Oxygen Tenders
Province Of South Cotabato Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 1 Job Order , Labor And Materials For The Repair, Installation And Replacement Lot Of Various Defective Parts Of Ambulance Vehicle Toyota Hi-ace With Plate No. 1201-488845 (property No. 480025) Description Of Work: • Replacement Of Wiper Blade, Rear Shock Absorber, Front Shock Absorber, 12v Blinker Assy, Atf Oil, Coolant And Brake Fluid • Installation Of Car Tint, Cabinet Holder, Oxygen Holder And Front Bumper Materials: • 1 Set Wiper Blade • 1 Set Rear Shock Absorber • 1 Set Front Shock Absorber • 1 Set 12v Blinker Assy • 4 L Atf Oil • 12 L Coolant • 3 L Brake Fluid • 1 Unit Car Tint • 1 Unit Front Bumper • 1 L ½’’ Stainless Steel 1 2 Job Order , Labor And Materials For The Replacement Of Wiper Blade, Clutch Lot Set And Release Concentric Cylinder Assy Of Service Vehicle Mitsubishi Strada With Plate No. B4j265 (property No. 410217) Labor: • Replacement Of Wiper Blade, Clutch Set And Release Concentric Cylinder Assy Materials Needed: • 1 Set Wiper Blade • 1 Set Clutch Set (disc And Pressure Plate) • 1 Unit Release Concentric Cylinder Assy 1 3 Job Order , Labor And Materials For The Replacement Of Wiper Blade, General Lot Overhauling And Reconditioning Of Garbage Dump Truck With Plate No. 1226-106460 (property No. 480011) Labor: • Replacement Of Wiper Blade • General Overhauling And Reconditioning 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 1 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost Materials Needed: • 1 Set Wiper Blade • 1 Set Overhauling Gasket • 1 Set Piston Assy • 1 Set Piston Ring Std • 1 Set Liner Std • 1 Set Main Bearing Std • 1 Set Connecting Rod Bearing Std • 1 Set T-washer • 2 Pcs Radiator Hose (upper/lower) • 1 Pc Air Filter • 1 Pc Alternator Hose (pressure Line) • 1 Pc Alternator Hose (return) • 4 Pcs Injector Nozzle Kit • 1 Pc Clutch Disc Assy • 1 Pc Release Bearing • 1 Pc Pilot Bearing • 2 Pcs Engine Support • 2 Pcs Transmission Support • 1 Set Alternator Belt • 1 Pc Water Pump Assy 4 Job Order , Labor And Materials For The Repair And Replacement Of Various Lot Defective Parts Of Ambulance Vehicle Toyota Hi-ace With Plate No. Yb 3001 (property No. Tf001) Labor: • Replacement Of Brake Pad, Brake Shoe, Clutch Master Assy, Wiper Blade And Floor Matting Materials Needed: • 2 Sets Brake Pad • 2 Sets Brake Shoe • 1 Set Clutch Master Assy • 1 Set Wiper Blade • 4 Mtrs Floor Matting 1 5 Job Order , Labor And Materials For The Replacement Of Wiper Blade And Lot Installation Of Various Parts Of Service Vehicle Isuzu Dmax With Plate No. D3h559 (property No. 411057) 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 2 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost Labor: • Installation Of Rain Visor, Seat Cover, Back Rest And Steering Wheel Cover • Replacement Of Wiper Blade Materials Needed: • 1 Set Rain Visor • 1 Set Seat Cover (black Leather) • 1 Pc Back Rest • 1 Pc Steering Wheel Cover (leather) • 1 Set Wiper Blade 6 Job Order , Labor And Materials For The Repair And Replacement Of Various Lot Defective Parts Of Service Vehicle Toyota 2l 4x2 Pick-up With Plate No. Sgl 795 (property No. 410124) Labor: • Replacement Of Cross Joint, Center Bearing, Tail Light, Wiper Blade, Starter Magnetic Switch And Auxiliary Fan Materials Needed: • 3 Pcs Cross Joint • 1 Pc Center Bearing • 1 Set Tail Light • 1 Set Wiper Blade • 1 Pc Starter Magnetic Switch • 2 Pcs 12v Auxiliary Fan 1 7 Job Order , Labor And Materials For The Transmission Overhauling, Installation Lot Of Floor Matting And Replacement Of Various Defective Parts Of Service Vehicle Toyota Hilux With Plate No. Sfm 912 (property No. 411063) Labor: • Transmission Overhauling • Installation Of Floor Matting • Replacement Hydrovac W/ Brake Master Assy, Rear Wheel Cylinder Brake, Front Brake Caliper Kit, Brake Caliper Piston Assy (l/r), Clutch Master Assy, Clutch Booster Assy, Door Lock Remote System, Wiper Blade, Front Hood Lock Kit, Power Window Motor Assy, Aircon Vent Duct, Door Rubber Seal & Rear Camper Shield Sealant 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 3 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost Materials Needed: • 1 Pc Main Drive Bearing • 1 Pc Rear Main Drive Bearing • 1 Pc Center Bearing • 2 Pcs Counter Gear Bearing • 1 Pc Oil Seal (front Main Drive) • 1 Pc Oil Seal (rear Main Drive) • 2 Pcs Alpha Grey • 1 Pc Transfer Case Oil Seal • 4 Pcs Bearing (transfer Case 4x4) • 1 Pc Center Oil Seal (4x4) • 2 Gal Gear Oil • 4 M Spaghetti Matting (grey) • 1 Set Hydrovac W/ Brake Master Assy • 2 Pcs Rear Wheel Cylinder Brake • 1 Set Front Brake Caliper Kit • 1 Set Brake Caliper Piston Assy (l/r) • 1 Pc Clutch Master Assy • 1 Pc Clutch Booster Assy • 1 Unit Door Lock Remote System • 1 Set Wiper Blade • 1 Set Front Hood Lock Kit • 1 Pc Power Window Motor Assy • 1 Set Aircon Vent Duct • 1 Set Door Rubber Seal • 1 Unit Rear Camper Shield Sealant 8 Job Order , Labor And Materials For The Installation Of Seat Cover And Floor Lot Matting And Replacement Of Various Defective Parts Of Ambulance Vehicle Nissan Nv350 With Plate No. F21950 (property No. 480020) Labor: • Replacement Of Wiper Blade, Wiper Washer Sensor And Coolant • Installation Of Seat Cover And Floor Matting Materials Needed: • 1 Set Wiper Blade • 1 Pc Wiper Washer Sensor • 1 L Coolant • 1 Set Seat Cover (black Leather) 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 4 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost • 1 M Floor Matting 9 Job Order , Labor And Materials For The Replacement Of Wiper Blade, Seat Lot Cover And Brake Shoe Assy Of Service Vehicle Toyota Commuter With Plate No. S2q150 (property No. 410199) Labor: • Replacement Of Wiper Blade, Seat Cover And Brake Shoe Assy Materials Needed: • 1 Set Wiper Blade • 1 Set Seat Cover (black Leather) • 1 Set Brake Shoe Assy 1 10 Job Order , Labor And Materials For The Repair Of Ambulance Stretcher, Lot Replacement Of Wiper Blade And Coolant And Installation Of Floor Matting Of Ambulance Vehicle Toyota Tourer With Plate No. P5w274 (property No. 480027) Labor: • Repair Of Ambulance Stretcher • Replacement Of Wiper Blade And Coolant • Installation Of Floor Matting Materials Needed: • 1 Set Wiper Blade • 1 L Coolant • 1 Set Floor Matting • 1 M Stainless Steel 1 Total Abc: P 613,850.00 X-x-x Page 6 Follows X-x-x Note: For The Use Of Scph. Total Amount Of Bid: Source Of Fund: 2025-scph-5-02-13-060-mmoe-25-01-10555 Approved Budget: P 613,850.