible For The Planning, Design, Construction, Acquisition, Maintenance, And Operation Of Nih Owned Facilities, Which Includes: 1) Nih Main Campus, Bethesda, Maryland 2) Nih Animal Center, Poolesville, Maryland 3) Fort Detrick Campus, Frederick, Maryland 4) Research Triangle Park, North Carolina 5) Rocky Mountain Laboratories (rml), Hamilton, Montana 6) Epidemiology & Clinical Research Branch, Phoenix, Arizona 7) Bayview Campus, Baltimore, Maryland 8) Rental Facilities Maintained By Nih description Of The Requirement: The Nih Anticipates Awarding Multiple Aematoc Awards Under A Single Solicitation Utilizing A Task Order Mechanism. Each Idiq Will Be Awarded For A Five (5) Year Performance Period With A Cumulative Maximum Not-to-exceed Dollar Amount Of $400m. the Nih Also Anticipates Awarding Multiple Bpas Under A Single Solicitation Utilizing A Call Order Mechanism. Each Bpa Will Be Awarded For A Five (5) Year Performance Period With An Estimated Dollar Amount Of $100m. the Nih Seeks Highly Qualified Credentialed Contractors With Capability To Perform The Ae Matoc And/or Bpas, Which Will Include Various Simultaneous Task Orders And/or Calls. The Selected Contractors Shall Exhibit Demonstrated Experience, Capability And Resources Enabling Them To Provide Specialized A/e Services, Commissioning Support Services, Cqm Services, And Other A/e Related Services Critical To Orf’s Success In Planning, Alteration, Renovation, And New Construction Of Nih Facilities And Associated Infrastructure For Projects Of Similar Size And Complexity With Comparable Clients, And Most Significantly With A Proven Track Record Of Performing Such Projects With A High Degree Of Customer Satisfaction. contractors Responding To This Notice To Perform The Contract As Small Business Joint Venture Shall Use The Procedure Described At The Small Business Administration (sba) Web Site. The Sba Url Is: Https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding Contractors Shall Have Current Information With The System For Award Management (sam), At Www.sam.gov, And Must Not Be Excluded From Government Contract Award At The Time Of Submission. projects May Include, But Are Not Limited To The Following Areas: animal Care Facilities – To Include, But Not Limited To, Facilities For Housing, Care, And Use Of Animals In Experimental Testing, Research, And Training As Related To Biomedical Research. Animals Used At Nih For Research Include But Are Not Limited To Mammals Of All Sizes, Including Primates, And Aquatic Animals. biomedical Research Laboratory / Laboratory Facilities – To Include, But Not Limited To, General And Specialized Biomedical And Animal Research Laboratories, Laboratory Support Spaces, Laser Laboratory, And Electron Microscopes. Projects Related To Lab Facilities In This Contract Will Include General And Bio-safety Levels (bsl) -2, -3, And -4. health Care Facilities Or Hospitals – To Include, But Not Limited To, Patient Care Units, Outpatient Clinics, Intensive Care Units, Surgical Suites With Catheterization Laboratory, Radiology, Nuclear Medicine, And Mri Suites, Pharmacy, Rehabilitation, Transfusion Medicine, Cyclotron, Radiation Oncology, Medical Gas Services, Pediatrics, And Hospital Support Services. office / Public Space Facilities – To Include, But Not Limited To, Offices, Sensitive Compartmented Information Facilities (scif), Training Facilities, Conference Facilities (including Natcher Conference Center), Libraries (including The National Library Of Medicine), Child Development Centers, Residences And Lodging, Commercial Shops And Food Services, Wellness Centers And Gyms, Recreational Facilities, Facilities For Ancillary Services Such As Fire And Police, Parking Structures, And Exterior Improvements Such As Roadways, Sidewalks, And Landscaping. interior And Exterior Utility Infrastructure And Utility Generation Distribution Systems - The A/e Services Include The Design Of Interior & Exterior Utility Infrastructure And Systems For Office / Public Facilities; Animal Care Facilities; Bio-medical Research Laboratories; Healthcare /hospital Facilities; And General-purpose Facilities Such As Parking Structures And Warehouses. The Utility Interior & Exterior Infrastructure And Generation & Distribution Systems Include, But Are Not Limited, To The Following: mechanical, Electrical, And Plumbing Systems. high Voltage Electrical central Utility Plant (cup) hvac Systems To Include Specialized Filtering Requirements, Supply And Exhaust Systems And Associated Controls. steam/condensate, High Temperature Hot Water, Heating Hot Water, Chilled Water, Lab Water, High Purity Water, And Potable Water Systems. compressed Air, Medical Gas, Lab Vacuum, And Material Gas Systems. central Co2 Systems. central Liquid Nitrogen Systems. fuel Oil Systems. storm Water And Sanitary Sewer Distribution Systems. wastewater Treatment Systems. electrical Substations. landscaping Irrigation Systems. commissioning commissioning, Qualification, And Validation (cqv) historical geotechnical elevator physical Security interior / Exterior Lighting telecommunications building Envelope roofing building Model Information (bim) net Zero Emissions this Idiq Shall Support Projects In Maryland, North Carolina, And The Montana Locations. maryland Facilities Include: nih Main Campus, Bethesda, Md nih Animal Center, Poolesville, Md fort Detrick Campus, Frederick, Md bayview Campus, Baltimore, Maryland rental / Leased Facilities Maintained By Nih it Is Anticipated That A Majority Of The Facilities Under This Idiq Will Be Located On The Nih Main Campus, Bethesda, Md, Followed By The Other Surrounding Areas. Therefore, The A/e Shall Maintain An Office Within Fifty (50) Miles Of The Baltimore - Washington, Dc Metropolitan Area For The Duration Of The Idiq Contract. research Triangle Park, North Carolina for Projects In North Carolina, The A/e Shall Plan To Maintain Local Presence Within Fifty (50) Miles Of The Nih Research Triangle Park Campus For The Duration Of The Project. rocky Mountain Laboratories (rml), Hamilton, Montana for Projects In Montana, The A/e Shall Plan To Maintain Local Presence Within One Hundred (100) Miles Of The Rocky Mountain Labs Campus For The Duration Of The Project. architect / Engineer Services the A/e Shall Furnish All Labor, Management, Investigations, Studies, Travel, Supplies, Equipment, And Materials To Perform The Required Services. The A/e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly. in General, Pre-design And Design Phase Services Will Include, But Not Limited To: field / Site Investigations, Inclusive Of Pre-tab Investigations planning And Coordination Drawings building Information Modeling (bim) (only If Applicable To The Task Order) sustainable Design program Of Requirements (pors) special Studies schematic Design design Development construction Documents (65%) construction Documents (95%) construction Documents (100%) rendered Perspectives Of Proposed Building Construction And Substantial Site Development construction Cost Estimate(s) construction Baseline Schedule geotechnical Investigations preparation Of Reports the A/e May Be Required To Provide Construction Phase And Other Services Including, But Not Limited To: construction Bidding And Negotiation Support construction Inspections / Site Representation construction Progress Meetings requests For Information (rfis) construction Submittal Reviews change Order Reviews / Support punch Lists inspection Of Stored Items construction Close-out Support Including As-builts; Record Documents; Non-compliance Notices; Operation And Maintenance (o&m) Manuals; Warranties; Product And Equipment Demonstrations And Training. a/e Record Documents commissioning Support Services commissioning Support Services (cx) Shall Perform, But Not Limited To, The Following Tasks: review Specifications And Drawings review Submittals develop Commissioning Scripts review O & M Manuals witness Testing Of Electrical And Mechanical Systems construction Quality Management (cqm) general Project Management - To Include, But Not Limited To, Provide Administration And Management Services To Assist The Contracting Officer’s Representative (cor) In The General Day-to-day Administration Of The Overall Project. project Governance preparation And Maintenance Of A Project Management Plan (pmp) assist In The Implementation Of The Project Governance Structure reviews And Document Management monthly Reports requests For Information (rfi) submittals financial Management budget/cost Control Monitoring And Management invoices / Application For Payment Review change Order Control Process And Management estimating Services scheduling Support – Regularly Review, Analyze, And Monitor The Dbb/dbcs Performance Schedule(s), Including, But Not Limited, To The Preliminary/baseline Schedule, Critical Path Method (cpm) Construction Schedules, And Fragnets, As Required. quality Construction Management, Reviews And Administration Assistance - Shall Include Inspections, Verifications, Details Audits And Evaluations Of Materials And Workmanship Necessary To Determine And Document The Quality Of Construction. The Cqm Contractor Shall Use Its Expertise And Knowledge Of Construction Practices, Means And Methods To Execute An Effective Quality Assurance Program. potential Sources Shall Complete And Submit The Attached Forms: sources Sought - Contractor Information Form 1.1 Complete The Sources Sought – Contractor Information Form if Applicable, Interested 8(a) Small Business Firms Shall State Their Current 8(a) Certification Data With The Small Business Administration if Applicable, Interested Hubzone Small Business Firms Responding Must Provide Proof Of Their Hubzone Certification Status. certificate Of Insurance 1.2 Interested Firms May Include A Capability Statement As An Attachment To The Sources Sought – Contractor Information Form. Capability Statement Shall Be No Longer Than Ten (10) Pages. Potential Sources’ Experience Shall Demonstrate And Document The Following The Capability Statement: naics Code(s) evidence Of The Ability To Work In Occupied Space. evidence Of The Ability To Work On Multiple Projects Simultaneously. evidence Of The Ability To Perform The Work Described In The Sources Sought – Project Data Form Section Below. self-performance Capability (contractor Shall Self-perform At Least 15% Of Each Task Order). building Information Modeling (bim) Capability. leed Capabilities. 2. Sources Sought – Project Data Form 2.1 Complete The Sources Sought – Project Data Form For No More Than Five (5) Example Projects Performed Within The Last Five (5) Years, Or In Progress, Which Best Demonstrates Your Firm’s Specialized Experience Providing A/e Services On Projects Of Similar Type, Size, And Complexity To The Nih Requirement, As Defined Below. Each Completed Sources Sought – Project Data Form Shall Not Exceed Three (3) Pages And Shall Contain At A Minimum The Following Types Of Project Experience: one (1) Utility Infrastructure / Utility Generation /distribution System Projects one (1) Biomedical Research Lab; And one (1) Healthcare / Hospital Project. [note - An Indefinite Delivery Indefinite Quantity (idiq) With Multiple Task Orders Is Not Considered A Project. Each Individual Task Order Executed Under An Idiq Contract Is Considered A Project.] 2.2 Project Experience Requirements: type - Specialization Category/facility Types Such As: interior & Exterior Utility Infrastructure And Utility Generation & Distribution Systems biomedical Research Laboratory Facilities health Care Facilities office/public Space Facilities animal Care Facilities 2. Complexity - Special Design/construction Considerations Such As: physical Security Requirements adjacencies To Occupied Space(s) Restrictions/ Limitations limited Access Restrictions vibration / Noise Limitations joint Commission (for Hospitals) Requirements (i.e. Special / Interim Life Safety Measures, Construction Risk Assessments) implementing Guiding Principles For Sustainable Federal Buildings And Leadership In Energy And Environmental Design (leed) Criteria special Mep Features - I.e. Designed For Infectious Or Immune Compromised Areas Within A Hospital Space. historic Preservation Requirements storm Water Management And Erosion & Sedimentation Control use Of Building Information Modeling (bim) net Zero Emission Requirements for All Patient Care Support Spaces: Compliance With The Facilities Guidelines Institute (fgi) For Healthcare Projects And Most Current Healthcare Facility “statement Of Conditions” (sco). nih Design Requirements Manual (drm) 3. Size - Contractors Shall Have The Experience, Capability, And Resources Necessary To Perform Simultaneous/concurrent Projects Of Varying Size (between $25,000 To $20,000,000) And Complexity, As Described Above. all Qualified Interested Firms Are Requested To Submit An Electronic Copy Of Their Completed Letter Of Interest, Qualification Statement, And Capability Statement (in One Combined Pdf Format), Via Email, To The Contracting Officers, Ms. Magan Miller At: Magan.miller@nih.gov And Ms. Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. The Submission Shall Be Received On Or Before By 12:00 Noon, Est On Friday, January 24, 2025. The Email Subject Line Shall Read: Sources Sought 2025 Matoc Qualification Statement For Architect / Engineer Services. Inquiries Shall Be Submitted Via E-mail To Magan Miller At: Magan.miller@nih.gov And Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. Electronic Mail Inquiries And Submissions Will Only Be Accepted.