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 5 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within As Schedule Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 11 Job Order , Labor And Materials For The First Change Oil (month Of March) Lot Of The Following Vehicle: Service Vehicle Toyota Commuter With Plate No. S2q150 (property No. 410199): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter Service Vehicle Isuzu Dmax With Plate No. D3h559 (property No. 411057): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 2 Pcs Fuel Filter Service Vehicle Toyota 2l 4x2 Pick-up With Plate No. Sgl 795 (property No. 410124): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter Ambulance Vehicle Toyota Hi-ace With Plate No. 1201-488845 (property No. 480025): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter 1 12 Job Order , Labor And Materials For The Second Change Oil (month Of June) Lot Of The Following Vehicle: Service Vehicle Toyota Commuter With Plate No. S2q150 (property No. 410199): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter Service Vehicle Isuzu Dmax With Plate No. D3h559 (property No. 411057): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 2 Pcs Fuel Filter Service Vehicle Toyota 2l 4x2 Pick-up With Plate No. Sgl 795 (property No. 410124): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter Ambulance Vehicle Toyota Hi-ace With Plate No. 1201-488845 (property No. 480025): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter 1 13 Job Order , Labor And Materials For The Third Change Oil (month Of Lot September) Of The Following Vehicle: Service Vehicle Isuzu Dmax With Plate No. D3h559 (property No. 411057): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 2 Pcs Fuel Filter 1 14 Job Order , Labor And Materials For The Fourth Change Oil (month Of Lot December) Of The Following Vehicle: Service Vehicle Isuzu Dmax With Plate No. D3h559 (property No. 411057): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 2 Pcs Fuel Filter 1 Total Abc: P 86,560.00 X-x-x Page 7 Follows X-x-x Note: For The Use Of Scph. Total Amount Of Bid: Source Of Fund: 2025-scph-5-02-13-060-mmoe-25-01-10555 Approved Budget: P 86,560.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 6 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 15 Tire , 215/70 R15c, Tubeless 12 Pcs 16 Tire , 265/60 R18, Tubeless 4 Pcs 17 Tire , 205/70 R15c, Tubeless 4 Pcs 18 Tire , 235/70 R16, Tubeless 4 Pcs Total Abc: P 171,600.00 X-x-x Nothing Follows X-x-x All Tires Are Free Of Installation And Wheel Balancing -item No. 15 For Service Vehicle Toyota Pick-up With Plate No. Sgl 795 (property No. 410124), Ambulance Vehicle Toyota Commuter With Plate No. Yb3001 (property No. Tf001) & Ambulance Vehicle Nissan Nv350 With Plate No. F21950 (property No. 480020) -item No. 16 For Service Vehicle Isuzu D-max With Plate No. D3h559 (property No. 411057) -item No. 17 For Ambulance Vehicle Toyota Commuter With Plate No. 1201-488845 (property No. 480025) -item No. 18 For Service Vehicle Toyota Hilux With Plate No. Sfm 912 (property No. 411063) Note: For The Use Of Scph. Total Amount Of Bid: Source Of Fund: 2025-scph-5-02-13-060-mmoe-25-01-10555 Approved Budget: P 171,600.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 7 Of 7
Closing Date20 Feb 2025
Tender AmountPHP 872 K (USD 15 K)
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 6.00 1.00 A. Backhoe (0.80 Mᶾ) 6.00 1.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Days 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. B.7(2) Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days C. Working Gloves 1.00 Set D. First Aid Kit B. Manpower: Number Of Days 14.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances B. Manpower: - Building Permit Processing Fees C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 43.41 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 43.41 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 39.57 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 39.57 M3 Embankment From Structure Excavation Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 3.81 M3 Dpwh Standard Output Per Day (opd)= 1.20 M3 3.81 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: 1.05 M3 A. Plate Compactor (5 Hp) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 "structural Concrete (footing, Slab On Fill)" Quantity 15.03 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 15.03 M3 " Structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 "structural Concrete (footing Tie Beam, Wall Footing)" Quantity 2.56 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.56 M3 " Structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 "structural Concrete (columns)" Quantity 5.42 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 5.42 M3 " Structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 3.90 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 3.90 M3 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c6 "structural Concrete (suspended Slab)" Quantity 2.09 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.09 M3 " Structural Concrete (suspended Slab)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 3,947.39 Kg Dpwh Standard Output Per Day (opd)= 143.44 Kg 3947.39 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 56.65 M2 Dpwh Standard Output Per Day (opd)= 3.24 M2 56.65 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 188.21 M2 Dpwh Standard Output Per Day (opd)= 3.825 M2 188.21 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1016(1)a Waterproofing Cement Base Quantity 12.54 M2 Dpwh Standard Output Per Day (opd)= 1.875 M2 12.54 M2 Waterproofing Cement Base Direct Cost: A. Materials: 1.05 M2 A. Cement-based Waterproofing B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 507.84 Kg Dpwh Standard Output Per Day (opd)= 85.00 Kg 507.84 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purtins Quantity 200.46 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 200.46 Kg Structural Steel Purtins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 48.00 M2 Dpwh Standard Output Per Day (opd)= 2.769 M2 48.00 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 54.76 M Dpwh Standard Output Per Day (opd)= 10.00 M 54.76 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 7.76 M Dpwh Standard Output Per Day (opd)= 11.80 M 7.76 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) "reflective Insulation" Quantity 50.00 M2 Dpwh Standard Output Per Day (opd)= 50.00 M2 50.00 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1.00 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 200.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 1.00 Set D. Single-gang Switch 4.00 Set E. Two-gang Switch 2.00 Set F. Three-gang Switch 13.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Day (opd)= 1 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 Ls Sewer Line Work Direct Cost: A. Materials: 7.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 3.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 8.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 2.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 2.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 1.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 6.00 Pcs H. Pvc Coupling (50mm D) 2.00 Pcs I. Pvc Coupling3 (101mm D) 1.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 2.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) M. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Storm Drainage And Downspout Direct Cost: A. Materials: 8.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 9.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 5.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 5.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 5.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 10.00 Pcs C.13 Mm Ø Ppr Elbow 10.00 Pcs D.13 Mm Ø Ppr Coupling 2.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 5.00 Pcs G.13 Mm Ø Ppr Tee H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 58.55 M2 Dpwh Standard Output Per Day (opd)= 2.00 M2 58.55 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)
City Of Malabon Tender
Healthcare and Medicine
Philippines
Details: Description Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon 1. The City Government Of Malabon, Through The Malasakit Fund Intends To Apply The Sum Of Thirty Million Pesos Only (p 30,00,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Malabon Now Invites Bids From Eligible Bidders For Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Delivery Of Goods Is Required Within The Period Specified Under Section Vi. Schedule Of Requirements. 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 Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act,” And 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 R.a. 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below From December 19 – January 8, 2025; 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of Twenty Five Thousand Pesos (p 25, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On December 27, 2024 (friday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. 7. Bids Must Be Delivered To The Address Below On Or Before January 8, 2025 (wednesday); 12:00 N.n. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms Set In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 8, 2025 (wednesday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon 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. 9. The City Government Of Malabon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information Please Refer To: (originally Signed) Florlinda Ayroso Head- Bac Secretariat (originally Signed) Mr. Alexander T. Rosete Chairperson - Bids And Awards Committee 1 Unit Automated Identification/anticrobial Sensitivity Testing Machine Weight: 15/30/60 75 Kg/105 Lbs Electrical Power Requirements: • 110/120 Vac (50-60 Hz) • 220/240 Vac (50-60 Hz) Heat Dissipated: 1025 Btu/hr (nominal) Environmental Requirements: • Operating Ambient Temperature Range: 15 Degrees Celsius To 30 Degree Celsius (59 Degree F-86 Degree F) • Operating Humidity Range: 20% To 80% Relative Humidity, Non-condensing Altitude: Up To 2000 Meters Note: Should Be Compatible With Bact/alert Culture Machine 1 Unit Gel Card Laboratory Centrifuge And Incubator For Crossmatching Laboratory Centrifuge Microprocessor Controlled Touch Panel Digital Display Dc Brushless Low-noise Motor Shock Absorber For Reducing Vibration Damping And Automatic Balance Technical Specification: Model: Invitrocent Ref 00710 Max Speed:4000rpm Max Rcf: 1640 X G Max Capacity: 24 Invitrogel Cards Speed Accuracy: + 50rpm. Time Setting Range: 1~99 Min. Power Supply: ~22ov + 10% 60hz 5a Noise: < 65db (a) Dimension: (wxdxh) 370mmx432mmx260mm Package Dimension 570mmx425mmx305mm Weight: Gw; 16.5 Kg; Nw: 15kg Environment Requirements Temperature: 10°c~35°c Laboratory Incubator Microprocessor-controlled High-performance Incubator Accommodates Up To 24 Gel Cards Technical Data: Model: Invitrotherm; Ref0097020 Power Supply: Ac220v+ 50hs-60hz Fuse: 250v 3a 5x20 Temperature Range 35°c ~50°c Accuracy Of The Temperature < + 0.5 Heating Time: (from 20°c To 37°c Min Timing Range 1sec~99min 59sec Display Accuracy: 0.1°c Ambient Temperature: 5°c~30°c Dimensions (wxdxh): 280mm X 380mm X 115mm Weight 6.0kg 1 Unit Immuno-analyzer Throughout: Up To 180 Tests/hour, Measurement Principle: Micron Super Paramagnetic Particles Platform With Alkaline Phosphatase (alp) Labeled Reagents And Amppd Substrate Sample Assembly: Sample Feeder: Continuous Sample Loading And Offloading, Sample Positions: 50, Sample Probe: Steel Probe, Liquid Level Detection, Cl;ot Detection, Horizontal And Vertical Collision Protection, Sample Volume: 10-200ul, With Increment Of 1ul Reagents Assembly: Reagent Disk: 15 Reagent Positions, Continuous Loading, Real-tome Mixing For Magnetic Particles, Cooling System: 2-8'c, Reagent Pack: 50 Tests/pack, 100 Tests/pack, Reagent Scanning:built-in/external Bar Code Reader, Reagent Probe:steel Probe, Liquid Level Detection, Clot Detection, Horizontal And Vertical Collision Protection, Reagent Volume: 10-200ul, With Increment Of 1ul Substrate System: Substrate Bottle: 300/500 Tests Per Bottle, Bottom Piercing, Substrate Loading"patients Who Fail To Arrive For A Scheduled Appointment Will No Longer Receive The Free Thyroid Check-up.: Capable Of Continuous Loading During Testing, Substrate Heating: Constant Heating, Aspiration Volume: 200ul Magnetic Separation Unit: Separation Assembly: 3-phase Magnetic Separation, Temperature: Accuracy: 37+0.3'c Measurement And Reaction System: Detection Mode: Photon Counting, Signal Detector: Photom Multiple (pmt) Photo Counter, Pmt Calibration: Led Reference Module, Incubation Positions: 82, Temperature: Accuracy:37+0.3'c, Mixing Unit: Non-touch Vortexer Mixing Cuvette Loading And Waste Collection: 1 Unit Abg Machine Throughout: Results In 1 Minute After Sample Aspiration Sample Volume:140jul Quality Control: 3 Or 5 Levels Qc, External Electronic Simulator Display: 7-inch Color Lcd Display, 800*480 Interface: 4 X Usb 2.0 Host, 1 X Rs232, Wlan Input Device: Touch Screen And Bar Code Scanner Power Supply: 100-240vac, 50/60hz Battery: 500mah Rechargeable Lithium-ion Battery, 50 Samples Continuous Testing Dimensions (w*h*d): 283*153*310 Mm Weight: 3.65 Kg Operation Environment: 10 C-31 C; %rh: 25%-80%; 70-106.6 Kpa 1 Unit Bpap Machine Ipap/epap: 4-40cm H20/4-25cm H20 • Ventilation Modes: Capap, S, S/t, Pc, T • Target Tidal Volume: 200-1500ml • Breath Rate: 0-40bpm • With Good Humidification System • Alarms For: Patient Disconnection, Apnea, Low Minute Ventilation, Low Tidal Volume, And High Respiratory Rate • Monitoring For: Pressure, Tidal Volume, Minute Ventilation, Respiration Rate, Leak • Filters: Foam And Optional Ultra-fine Filters • Data Management: Encore Pro2 And Direct View Software Compatible With Oximetry Module, Advanced Detection Of Residual Respiratory Events (apnea/hypopapnea Index, Obstructed Airway Apnea, Clear Airway Apnea, Hypoapnea, Periodic Breathing, Large Leak And Snore) 1 Unit Cpap Machine The Res Med Air Sense™ 11 Auto Set With Humid Air Automatically Adjusts Pressure Levels Based On Your Breathing Patterns Throughout The Night. A Crisp, Color Lcd Touchscreen Lets You Customize The Device’s Settings And View Sleep Data. The Machine Includes An Integrated, Heated Humidifier And Climate Line Air Heated Tubing. Chose Between The Standard Humid Air™ Model (tubing Not Included) Or Humid Air™ Model