Municipality Of Sibulan, Negros Oriental Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 521.6 K (USD 8.9 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee _________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Purchase Of Materials – Construction Of Drainage Canal – Brgy. Tubtubon With The Following Details; Total Abc P 521,663.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Construction Of Drainage Canal – Brgy. Tubtubon Lot 1 Hardware 800 Bags Portland Cement (type 1) Delivered On Site 96 Length 12mm Ø X 6.0 M Def. Rsb 45 Length 10mm Ø X 6.0 M Def. Rsb 30 Kls #16 Gi Tie Wire 10 Pcs Hacksaw Blade, Good Quality 20 Kls 4” Cw Nails 20 Pcs Empty Container 12 Kls 3” Cw Nails 3 Kls 1½” Cw Nails 2 Rolls Trapal, Good Quality Approved Budget Contract P 269,263.00 Bidders Bond 2% Of The Approved Budget P 5,385.26 Lot 2 Aggregates 71 Cum Mixing Sand 40 Cum 1” Ø Round Gravel 140 Cum Headsize Boulder (0.20m – 0.30m) Approved Budget Contract P 250,900.00 Bidders Bond 2% Of The Approved Budget P 5,018.00 Lot 3 Signage 1 Pc Tarpaulin Signage Approved Budget Contract P 1,500.00 Bidders Bond 2% Of The Approved Budget P 30.00 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 15-22, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Sibulan, Sibulan, Negros Oriental Not Later Than 2:00 Pm Of January 22, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental. The Local Government Unit Of Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Engr. Christian B. Cuevas Bac Chairman
Municipality Of Sibulan, Negros Oriental Tender
Automobiles and Auto Parts
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 2.3 Million (USD 39.7 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan Barangay Looc Office Of The Bids And Awards Invitation To Apply For Eligibility And To Bid The Barangay Government Of Looc, Sibulan, Negros Oriental Invites All Interested Supplier For The Project; Purchase Of Dump Truck – Barangay Looc. Total Abc Php. 2,305,054.00 Qty. Unit Decription Unit Cost Amount Purchase Of Dumptruck – Barangay Looc Unit Brand New Mini-dumptruck Specification: - All Parts Are Brand New - 3.5-4.0 Cu.m. Load Capacity - Engine; Cylinders; 4 In-line, Displacement; (cc) 2900 – 3600 Turbo – Inter Cooler Diesel Engine - Cab With Air Condition - Power Steering - With Logo - Equipped Tools - With Spare Tire - With Registration And Insurance - With Available Local Service Center - With Readily Available Original Spareparts Incase Of Repair/replacement Needs - Tire (6 Wheeler) - Single 215/75r17.5 (front) - Dual 215/75r17.5 (rear) Warranty: - State The Coverage Of Warranty Period Note: - Provide More Technical Specifications & Brochure Of The Unit You Quote. Abc: P2,305,054.00 Bidder’s Bond (2% Of Abc): P46,101.08 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Pre-bid Conference Will Be On January 31, 2025, 9am At The Barangay Hall Of Looc, Sibulan, Negros Oriental. Bid Documents Shall Be Available For The Issuance To Prequalified Bidders On February 3-12, 2025 At The Bac Secretariat Of Barangay Looc, Sibulan. Sealed Bids In One (1) Set Shall Be Received By The Bac Of Barangay Looc Sibulan, Negros Oriental Not Later Than February 12, 2025, 9am And Then Publicly Opened At 9:00am On The Same Date. The Barangay Government Of Looc Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Antonio E. Benitez Bac Chairman
Province Of Ifugao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 209.9 K (USD 3.6 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 685 Date: February 06, 2025 Office: Igh Rfq No.: Bac Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Fabrication & Installations , In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 20, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 4 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost Fabrication And Istallation Of Medicine Organizer Cabinet- Pharmacy. Specification: Using Steel Tubular 1''x2'' As Main Frame, 1''x1'' Steel Tubular As Secondary Frames With 4mm Acp White As Shelves Board.( Must Be Attached To The Wall Through Bolt). - 1 Dimensions : 24''x 81'' X 170''- 4 Shelves Unit 1 - 2 Dimensions : 16''x 81'' X 102''- 4 Shelves Unit 1 - 3 Dimensions : 24''x 81'' X 120''- 4 Shelves Unit 2 - Fabrication And Istallation Of Open Shelves For Medicine- Pharmacy. Specification: Using Steel Angle Bar 2''x2''x1/4 Weilded As Main Frame, 1''x2'' Rectube As Secondary Frames With 4mm Acp White As Shelves Board.( Must Be Attached To The Wall Through Bolt) - 4 Dimensions: 18''x115'' -3 Shelves Unit 1 - 5 Dimensions: 18''x810 3/4'' -3 Shelves Unit 1 - Page 2 Fabrication And Istallation Of Medicine Display Cabinet- Pharmacy. Specification: Using Steel Tubular 1''x2'' As Main Frame, 1''x1'' Steel Tubular As Secondary Frames With 4mm Acp White As Shelves Board.( Must Be Attached To The Wall Through Bolt). - 6 Dimensions: 24''x81''x136''-5 Shelves Unit 1 - **** Nothing Follows **** - Bidder's Grand Total: - Grand Total: - - Purpose: To Use At The Hospital Pharmacy. - Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 3 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As One Contract . 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 4