With Climate Line Air™ 11 Tube Included. Temperature And Humidity Can Be Manually Adjusted Or Set For Automatic Climate Control “for Him” And “for Her” Algorithms Are Available Auto-ramp Up To 45 Minutes In 5-minute Increments Climate Line Air Tubing* Included For Automatic Climate Control (not Included With Standard Model) Personal My Air Assistant Guides You Through Device Installation And Therapy Acclimation Care Check-in Feature Provides Coaching And Troubleshooting For New Users Dimensions: 3.72” X 10.71” X 5.45” Weight: 2.3 Lbs. Sound Level: 27 Dba 1 Unit Mechanical Ventilator Modes Available: Vc-ac, Pc-ac, Vc-simv, Pc-simv Pip: 20-70 Cm Of H 2 O (adjustable In Steps Of 1) Peep: 0-20 Cm Of H 2 O (adjustable In Steps Of 1) Inspiratory: Expiratory Ratio (i:e): 1:0.3 - 1:4 (adjustable In Any Ratio) Respiratory Rate (bpm): 10 – 40 Breaths Per Minute In Increments Of 2 Tidal Volume: 150 Ml – 800 Ml In Steps Of 50 Unique On-graph Incentive To Show Current Best Values • Test Quality Advisory Messages And Quality Report • Fully Compliant To Ats/ers 2005 Guidelines • Available With Both Disposable Or Reusable Turbine Flow Meter • Elegant And Robust Carrying Case 2 Units Cardiac Monitor Introduction: Multi Parameter Patient Monitor For High-end Specialist – 12.1”(10.4”) High Resolution(800×600) With Maximum 9 Wave Forms – Standard Configuration: Ecg, Spo2, Nibp, Resp, 2temp, 2ibp – 6 Kinds Of Virtual Screen – 3ch Ecg : Full 7 Ecg & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V) – 12ch Ecg : Full 12 Ecg & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V1, V2, V3, V4, V5, V6) – 13 Arrhythmia Analysis & Pacemaker Detection – 7days Tabular And Graphic Trend Data Save Multi High-end Functions: – Drug Dose Calculation, Ecg Recall, Mini Trend, Ico, Color Change, Nibp Stat, Nibp Venous Stat, Oxy-crg, Patient Information, Temp Td – Touch Screen (option) – Easy S/w Upgrade Using Sd Card (max 2gbyte) – Durable And Light Long Li-ion Battery Operation (std 1pack: 2hr, 2pack: 4hr) – Lan And Wireless Lan – Variable And World Best Etco2 Module – Oridion’s Microstream Etco2 – Respronics’s Mainstream (c5), Sidestream (loflo) – Hrv, Apg Detection – 12.1″(10.4″) High Resolution(800×600) – Provides Clear Visibility From Long Distance And Any Angle – Maximum 9 Wave Forms – Supreme Standard Configuration And Extensionability – Standard: Ecg, Spo2, Nibp, Respiration, 2temp, 2ibp – Optional: Standard + 4temp, 4ibp, Ico, Etco2, 12ch Ekg, Touch Screen, 3ch Printer – Small Size But Large Virtual Screen – 12.1” Monitor Provides 72.6”(12.1” X 6) View Effect By Using 6 Virtual Screens. – 10.4” Monitor Provides 62.4”(10.4” X 6) View Effect By Using 6 Virtual Screens. – Perfect 3ch Ecg (std.) And 12ch Ekg(opt.) Will Make You Ecg Analysis Specialist. – Livegraphy Waveform By Votem’s Digital Filter Technology – 3ch Ecg (std.) Displays Full 7 Ecg Waves & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V) 2 Units Incubator Standard Features: ●servo Control Mode: Air Temperature, Skin Temperature; ● Parameter Displaying: Set Temperature,air Temperature, Skin Temperature, Internal Humidity, Heat Power Rate; ● Audible & Visual Alarms: Power Failure, Sensor Failure, Higher & Lower Temp, Air & Skin Temperature Override,fan Failure, System Failure; ● >37℃preset Mode: Power Failure Reset Memory, Alarm Silence, Keypad Lock, Self-test Function; ● Hood With Dual Slope; 6 Hand-ports; ● Rs-232 Output Connector (use For Network System); ●iv Poles; ●protective Guard Rail; ●storage Cabinets. Specification Of Hood: Mattress To Hood: 450 Mm Observation Side Of Hood: Two Incline Operate Port: 6 (2 Iris Ports) Tubing Grommets: 4 Front Access Panel: 826×310 Mm Technical Specifications: Power Requirement ≤400va Temperature Control Mode: Air And Skin Servo Control Air Temp Control Range: 20℃~37℃ Temperature Override Mode To: 20℃~39℃ Skin Temp Control Range: 30℃~37℃ Temperature Override Mode To: 30℃~38℃ Temperature Fluctuation: ≤0.5℃ Mattress Temperature Uniformity: ≤0.8℃ Temperature Rise Time: ≤45 Min Noise Level Within Hood Environment: ≤55d Alarms Power Failure Alarm Fan Failure Alarm Sensor Failure Alarm High Air Temperature Alarm: +3.0℃ Low Air Temperature Alarm: -3.0℃ High Skin Teperature Alarm: +1.0℃ Low Skin Temperature Alarm: -1.0℃ Over Air Temperature Alarm: ≤38.0℃; ≤40.0℃ Over Skin Temperature Alarm: ≤38.0℃; ≤39.0℃ System Failure Alarm Alarm Silence Function Operational Condition 2 Units Infant Warmer Temperature Control Range: 25°c-37°c Temperature Override Mode To 38°c Temperature Sensor Accuracy: <0.3°c Mattress Surface Temperature Uniformity: <2.0°c Temperature Rise Time: <45mins Heat Output Indicate: 0-100% In 10% Radiant Box Horizon Angle Adjust Range 0-90° Adjustable In Step-less Bed Tilt Adjustment: Continues Adjustable In +10° 2 Units Bilirubin Light/photo-therapy Machine Device Classification Type Of Protection Against Electric Shock Class I Degree Of Protection Against Ingress Of Liquids And Particulate Matter (iec 60601-1) Ipx0 Mode Of Operation Continuous Classification In Accordance With Eu Directive 93/42/eec Iia Umdns Code/gmdn Code 13-037/35239 Physical Attributes Bililux Photo Therapy Light Length ≤39 Cm (15.4 In) Width ≤19 Cm (7.5 In) With Quick-connect Plug Height ≤8 Cm (3.1 In) Weight (without Options/accessories) ≥1.2 Kg (2.7 Lb) Bililux Spring Arm Length, Spring Arm Fully Folded ≤61 Cm (24 In) Length, Spring Arm Fully Extended ≤106 Cm (41.7 In) Weight (without Options/accessories) ≤1.5 Kg (3.3 Lb) Bililux Trolley (with Spring Arm) Height (trolley At Lowest Position And Spring Arm Fully Folded) ≤132 Cm (52 In) Height (trolley At Highest Position, Lower Arm Fully Extended, And Upper Arm At 45° Angle) ≤213 Cm (83.9 In) Weight (without Options/accessories) ≤14.9 Kg (32.8 Lb) Total Mass Including Safe Working Load 18.1 Kg (39.9 Lb) 2 Units Portable Or Light Kl04l-iii Vertical4-reflector Luminescence Shadowless Lamp Kl04l-iii Luminescence Shadowless Lamp Adopts Light Source From Different Positions For Focus To Eliminate Shadows Of Different Parts Of Medical Workers Vertical Mobile Setup With Braking Device Is Not Limited By The Space Of Surgical Room And Is Safe And Reliable In Use Illumination: > 50,000lx (at 1m Distance) Color Temperature: 4000k+500k Mains Voltage: Ac220v+10%50hz Bulb Voltage: Ac24v Bulb Power Input Power: 120va 1 Unit Orthopedic Instrument Set Contents: 77 Pieces With Tray • 1 Pc. Knife Handle #3 • 2 Pcs. Knife Handle #4 • 1 Pc. Mayo Dissecting Scissor Straight 5 1/2″ (14cm) • 1 Pc. Mayo Dissecting Scissor Curved 5 1/2″ (14cm) • 1 Pc. Mayo Dissecting Scissor Straight 6 3/4″ (14cm) • 1 Pc. Mayo Dissecting Scissor Curved 6 3/4″ (14cm) • 1 Pc. Metzenbaum Scissor Curved 7″ (17.8cm) • 1 Pc. Esmarch Bandage And Cast Shears 8″ (20.3cm) • 1 Pc. Tissue Forcep 6″ (15.2cm) 1x2t • 1 Pc. Tissue Forcep 6″ (15.2cm) 4x5t • 2 Pcs. Adson Tissue Forceps 4 3/4″ (12.1cm) 1x2t • 6 Pcs. Crile Forcep 6 1/4″ (15.9cm) Curved • 4 Pcs. Rochester Ochsner Forcep Straight 8″ (20.3cm) • 6 Pcs. Backhaus Towel Clamp 