Department Of Health Regional Office Ii Tender
Others
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 400.5 K (USD 6.8 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-015 Location Of The Project – Tuguegarao City Request For Quotation Date:01/16/2025 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am January 21, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Bottle 10 3,000.00 Ink 664- Black ( Compatible With Epson) 2 Bottle 10 3,000.00 Ink 664- Cyan ( Compatible With Epson) 3 Bottle 10 3,000.00 Ink 664- Yellow ( Compatible With Epson) 4 Bottle 10 3,000.00 Ink 664- Magenta ( Compatible With Epson) 5 Bottle 60 21,000.00 Ink 003-black ( Compatible With Epson) 6 Bottle 60 21,000.00 Ink 003-cyan ( Compatible With Epson) 7 Bottle 60 21,000.00 Ink 003-yellow( Compatible With Epson) 8 Bottle 60 21,000.00 Ink 003-magenta ( Compatible With Epson) 9 Bottle 20 7,000.00 Bt 6000 Bk(compatible With Brother) 10 Bottle 60 21,000.00 Bt D60 Bk(compatible With Brother) 11 Bottle 60 21,000.00 Bt 5000 C (compatible With Brother) 12 Bottle 60 21,000.00 Bt 5000 Y (compatible With Brother) 13 Bottle 60 21,000.00 Bt 5000 M (compatible With Brother) 14 Bottle 10 7,000.00 Ink 673 - Black ( Compatible With Epson) 15 Bottle 10 7,000.00 Ink 673 - Cyan ( Compatible With Epson) 16 Bottle 10 7,000.00 Ink 673 - Yellow ( Compatible With Epson) 17 Bottle 10 7,000.00 Ink 673 - Magenta ( Compatible With Epson) 18 Bottle 10 7,000.00 Ink 673 - Light Cyan( Compatible With Epson) 19 Bottle 10 7,000.00 Ink 673 - Light Magenta (compatible With Epson) 20 Bottle 10 7,000.00 Ink 057- Black ( Compatible With Epson) 21 Bottle 10 7,000.00 Ink 057 - Cyan ( Compatible With Epson) 22 Bottle 10 7,000.00 Ink 057- Yellow ( Compatible With Epson) 23 Bottle 10 7,000.00 Ink 057 - Magenta ( Compatible With Epson) 24 Bottle 10 7,000.00 Ink 057 - Light Cyan( Compatible With Epson) 25 Bottle 10 7,000.00 Ink 057 - Light Magenta (compatible With Epson) 26 Bottle 5 3,000.00 "ink Gi-790 - Black (compatible With Canon Pixma G3010)" 27 Bottle 5 3,000.00 "ink Gi-790 - Cyan (compatible With Canon Pixma G3010)" 28 Bottle 5 3,000.00 "ink Gi-790 - Magenta (compatible With Canon Pixma G3010)" 29 Bottle 5 3,000.00 "ink Gi-790 - Yellow (compatible With Canon Pixma G3010)" 30 Toner 50 117,500.00 "laserjet Ink 26a-original (compatible With Hp) Toner Type: Black Cartridge Type: Genuine Hp Toner Cartridge Page Yield: Approx. 3,100 Pages (standard Capacity) Compatibility: Hp Laserjet Pro M402dn, M402n, M426dw, And M426fdw Printers" Provision Of Ict Supplies As Support To Various Programs And Projects Of Cv-chd Page 1 Of 2 "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-01-0041 Page 2 Of 2 /kevin
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 793 K (USD 13.5 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-014 Location Of The Project – Tuguegarao City Request For Quotation Date:01/16/2025 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am January 21, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Piece 600 7,920.00 Ballpen, Finepoint,retractable (black) 2 Piece 600 7,920.00 Ballpen, Finepoint,retractable (blue) 3 Pack 50 1,200.00 Battery Dry Cell, Aa, 4pcs/pack 4 Pack 15 396.00 Battery, Aaa, 4pcs/pack 5 Piece 350 18,900.00 Certificate Holder, 8x11'' (plastic) 6 Ream 900 231,120.00 Copy Paper, Multicopy, 80 Gsm, A4 7 Ream 900 257,040.00 Copy Paper, Multicopy, 80 Gsm, Legal 8 Piece 100 9,600.00 Data File Box, 127 Mm X 229 Mm X 400 Mm 9 Box 6 10,044.00 Envelope, Expanding With String, Legal, 100's/box 10 Box 3 3,492.00 Envelope, Documentary, Brown, Legal, 500/box 11 Box 3 3,312.00 Envelope, Documentary, Brown, A4, 500/box 12 Box 2 3,600.00 Folder, Press Board, Legal Size, Green 13 Piece 2 180.00 Glue, All Purpose, 200 Gms Min. 14 Piece 1,300 31,200.00 Id Card Holder W/ Clip Vertical 15 Pack 1,150 82,800.00 Linen Paper, Short, 85 Gsm/20s/pack/white 16 Pack 1,150 82,800.00 Linen Paper, Short, 85 Gsm/20s/pack/cream 17 Piece 7 100.80 Marking Pen, Blue, Permanent 18 Piece 7 100.80 Marking Pen, Black, Permanent 19 Piece 6 86.40 Marking Pen, Red, Permanent 20 Piece 7 117.60 Marking Pen, Black, Whiteboard 21 Piece 7 117.60 Marking Pen, Blue, Whiteboard 22 Piece 6 100.80 Marking Pen, Red, Whiteboard 23 Piece 1,486 23,181.60 Notebook, Cattleya Fillers 24 Pad 30 1,944.00 Notepad, Stick On It, 3''x3'' 25 Box 2 120.00 Paper Fastener, Plastic, 70mm 26 Pack 2 712.80 Paper, Colored, A4 Size, Assrt. Colors, 100s/pack 27 Piece 45 1,620.00 Sign Pen, Blue, Liquid/gel Ink 0.5mm Needle Clip 28 Piece 45 1,620.00 Sign Pen, Black, Liquid/gel Ink 0.5mm Needle Clip 29 Roll 10 1,770.00 Sticker Paper, 10s/pack, A4 Size 30 Roll 15 2,250.00 Tape Masking, 48mm 31 Roll 15 360.00 Tape Transparent, 24mm 32 Roll 16 460.80 Tape Transparent, 48mm 33 Roll 16 480.00 Tape, Packaging, 48mm 34 Piece 1 3,360.00 Dry Seal (for Use Of Rabies Program) 35 Piece 1 3,000.00 Self Inking Stamp (for Use Of Lhsd Chief) For Use Of The Different Programs Of The Lhsd For The Year 2025 Page 1 Of 2 "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2024-09-2441 Page 2 Of 2 /kevin
Cagliliog Elementary School Tender
Publishing and Printing
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 120.7 K (USD 2 K)
Details: Description Cagliliog Elementary School Request For Quotations (rfq) Date: 02/14/2024 Quotation No. : 2024-02-003 (name Of Supplier) Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 3 Days In The Return Envelope Attached Herewith. Canvasser Angie B. Vegino (school Head) General Conditions Note: 1. All Entries Must Be Typewritten. 2. Delivery Period Within 7 Calendar Days From The Date Of Receive Of Purchase Order. 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials. One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4. Price Validity Shall Be For A Period Of 30 Calendar Days. 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. Approved Budget For The Contract: Php. No Item & Description Unit Qty Unit Cost Bidders Quote Per Unit Total Bidders Quote Coupon Bond, A4, S.20 Ream 121 210.00 Coupon Bond, Legal, S.20 Ream 121 225.00 Coupon Bond, A4, S.24 Ream 5 280.00 Stapler W/ Staple Remover Pc 23 125.00 Plastic Paper Fastener, 50 Sets Per Box Box 21 60.00 Epson Ink, 003, Black Bottle 8 280.00 Epson Ink, 003, Cyan Bottle 6 292.00 Epson Ink, 003, Magenta Bottle 6 292.00 Epson Ink, 003, Yellow Bottle 6 292.00 Heavy Duty Stapler, 120/240 Sheets Capacity, Long Arm, Bookbinding Pc 3 1795.00 Trash Bin, Green, 50l Pcs 24 550.00 Trash Bin, Red, 50l Pcs 24 550.00 Trash Bin, Green, 100l, With Wheel, Cover Pc 1 1763.00 Trach Bin, Red, 100l, With Wheel, Cover Pc 1 1763.65 Dust Pan, Plastic Pcs 22 95.00 Scissors, Heavy Duty, Stainless Steel Blade Pcs 23 75.00 Pail With Cover, Stainless Steel Handle, Gray/cream Pcs 23 275.00 Medicine Box Storage, First Aid Kit, Plastic, With Handle Pcs 23 100.00 Multi Purpose Glue, 240ml Bottle 26 129.00 Correction Tape, 5m Pcs 24 42.00 Specialty Paper , A4, Board,200gsm,white, Ream 9 330.00 Delivery Period : ______________________ Warranty : ______________________ Price Validity : ______________________ After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. _______________________________ Printed Name/signature _______________________________ Complete Address _______________________________ Tel. No./cellphone No./fax No. _______________________________ Tin: _______________________________ Ctc No./issued At:/issued On: ____________________________ Date Signed
DEFENSE LOGISTICS AGENCY USA Tender
Healthcare and Medicine
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Solicitation Number: Spe2dh-xx-r-000x this Is A Sources Sought Notice. the Defense Logistics Agency (dla) Troop Support Is Seeking Market Research Foradditional Commercial Medical Equipment Used By Medical Professionals, Technicians, And Laboratory Personnel To Perform A Treatment, Test, Or Operation, Or To Provide Medical Care For A Patient Other Than Those Listed Below. Additionally, Consumables, Accessories, Repair Parts, Training, Maintenance, And Routine Installation For The Corresponding Commercial Medical Equipment Is Also Being Sought. what Is Not Being Sought: examination Tables/surgical Tables hospital Beds/chairs/stretchers laboratory Analyzers litters sterilizers medical Refrigerators And Other Medical Storage Systems ophthalmic Equipment, Including But Not Limited To, Ophthalmic Imaging Systems, Optical Coherence Tomography (oct) And Optical Coherence Tomography Angiography (octa) Systems, Ophthalmic Picture Archiving, Ophthalmic Picture Archiving And Communication Systems (pacs), Polarimetry Imaging Systems, Software, Equipment, Workstations For, And Maintenance Of Such Systems. dental Equipment, Including But Not Limited To, Dental Pacs, Software, Equipment, Workstations For, And Maintenance Of Such Systems. medical Simulation Equipment That Is Used For Training Purposes pulse Oximeters aspirators infusion Pumps suction Apparatus resuscitators medical Lasers dental X-ray Systems (digital & Analog), Including Cone Beam Systems robotic Surgery Systems medical Equipment Using Ultrasound Technology Where The System Is Not Primarily Used For Producing Clinical Images. all Radiology And Imaging Systems, Including, But Not Limited To: Fixed Digital Radiographic (dr) X-ray, Portable Dr X-ray, Mobile X-ray, Radiographic X-ray, Radiographic/fluoroscopic X-ray (rf), Digital Rf, Computed Radiography (cr), C-arms, Special Procedures Room (enhanced Rf), Angiography, Cardiac Cath Labs, Computed