5 1/4″ (13.3cm) • 1 Pc. Mayo Hegar Needle Holder 8″ • 1 Pc. Crile Wood Needle Holder 6″ • 1 Set Us Army Retractor 8 1/2″ Set Of 2 Pcs. • 1 Pc. Israel Retractor 9″ (22.9cm) 4 Prong Blunt • 1 Pc. Volkman Retractor 8 3/4″ (922.2cm) 4 Prong Sharp • 2 Pcs. Volkman Retractor 8″ (20.3cm) X 3/4″ (19cm) 4 Prong Blunt • 1 Pc. Bennett Bone Elevator 9 1/2″ (24.1cm) Small • 1 Pc. Bennett Bone Elevator 9 1/2″ (24.1cm) Large • 6 Pcs. Allis Tissue Forcep 6″ (15.2cm) 4x5t • Pc. Frazier Ferguson Suction Tube Fr-8 (2.6mm) • 1 Pc. Frazier Ferguson Suction Tube Fr-12 (4mm) • 1 Pc. Beyer Rongeur 7″ (17.8cm) Curved • 2 Pcs. Schnidt Tonsil Forcep 7 1/2″ (19.1cm) • 1 Pc. Ruskin Bone Cutting Forcep 7 1/2″ (19.2cm) Angled • 1 Pc. Stile-luer Rongeur 8 3/4″ (22.2cm) Curved • 2 Pcs. Kern Bone Holding Forcep 7″ (22.9cm) • 1 Pc. Lane Bone Holding Forcep 13″ (33cm) W/ Ratchet • 1 Pc. Lowman Bone Clamp 4 1/2″ (12.7cm) • 1 Pc. Lowman Bone Clamp 7 1/4″ (20.3cm) • 2 Pcs. Bone Hook 9″ (22.9cm) Sharp • 1 Pc. Miltex Mallet 11 (27.9cm) 16oz (454g) • 1 Pc. Bone File 9 ¾’ 3 Units Infusion Pump Delivery Rate: 1-1000ml/h.01-999.9ml/h Delivery Limit Range: 01-9999ml Pumping Mechanism: Linear Peristaltic Finger Accuracy: + 5 (ml/h Control Mode/with Approved Iv Set) K.v.o Rate: 1ml/h-10ml/h (adjustable) Purge Rate: 1-1000ml/h (adjustable) Bolus: 1-1000ml, 1-9999ml (adjustable) Dimension: 100x190x250 (mm)/weight:3.5kg) Power: Ac110-230v, 50/60hz Or Dc9, 6v, Dc24v (1a) Battery Type: N-cd (standard)/ni-mi+ (option) Operating Time: 4 Hours (at 125ml/h) 1 Unit 2d Echo Bed 19”-38” Height Range Meets The Americans With Disabilities Act (ada) Low Height Requirement Of 17”-19” For Patient Transfer, While Ensuring Ergonomic Standing Posture For Staff • Optional Battery Operation • Dual Rapid Release Drop Sections Provide Unhindered Access To The Patient • 65° Fowler Positioning Increases Comfort Of/for Patients With Shortness Of Breath • +/- 15° Trendelenburg Helps Restore Patient’s Blood Pressure • Improved Features: New Handrail Design, Improved Single Pedal Braking System, Foley Bag Hook, Hand Control Storage, Battery Operation 1 Unit X-ray Tube Varian Rad-14, 0.6-1.2 Focal Spot, Diamond Housing X Ray Tube - 89011n 3 Units Examining Table • Examination And Treatment Table, Hamilton Type, With Drawer And Compartment Door, Upholstered Three Section Top, Provided With Stirrup And Sliding Foot Stool. • Size: 58 Inc. X 20 Inc. X 34 Inc. 3 Units Transfer Stretcher Bed Technical Specifications Frame: Powder Coated Steel Or Better Backraise Inclination: Atleast 0 To 35 Degrees Has Adjustable Height Side Guard: Made Of Abs Plastic Or Better Castor Wheels: Manufacturer's Standard Max Load: At Least 150kg Weight: Manufacturer's Standard Dimensions: L X W X H = 2000mm X 700mm X 700mm, ± 100mm On Each Dimension Accessories: -has Oxygen Cylinder Holder -has Iv Pole Holder Located In 4 Different Positions -with One Iv Pole 1 Unit Vein Scanner Technical Specifications • Type: Light Weight, Mobile • For Obese/bloated, Neonate, Pedia, Elder And Dark Skin Patients • Display: Dlp Display Or Better • Infrared Wavelength: At Least 850nm • Image Resolution: At Least 856*480 Pixels • Visible Vein Size: ≥1 Mm Or Better • Penetration Depth: ≤8 Mm • Optimal Imaging Distance: At Least 15 ~ 25cm • Mode: Basic, Inverse And Enhanced • Imaging Color: Single Color And Mixed Colors • Image Sizes: Has Small, Medium And Large Sizes • Brightness: Adjustable To Low, Medium And High • Power Supply: 220v, 50/60hz • Battery Type: Rechargable Lithium Battery At Least 3000mah • Battery Capacity: At Least 2 Hours Fully Charged • Dimension: Manufacturer's Standard • Net Weight: Manufacturer's Standard • Accessories: - Battery And Charger - Charging Cord - Trolley With 5 Castor Wheels 1 Unit Newborn Hearing Test Machine Specifications: • Display: At Least 42.7mm X 33.4mm Or 1.7 In X 1.3in • Resolution: At Least 160x128 • Dimension: Manufacturer's Standard • Weight: Manufacturer's Standard • Warm-up Time <5s Or Shorter • Boot-up Time: 1min Or Shorter • Mode Of Operation: Continous • Connectors - Oae: Hdmi Connector For Connection To The Micro Probe - Usb: Micro Usb • Data Interface - Pc Connection: Micro Usb - Printing: Wireless Connection • User Feedback - Accoustic: Integrated Speaker - Visual: Color Display Oled - User Interface: Oled Display To Provide User Information And Progress Of Measurement • Battery - Type: Rechargeable Thium-ion Np 120 Or Better - Capacity: 1700 Mah Or Better - Expected Life Time: 3 Years Or Better - Battery Life: 15 Hours On Time • Memory: At Least 500 Test Dpoae • Stimulus - Frequency Range: 1500 Hz To 12 Hz - Frequency Accuracy: <1% - Nominal Frequency: F2 - F2/f1 Ratio: 1.2 - Level Range: 40db Spl To 70db Spl - Level Accuracy: ± 1.5db Or Better - Default Level (l1/l2): 65db / 55db Spl With In Ear Calibration - Transducer: Oae - Recording - Probe Fit Check: Low Frequency Level Loss - Display: Snr Bars Or Line Diagram With Oae And Noise Level Per Frequency - Pass Criteria - Snr Criteria: 6db - Frequency For Pass: 3 Transducer • Oae Probe • Microphone: - 20 Db Spl At 2 Khz (1 Hz Bandwith) • System Noise: - 13 Db Spl At 1 Khz (1 Hz Bandwith) • Cable Length: At Least 110 Cm Or 43in • Connector: Hdmi Or Better Printer • Print Mode: Thermal Dot Matrix Print • Printing Width: At Least 48 Mm (1.9in) • Resolution: 8 Dots/mm (203 Dots Per In (dpi)) • Dots Per Line: At Least 384 Dots Accessories And Inclusions • Battery Pack: 2 - Cell Li-ion Battery Pack 7.4 V -1500 Mah • Eartips: Box Of Eartips • Set Of Probe Tubes Standard Certifications • Device Certification From Nhsrc • Device Certification From Fda 1 Unit Automated External Defibrillator (aed) • Two-button Operation: On/off, Discharge (shock Button) • Voice Prompts: Voice Command That Gives Instruction To The User In Operating The Device • Automatically Evaluates Patient Impedance For Proper Pad Contact. • Automatically Analyses Patient Condition For Shockable Or Non-shockable Rhythms • Patient Ecg Can Be Acquired Through Defibrillator Pads • Energy Output Accuracy: ± 15% • Pulse Shape: Biphasic • Charge Time: Maximum Of 15 Seconds • Battery Capacity: Capable Of Providing At Least 200 Discharges At Maximum Energy • Replaceable Battery • Visible And Audible Indicators: - Low Battery - Pad Skin Contact/disconnection - Aed Status • Defibrillator Pads: Self-adhesive, Disposable And Non-polarized - At Least Ten (10) Pairs For Adult - At Least Ten (10) Pairs For Pedia
Closing Date8 Jan 2025
Tender AmountPHP 30 Million (USD 516.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools
United States
Details: This Is A Sources Sought Announcement Only And Not A Request For Quotes, Bids, Or Proposals. This Request Is Solely For The Purpose Of Conducting Market Research To Enhance The Department Of Veterans Affairs (va), Network Contracting Office 16 (nco 16) Understanding Of The Market Offered Products, Services, And Capabilities. Your Responses To The Sources Sought Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.