Tomography (ct), Positron Emission Tomography (pet)-ct, Magnetic Resonance (mr), Mr-pet, Ultrasound Imaging Systems, Nuclear Medicine, Urological X-ray, Workstations For Radiology And Imaging Systems, Radiology Glassware, Magnetoencephalography (meg), Cyclotrons And Mammography. radiation Oncology (radiation Therapy), Lithotriptor Systems, Radiology Pacs Including Pacs Software, Equipment, And Maintenance, Patient Monitoring Equipment, Defibrillators, Ventilators, Anesthesia Apparatus, And Electrocardiographs. furniture Items Not Used In Patient Care, Including But Are Not Limited To: Patient Hospital Room Furniture, Modular Furniture Systems, Nurse's Stations, Credenzas, Hutches, Night Tables, Armoires, Etc. pharmacy Automation Systems And Integrated Operating Room Equipment (ior). extended And Turnkey Installation (e.g., Site Preparations) med/surg Sets/kits, Standalone Surgical Instruments, Bandages, Gowns, Etc.…that Are Not Directly Associated With, Or Part Of An Equipment Item Or System. all Products Must Be Food And Drug Administration (fda) Approved And Trade Agreement Act (taa) Complaint. this Is A Request For Information (rfi) And Does Not Commit The U.s. Government To Issue A Solicitation, Make An Award, Or Pay Any Costs Associated With Responding To This Announcement. All Submitted Information Shall Remain With The U.s. Government And Will Not Be Returned. your Response To This Rfi Shall Be Submitted Electronically In Pdf Format And Emailed To Evan.lessin@dla.mil.
National Institutes Of Health Tender
Laboratory Equipment and Services
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: Notice Of Intent: Haemonetics Corporation - Preventative Maintenance Agreement product Service Code: J066 - Maint/repair/rebuild Of Equipment- Instruments And Laboratory Equipment naics Code: 811210 - Electronic And Precision Equipment Repair And Maintenance place Of Performance: Bethesda, Md 20892 pots: 25-002935 description this Is A Notice Of Intent, Not A Request For A Quotation. A Solicitation Document Will Not Be Issued, And Quotations Will Not Be Requested. the National Institutes Of Health, Clinical Center, Office Of Purchasing And Contracts On Behalf Of The Department Of Transfusion Medicine Intends To Award A Firm-fixed Priced Sole Source Award To Haemonetics Corporation To Perform Preventative Maintenance Services On Two (2) Automated Cell Processors Acp®215 For A Base Year And Three (3) One-year Option Periods. proposed Contractor haemonectics Corporation 400 Wood Road braintree, Ma 02184-2412 period Of Performance:
base Year: 03/01/2025 - 02/28/2026 optional Year One: 03/01/2026 – 02/28/2027 optional Year Two: 03/01/2027 – 02/29/2028 optional Year Three: 03/01/2028 – 02/28/2029 list Of Equipment: automated Cell Processors Acp®215 Serial Number 19c027spg automated Cell Processors Acp®215 Serial Number 01k012 haemonetics Corporation Is The Original Equipment Manufacturer And The Sole Service Provider Capable Of Performing The Required Preventative Maintenance Services. The Food And Drug Administration Mandates That All Repairs And Maintenance Are Carried Out By Qualified Technicians. These Services Are Required To Ensure The Instrument Is Operating In Accordance With The Manufacturer’s Recommendations. These Instruments Must Be Maintained And Operational In Support Of Patient Care Which Provide Blood Products. this Acquisition Is Being Conducted Using Policies Unique To The Federal Acquisition Regulation (far) Part 13 – Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), For Purchases Not Exceeding The Simplified Acquisition Threshold (sat), Contracting Officers May Solicit From One Source If The Contracting Officer Determines That The Circumstance Of The Contract Action Deem Only One Source Reasonably Available. Contracts Awarded Using Far Part 13-simplified Acquisition Procedures Are Exempt From The Requirements Of Far Part 6-competition Requirements. interested Parties: interested Parties Capable Of Providing The Same Or Similar Products Or Services Described In This Notice May Submit A Capability Statement Outlining Their Capability To Perform The Described Work. Capability Statements Must Be Received Within The Time Set Forth In This Synopsis To Be Considered By The Government. The Determination To Compete This Proposed Contract Based On Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. comments: comments To This Announcement, Referencing This Posting Number, May Be Submitted To The Cc, Office Of Purchasing And Contracts, Prior To The Closing Date Specified In This Announcement, Electronically To The Attention Of Emeka Onyejekwe, Contract Specialist, Emeka.onyejekwe@nih.gov By The Due Date January 27th, 2025 By Noon (12:00 Pm Est) And Time Marked In This Notice.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Responses Must Be Received No Later Than Thursday, February 13, 2024, At 10:00am Est.