the Va, Nco 16 Is Seeking To Identify Potential Qualified Vendors Capable Of Fulfilling The Services Outlined In The Statement Of Work (sow). This Requirement Is For The Fayetteville Va Medical Center Located At 1100 North College Avenue, Fayetteville, Ar 72703-1944.
item
description
quantity
unit Of Measure
0001
cooling Tower 2 Repairs In Accordance With The Sow
1
Jb
the North American Industry Classification Code (naics) Is 811310, Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance With A Size Standard Of $12.5 Million. Prior To Issuing A Solicitation, And Pursuant To The Veterans First Contracting Program, The Va Is Trying To Ascertain If There Are Any Qualified Service Disabled Veteran Owned Small Businesses (sdvosb) Or Veteran Owned Small Businesses (vosb) With The Capability Of Fulfilling The Requirement. Respondents Are Not Limited To Sdvosb/vosb Concerns; The Government Seeks To Identify All Potentially Interested Sources.
all Responsible Vendors And Interested Parties Please Respond To This Sources Sought Announcement If You Have The Capability Of Fulfilling This Requirement. Responses To This Sources Sought Shall Include The Following Information:
1. Your Company Name, Address, Contact Person Name, Phone Number, E-mail
address(s), Uei Number, Number Of Employees, And Company Website If Available.
2. If You Are An Gsa/fss Contract Holder Are The Referenced Services/repairs Available On Your Schedule/contract? Provide Your Company Gsa/fss Contract Number And Contract Expiration Date, If Applicable.
3. Is Your Company A Contract Holder On Any Other Federal Contract? Are The Referenced Services/repairs Available On That Federal Contract? If So, Please Provide The Contract Number.
4. Socio-economic Status Of Business Such As But Not Limited To (sdvosb/vosb, 8(a), Hub Zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hub Zone Business, Large Business, Etc.).
5. Is Your Company Considered Small Under The Naics Code Identified In This Sources Sought Announcement?
interested Vendors Are Reminded That In Accordance With Far Subpart 4.12, Offerors And Quoters Are Required To Complete Electronic Annual Representations And Certifications In System For Award Management (sam) Accessed Via Https://www.sam.gov As A Part Of Required Registration (see Far 4.1102 - Policy).
all Registrants Are Required To Review And Update The Representations And Certifications Submitted To Sam As Necessary, But At Least Annually, To Ensure They Are Kept Current, Accurate, And Complete. The Representations And Certifications Are Effective Until One Year From Date Of Submission Or Update To Sam.
this Notice Shall Not Be Construed As A Commitment By The Government To Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. All Information Submitted In Response To This Announcement Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. All Information Submitted In Response To This Sources Sought Notice Become Property Of The Government.
interested Vendors Should Submit An Email To Marcos.madrazo-jones@va.gov. All Responses Must Be Received In Writing No Later Than 5:00 Pm Cst On April 07, 2025. Questions Or Inquiries Will Not Be Answered Or Acknowledged, And No Feedback Or Evaluations Will Be Provided. No Solicitation Document Is Available At This Time. This Notice Is To Acquire Information Only; Therefore Your Response Will Not Be Considered For A Contract Award. Vendors Interested In Providing An Offer Will Have To Respond To A Solicitation Announcement That Shall Be Published Separately.
statement Of Work (sow)
contractor Must Furnish All Management, Supervision, Labor, Material, Equipment, Tools, Supplies, Consumables, Parts, And Related Services, In Accordance With The Sow To Perform Repairs On Cooling Tower 2. Contractor Must Verify Existing And New Dimensions, Locations, And Quantities To Complete This Project Located On The Fayetteville Va Medical Center, 1100 N. College Avenue, Fayetteville, Ar 72703.
the Authorized Government Representative (agr) Will Be Responsible For Technical Monitoring Of The Contractor's Performance And Deliveries. The Agr And The Contractor's Representative Shall Work Together To Ensure That All Contractual Requirements Are Being Met. The Authorized Government Representative For This Requirement Is:
kenneth W. Wright
(479) 313-5089
kenneth.wright8@va.gov
general Requirements:
any Provision Or Partial Provision Of The Contract, Including But Not Limited To, Drawings And Specifications That Is Not Consistent With This Sow Will Be Null And Void Only To The Extent Of The Inconsistency. All Other Provisions Or Partial Provisions Of The Contract, Including But Not Limited To, Drawings And Specifications, Must Remain In Full Force And Effect.
information Security: The Certification And Accreditation (c&a) Does Not Apply, A Security Accreditation Package Is Not Required.
contractor Must Have The Following Requirements Completed Within Ten (10) Business Days Of Contract Award:
osha 10 And 30 Certifications: Submit As A Minimum Osha 10 Certification To The Agr For Every Contractor Employee That Will Be Working On The Medical Center Property. Osha 10 Cards Are To Always Remain On The Employee S Person.
contractor Point Of Contract (poc): Notify The Agr In Writing Of The Name, Phone Number, Email Address Of The Contractor Appointed Poc.
the Designated Individual Must Have Full Authority To Act For The Contractor On All Matters Relating To Work Performance, To Receive, Accept And Sign For Any Notices, Inspection Reports And All Other Correspondence On Behalf Of The Contractor From The Agr And/or Contracting Officer (co).
this Individual Must Oversee The Contractor S Worksite Operations And Ensure All Work Is Performed In Accordance With All Contract Requirements Including Scheduling, Quality, And Safety. This Individual Must Be Always Available When Contract Work Is In Progress, And Shall Respond To The Work Site As Directed By The Agr.
the Contractor Or Their Designated Poc Must Return Phone Calls Or Text(s) To The Agr Within 1 Hour Of Contact And Must Return Emails From The Agr Within 24 Hours Of Contact.
period Of Performance (pop): One Hundred Twenty (120) Calendar Days.
work Site Access: Contractor Must Provide A Written Schedule For Contract Work To The Agr Within 10 Days Of Award For Review And Approval. Work Will Not Commence Work Without Written Approval From The Agr.
regular Business Hours: Site Work Must Be Scheduled During Regular Business Hours, 0700 To 1500 Hours, Monday Through Friday (excluding The Following Federal Holidays - New Year S Day, Martin Luther King Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, And Christmas Day).
outside Regular Business Hours: Work Must Be Scheduled During 1600 To 0600 Hours, Monday Through Friday, Saturday And Sunday (excluding The Following Federal Holidays - New Year S Day, Inauguration Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day And Christmas Day) And Must Not Commence Without Prior Agr Written Approval At No Additional Expense To The Government.
this Project Must Be Turn-key In Accordance With This Sow, Drawings, And Specifications To Be Complete And Working System(s).
the Medical Center Must Continue To Operate During The Contract Pop, Including But Not Limited To, The Mechanical And Electrical Systems.
contractor S Work Must Be Conducted With The Least Amount Of Disruption To The Medical Center Facility.
prior To The Start Of Job Site Activities, Together The Contractor And Agr Must Conduct A Site Survey To Identify And Review Specific Work And Differing Site Conditions.
warranty: Contractor Must Guarantee Workmanship For A Period Of One (1) Year After Agr Written Acceptance Of Work.
contractor Must Furnish A Minimum One (1) Year Parts And Labor Warranty On Equipment, Components, And Materials Furnished Plus Any Manufacturer S Warranty Greater Than One (1) Year.
emergency Service: Contractor Emergency Service Must Be Available 24 Hours Per Day. Contractor Must Respond On-site To Emergency Service Calls Within Two (2) Hours Of Notification. Contractor Must Have The Issue(s) Corrected Or A Plan In Place (awaiting Parts) Within Four (4) Hours Of Arrival At Job Site. Any Temporary Repairs Must Have Prior Written Approval By The Chief, Engineering Service Or Their Designated Representative.