this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Sources Sought Notice In Accordance With (iaw) Far 15.201(e).
disclaimer: This Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Sources Sought Notice That Is Marked As Proprietary Will Be Handled Accordingly. Iaw 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 Sources Sought Notice.
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Sources Sought Notice Only. The Purpose Of This Sources Sought Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 334516. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Be Published. Responses To This Sources Sought Notice Are Not Considered Adequate Responses For A Solicitation Announcement.
the Department Of Veterans Affairs (va), Visn 5 Network Contracting Office, Is Seeking Sources That Can Provide A Dose Calibrator & Well Counter For The Baltimore Va Medical Center. item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001 2.00
ea
__________________
__________________ epson Roll Printer local Stock Number: 5430-0058 0002 1.00
ea
__________________
__________________ well Insert For Dose Calibrator Chamber local Stock Number: 7300-2004 0003 1.00
ea
__________________
__________________ vial Syringe/dipper. local Stock Number: 7300-2005 0004 2.00
ea
__________________
__________________ screen Covers/protective And Remoable. local Stock Number: 7900-0353 0005 2.00
bx
__________________
__________________ paper(12/roll) For Epson Roll Printer. local Stock Number: 9282-0009 0006 1.00
ea
__________________
__________________ cesium 137 Rod Source (0.5ci) local Stock Number: 0975-137r 0007 1.00
ea
__________________
__________________ europium 152(0.5uci) Rod Source. local Stock Number: 0975-152r 0008 1.00
ea
__________________
__________________ crc-55t Dose Calibrator (touch Screen). local Stock Number: 5130-3234 0009 1.00
ea
__________________
__________________ caprac-t Touch Screen Wipe Test/well Counter. local Stock Number: 5430-3136 0010 1.00
ea
__________________
__________________ auxiliary Shield For Pet 1 1/2" Lead, Caprac. local Stock Number: 5420-2137 0011 1.00
bx
__________________
__________________ test Tubes For Samples. local Stock Number: 5420-0087 0012 1.00
bx
__________________
__________________ wipe Test Sample Wipes With I.d. Tags. local Stock Number: 5420-0086 grand Total
__________________ statement Of Work (sow)
scope Of Work:
the Vendor Shall Provide The Following: O Delivery Of The Crc-55t Dose Calibrator And All Associated Components. O Deliver Of The Caprac-t Touch Screen Wipe Test/well Counter And All Associated Components. deliverables: epson Roll Printer - 2 Each.
well Insert For Dose Calibrator Chamber - 1 Each.
vial Syringe/dipper - 1 Each.
screen Covers/protective And Removable- 2 Each.
paper (12/roll) For Epson Roll Printer- 2 Each.
cesium 137(0.5uci) Rod Source -1 Each.
europium 152(0.5 Uci) Rod Source -1 Each.
crc-55tr Dose Calibrator (touch Screen) 1 Each.
caprac-t Touch Screen Wipe Test/well Counter 1 Each
auxiliary Shield For Pet 1 ½ Lead 1 Each.
test Tubes For Samples (100) 1 Box.