qualifications Of Contractor:
contractor Must Possess A Class A Hvac Contractor License And A State Of Arkansas Electrical Contractor License.
contractor Must Be Proficient In The Operation And Programing Of The Alerton Building Management System. No Medical Center Support Will Be Provided.
requirements For Quote:
the Contractor Shall Submit The Following Documents With Proposal For Technical Evaluation By The Agr:
provide Submittals For All Hardware And Materials Required For The Complete Replacement Of Fill, Hot Water Basins, Fill Tube, Nozzles, As Well As Paint And Galvanized Coatings.
provide A Work Breakdown Structure And Schedule.
provide Quality Assurance Plan.
provide A Safety Plan.
provide A Job Safety Analysis.
scope Of Work:
contractor Except As Noted Otherwise Must Provide All Materials, Equipment, And Labor To Complete The Following Repairs For Marley Cooling Tower Number 2, Model Nc8305. All Labor, Parts And Materials Must Comply With The Original Manufacturer S Specifications. Contractor Is Responsible To Verify The Cooling Tower Model And Serial Numbers And To Ensure All Parts And Materials Are Ordered As Required By The Tower Manufacturer.
provide New Fill Material, Cover Plates, All Mounting Hardware For Both Cells Of Cooling Tower 2, And Galvanized Fill Support Tube, Fill Tube Supports, And Deflectors.
remove And Dispose Of All Existing Fill Material, Cover Plates, Mounting Hardware And Galvanized Fill Support Tube, Fill Tube Supports, And Deflectors.
clean Exposed Areas Of The Tower And Hardware Removing All Dirt, Scale, And Corrosion.
repair All Damaged Areas Found To Include Corrosion To Match Original Construction.
reapply Any Protective Paint Or Galvanized Coating To Match Original Manufacturer S Specification.
all Cleaning And Repair Work Is To Be Inspected By The Agr Or Their Designated Representative Prior To Reassembly. Work Will Not Progress Without Acceptance Of All Cleaning And Repairs By The Agr.
install New Fill Material, Cover Plates, Mounting Hardware And Galvanized Fill Support Tube, Full Tube Supports, And Deflectors.
provide New Hot Water Basins, Hot Water Basin Covers, Sealer, Crossflow Nozzles, And Hardware.
remove Existing Hot Water Basins, Hot Water Basin Covers, Sealer, Hardware, Crossflow Nozzles, Covers And Hardware.
clean Exposed Areas Of The Tower And Hardware Removing All Dirt, Scale, And Corrosion.
repair All Damaged Areas Found To Include Corrosion To Match Original Construction.
reapply Any Protective Paint Or Galvanized Coating To Match Original Manufacturer S Specification.
all Cleaning And Repair Work Is To Be Inspected By The Agr Or Their Designated Representative Prior To Reassembly. Work Will Not Progress Without Acceptance Of Cleaning And Repairs By The Agr.
install New Hot Water Basins, Hot Water Basin Covers, Sealer, Hardware, Crossflow Nozzles, And Hardware.
provide New Basin Heating Element, Mounting Kit And Seals.
remove And Dispose Of Existing Basin Heating Element, Mounting Hardware And Seals.
clean The Area To Remove Dirt, Scale, And Corrosion.
repair All Corrosion Damage With Fresh Sheet Metal And Surface Treatment (paint/galvanized Coatings) That Meet Or Exceed Original Manufacturers Specifications.
install New Basin Heating Element, Mounting Hardware And Seal.
test New Basin Heating Element And Verify Proper Operation.
perform Any Adjustments To Building Management System As Required.
provide New And Replace All Water Line Seals Opened During Execution Of The Project. No Seals Are To Be Reused.
test Cooling Tower To Ensure Proper Operation Under A Full Load.
perform Any Adjustments To Building Management System As Required.
perform Any Adjustments To The Ac Plant Condensing Water System To Ensure Proper Water Flow.
contractor Access And Activities:
safety: Contractor S Highest Priority Must Be Safety. Contractor Work Must Be In Accordance With Federal, State, Local Osha Codes, Regulations, Latest Edition Of Nec, Latest Edition Of Nfpa 70e, And 01 35 26 Safety Requirements Specification. Contractor Must Furnish And Use Required Safety Items, Including But Not Limited To, Safety Signage, Cones, Barricades, And Must Furnish And Wear Required Personal Protective Equipment (ppe).
infection Control: Contractor Must Be Responsible To Develop A Phasing And Infection Control Risk Assessment (icra) That Incorporates Requirements Of Specifications 01 00 00 General Requirements To Meet Requirements Of The Medical Center And Medical Center Icra.
site Supervision: Contractor Must Submit Written Qualifications Of Proposed Site Superintendent(s) To The Agr For Consideration. Contractor Must Furnish Superintendent(s) With Written Agr Approval To Continuously Supervise On Site Contract Activities. Contractor Superintendent(s) Must Not Engage In Any Direct Trades Labor.
security: Contractor Must Coordinate With Va Police And Agr To Comply With The Medical Center Security Management Program, Including But Not Limited To, Obtain Onsite Access Permission By The Va Police, Be Identified By Contractor And Project, And Restricted From Unauthorized Access.
badging: While On Medical Center Property, Contractor Must Wear A Visible Medical Center Issued Identity Badge. Contractor Can Be Subject To Inspection Of Personal Effects When Entering Or Leaving The Project Site And Medical Center Property. Contractor Site Superintendent Must Escort Contractor Employees To Engineering Shop (building 37) To Obtain Badge(s). Contractor Must Maintain A Badge Log With Employee Names, Badge Id Numbers, Start Date(s), Departure Date(s), Id Lost Date(s), And Id Return Date(s). Contractor Must Update Badge Log And Furnish To The Agr Weekly Or As Directed In Writing By Agr. Contractor Must Report Lost Badge(s) Immediately To The Agr And Document On Badge Log.
contractor Must Return Badge(s) Immediately On Day Of Departure Of Employee From Project To Agr And Document On Badge Log. Contractor Must Return Remaining Badge(s) At Project Closeout To Agr. Contractor Must Reimburse The Government A $100.00 Fee For Each Lost Or Unreturned Badge.
key Access: Contractor Site Superintendent May Check Out A Key To Access Mechanical And Electrical Rooms As Project Requires. Contractor Site Superintendent Must Check Out And Return A Key At Engineering (building 37) Daily And The Key Must Not Leave Medical Center Property. Contractor Site Superintendent Must Notify The Agr When A Key Is Lost. Contractor Must Reimburse The Government A $3,500.00 Fee For Each Lost Or Unreturned Key(s).
utilities: Contractor Must Not Leave Unattended Out-of-service Any Utility, Fire Protection, Life Safety System, Or Security System Without Written Permission Of The Agr. If A Utility, Fire Protection, Life Safety System Or Security System Is Not Functional At The End Of A Work Period Without Written Permission Of The Agr, Then The Contractor Must Restore The System(s) To Working Order Prior To Leaving The Job Site Or Must Furnish An Around-the-clock Watch Subject To Agr Written Approval Until The System Is Functional. If The Contractor Fails To Do So, The Contractor Must Reimburse The Government A Fee Equal To The Amount Of Costs Incurred By The Government To Furnish Around-the-clock Watch And/or Repair The System(s).
parking: Contractor On-site Parking Is Limited To Availability Of Designated Contractor Parking. Contractor Must Have Prior Agr Written Approval Of On-site Contractor Parking.
vehicles And Construction Equipment: Contractors Key(s) To Unattended Vehicle(s) And Construction Equipment Must Be Removed And Vehicle(s) Locked.