wipe Test Sample Wipes With I.d. Tags (500) 1 Box. salient Characteristics For The Dose Calibrator (crc-55tr): 1. Touchscreen Interface: Features An Intuitive Touchscreen For Ease Of Operation And Clear Data Presentation. 2. Accuracy And Reliability: Designed For Precise Measurement Of Radiopharmaceutical Doses With Minimal Drift. 3. Compact Design: Space-saving Form Factor Suitable For Nuclear Medicine Department Setups. 4. Wide Range Of Calibration: Supports A Comprehensive Range Of Radionuclides. 5. Durability: Includes Alcohol And Break-resistant Well Insert For Prolonged Use And Resilience. 6. Accessories: Compatible With Various Accessories Like Vial/syringe Dippers And Screen Protectors. 7. Integrated Printing: Includes An Epson Roll Printer For Generating Dose Measurement Records. 8. Regulatory Compliance: Meets Health Physics Standards For Accurate Dose Measurement And Safety. energy Range: must Be Able To Detect And Measure A Broad Spectrum Of Energies, Typically Ranging From 15 Kev To 3 Mev. should Include Isotopes Commonly Used In Nuclear Medicine, Such As Tc-99m, I-131, F-18, Ga-68, And Others. measurement Range: should Be Capable Of Measuring Activities Ranging From 1 µci To 20 Ci Or Higher, Depending On Clinical Needs. accuracy: accuracy Within ±2-5% Across Its Entire Measurement Range, As Required By Regulatory Guidelines. reproducibility: coefficient Of Variation (precision) Should Typically Be Less Than 1% For Repeated Measurements Under The Same Conditions. display: digital Lcd Or Led Readout, Displaying Activity In Units Like: mbq (mega Becquerels) âµci Or Mci (micro Or Milli Curie) ionization Chamber: type: Sealed, Pressurized Gas-filled Chamber. pressure: Typically Filled With Argon Gas At 15-20 Atmospheres. chamber Material: Typically Aluminum Or Plastic Housing With Internal Lead Shielding. calibration Factors: should Support Pre-programmed Isotope-specific Calibration Factors. allow User-defined Settings For Custom Isotopes. response Time: fast Response, Generally Within 1-3 Seconds. stability long-term Stability With Drift Correction, Typically Needing Annual Recalibration Or Quality Control. quality Control: includes Self-diagnostic Checks For: constancy linearity geometry Dependency quality Control Standards Must Meet Nrc, Usp 825, Or Local Equivalent Regulatory Requirements. software/interface: may Include Connectivity Via Usb, Ethernet, Or Wireless For Data Storage And Reporting. compatible With Pacs Or Emr Integration For Documentation. power Supply operates On 120-240v Ac Or Includes A Battery Backup For Portability. dimensions And Weight: compact Size For Placement In Hot Labs. weight: 10-30 Lbs Depending On Shielding And Housing. accessories: lead Shielding Rings Or Liners For High-energy Isotopes. quality Control Phantoms For Accuracy Testing. the Capintec Caprac (captus Radioactive Assay Calibrator) Is A Specialized Gamma Counter Primarily Used In Nuclear Medicine For Wipe Tests, Bioassays, And Other Radioactivity Measurements. Below Are The General Technical Specifications For The Caprac Systems: detector: type: Sodium Iodide (nai) Scintillation Detector size: Typically 1 X 1 Or Similar For High Sensitivity. energy Range: 15 Kev To 2 Mev. shielding: 1/8-inch Lead Shielding Around The Detector To Reduce Background Interference. sensitivity And Accuracy: count Rate: Capable Of High-sensitivity Measurements. accuracy: ±1% For Reproducibility Of Results. efficiency: Designed To Detect Low Levels Of Radiation With High Precision, Typically Suitable For Wipe Tests With Extremely Low Activity. energy Calibration: multi-channel Analyzer (mca) Included For Energy-specific Measurements. calibrated For Isotopes Like: tc-99m i-123 i-131 f-18 cs-137 customizable Isotope Libraries For Specific Applications. display And Software display: Digital Touchscreen Interface (varies By Model). data Output: Integrated Software Allows Data To Be Saved, Exported, And Printed. reports: Can Generate Detailed Reports For Regulatory Compliance. connectivity: Usb, Ethernet, Or Wireless Options For Data Transfer To Pacs Or Emr Systems. user Programs: Allows For Customizable Qc Protocols. quality Control self-check Protocols For: constancy sensitivity energy Calibration supports Adherence To Nrc, Usp 825, And Similar International Regulatory Guidelines. counting Modes wipe Test Mode: detects Contamination And Verifies Cleaning Protocols. provides Readings In Counts Per Minute (cpm) Or Disintegrations Per Minute (dpm). bioassay Mode: measures Small Quantities Of Activity In Biological Samples. custom Counting: allows For User-defined Assays Or Measurements. power Supply: voltage: Operates On Standard 110-240v Ac Power. battery Backup Option For Uninterrupted Operation. dimensions And Weight: size: Compact Design For Bench-top Placement. weight: ~20-30 Lbs Depending On The Shielding And Detector Configuration. regulatory Compliance designed To Comply With: nrc Regulations For Radiation Detection. usp 825 For Radiopharmaceutical Handling. cap Standards For Laboratory Operations. applications: routine Wipe Testing For Contamination Monitoring. bioassay Measurements For Internal Dose Assessments. routine Nuclear Medicine Quality Control. salient Characteristics For The Countertop Well Counter (caprac-t): 1. Touchscreen Interface: Features A Modern Touchscreen For User-friendly Operation. 2. High Sensitivity: Provides Accurate Wipe Test And Sample Counting Results. 3. Auxiliary Shielding: Includes Optional Pet Auxiliary Shielding With 1 ½-inch Lead For Enhanced Radiation Protection. 4. Sample Testing: Accommodates A Variety Of Test Tubes And Wipe Test Samples. 5. Durability: Comes With Removable Screen Protectors To Ensure Longevity. 6. Compact Size: Designed For Efficient Countertop Use In A Hot Lab Or Controlled Space. 7. Integrated Printing Capability: Compatible With Roll Printers For Documentation Of Test Results. 8. Regulatory Compliance: Ensures Adherence To Nhpp Standards For Contamination Testing And Environmental Safety. place Of Performance: department Of Veterans Affairs
baltimore Va Medical Center
10 N. Greene St.
baltimore Md 21201
------------------------------------------------------------------------------------------------------------------------------ the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications. If You Are Interested And Are Capable Of Providing The Sought-out Supplies/services, Please Provide The Requested Information As Well As The Information Indicated Below. if You Are Interested And Are Capable Of Providing The Sought-out Supplies/services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
(1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
(2) Is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
(3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items?
(4) If You Are A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
(5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number.
(6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract?
(7) Please Provide General Pricing For Your Products/solutions For Market Research Purposes.
(8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes?
*** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics.
responses To This Notice Shall Be Submitted Via Email To Michael.jones16@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Thursday, February 13, 2024, At 10:00am Est. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
5881-5890 of 7269 archived Tenders