unloading And Loading: Contractor Must Unload And Load Materials, Including But Not Limited To, Equipment, Tools, Supplies, Parts, And Construction Debris At The Loading Dock. Contractor Must Not Leave Vehicle(s) Or Construction Equipment Unattended At The Loading Dock.
no Materials, Including But Not Limited To, Equipment, Tools, Supplies, Parts, And Construction Debris Are Permitted Through The Front Entry.
elevators: Contractor Must Use Agr Designated Elevators And Must Protect Elevator Cabs, Including But Not Limited To, Cab Interior Components And Controls During Contractor Use. Contractor Must Not Exceed Elevator Weight Limits. Agr Designated Elevator(s) May Not Be Immediately Available To The Contractor. The Contractor Must Account For This, And Contractor Must Be Flexible In The Project Schedule Without Additional Cost To The Government.
storage And Staging: Contractor Storage And Staging Is Limited To Availability Of Designated On-site Contractor Storage And Staging. Contractor Must Submit A Written Request For Storage Or Staging To The Agr For Consideration A Minimum Of Seven (7) Business Days Prior To The Storage Or Staging. Contractor Must Have Prior Agr Written Approval Of On-site Contractor Storage And Staging. Contractor Must Relocate Or Remove On-site Storage And Staging, Including But Not Limited To, Contractor S Office Trailer(s), Dumpster(s), Storage Container(s) And Construction Materials A Maximum Of Seven (7) Business Days After Written Notification By The Agr Without Additional Expense To The Government.
equipment And Tools: Contractor Must Furnish Construction Equipment And Power And Hand Tools, Including But Not Limited To, Ladders, Scaffolds, Lifts, Backhoes, And Forklifts To Complete Contractor S Work.
radios And Mobile Devices: Contractor Must Use Mobile Devices At Low Volume Or Outside. Contractor Must Not Carry On Conversations In Hallways Or Near Any Patient Areas. Am/fm Radios And Other Media Producing Devices Must Not Be Used On Medical Center Property.
noise: Contractor Must Coordinate And Schedule With Agr Noise Making Activities. Contractor Must Submit To The Agr A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Contractor Must Have Agr Written Approval To Proceed.
dust Proofing And Cleaning: Contractor Must Cover Furnishings And Equipment With White Plastic, Fire Retardant Polyethylene, Antistatic, Minimum 6 Mil Thickness, Imprinted With Fire Retardant Labeling Or Clean Drop Cloth. Contractor Must Furnish Hepa Vacuum Cleaner(s), Cleaning Tools, And Tacky Mats At Job Site Entrances. Contractor Must Not Use Broom(s).
fire Alarm: Contractor Must Coordinate And Schedule Fire Alarm Interruption Activity With Agr. Contractor Must Submit To The Agr For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Contractor Must Have Agr Written Approval To Proceed Three Business Days Prior To Activity. Contractor Must Submit Written Fire Watch Plan To Agr For Consideration No Later Than (nlt) Ten (10) Calendar Days After Notice To Proceed (ntp).
contractor Must Be Responsible For Fire Watch In The Areas Where Fire/smoke Detection Coverage Is Removed Or Disabled. Contractor Must Be Responsible To Coordinate Fire Or Smoke Detection With The Agr For The Removal And Restoration Of Fire Protection Coverage. After Regular Business Hours Or Designated Hours, Supervision Of The Fire Alarm Panel Is Required At The Contractor S Expense. The Contractor Must Be Responsible For Completion And Submission Of A Written Fire Alarm Bypass Request. The Contractors Written Request Must Be Submitted For Agr Approval And If Approved By Agr, Then The Agr Must Furnish A Written Approval To Proceed Three (3) Business Days In Advance Of Any Proposed Work Activity. If The Fire Alarm System Requires Any Deactivation, Then It Must Be Reactivated The Same Day Before The Contractor Leaves The Job Site To Ensure That The Fire Alarm System Is Functional. If The Fire Alarm System Is Not Functional, Then The Contractor Must Restore The Fire Alarm System To Working Order Prior To Leaving The Site Or Must Furnish An Around-the-clock Fire Watch Until The Fire Alarm System Is Functional. The Contractor Must Be Liable For Any Costs Incurred By The Government To Furnish The Fire Watch And/or To Repair The Fire Alarm System.
hot Work: Contractor Must Perform And Safeguard Hot Work Operations In Accordance With Osha 1910 Subpart Q, Nfpa 241, And Nfpa 51b. Contractor Must Coordinate And Schedule With Agr Hot Work Operations. Hot Work Operation Is Defined As Operations Including, But Not Limited To, Open Flame, Producing Heat And/or Sparks, Burning, Welding, Processes Such As Arc Welding, Oxy-fuel Gas Welding, Open-flame Soldering, Brazing, Thermal Spraying, Cutting, Oxygen Cutting, Arc Cutting, Chipping, Grinding, Heat Treating, Sand Blasting, Torch-applied Roofing, Chemical Welding, Thawing Pipe, And Light Horizontal Welding, Or An Operation That Is Capable Of Initiating Fires Or Explosions. Contractor Must Obtain Hot Work Permit From Agr Prior To Activity.
fire And Smoke Barrier Penetration: Contractor Must Perform, Maintain, And Safeguard The Integrity Of Smoke And Fire Barriers In Accordance With Nfpa 101, Nfpa 80, And Nfpa 90a. Contractor Penetrations In Barriers Must Be Repaired In An Approved Manner (filled With The Designated And Agr Approved Flame-retardant Filler).
energized Circuit Work: Contractor Must Perform, Maintain, And Safeguard The Integrity Of The Medical Center Electrical Systems And Must Follow Procedures Around Energized Equipment In Accordance With Nfpa 70e Standards Including Proper Ppe. Contractor Must Coordinate And Schedule Energized Circuit Work With Agr. Contractor Must Submit To The Agr A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Medical Center Electrician Or Electrical Engineer Must Monitor Work. Contractor Must Use Safety Equipment To Include But Not Be Limited To, 12 Calorie Arc Flash Suits With Hoods And 5kv Gloves. No Exits Will Be Blocked. Personnel Without Proper Ppe Must Be Prohibited Within The Working Area Around Live Electrical Panels With The Cover Removed. Contractor Must Have Agr Written Approval To Proceed Three (3) Business Days Prior To Activity.
utility Interruption: Contractor Must Coordinate And Schedule With Agr. Contractor Must Submit To The Agr A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Work Must Be Planned In Advance To Give As Much Time As Possible To Schedule A Utility Interruption. There May Be Times When A Utility Interruption Request Is Denied Because Of Insufficient Lead-time Or Interference With Ongoing Medical Center Activities And Must Be Rescheduled At No Additional Cost To The Government. Contractor Must Have Agr Written Approval To Proceed Three (3) Business Days Prior To Activity.
disposal: Contractor Must Coordinate And Schedule With Agr. Contractor Must Have Agr Written Approval To Proceed Three (3) Business Days Prior To Activity. Contractor Must Submit A Written Request To Dispose Of Any Government Owned Materials, Equipment, Or Property In Advance To The Agr For Agr Written Approval. Contractor Must Remove And Properly Dispose Construction Debris, Materials, Equipment, And Substances From This Project And The Medical Center Property Daily Into The Contractor Supplied Containers. Contractor Must Coordinate Disposal Container Location With Agr Contingent Upon Available Space And Any Future Agr Directed Relocation(s) Must Be At No Additional Cost To The Government. Construction Debris Created From The Project Must Not Be Disposed Of In Medical Center Dumpsters Or On Medical Center Property. Disposal Of Construction Debris, Materials, Equipment, And Substances From The Project Must Be In Accordance With Applicable Federal, State, And Local Laws, Rules, And Regulations. The Contractor Must Ensure And Furnish Appropriate Documentation To The Agr That All Hazardous Waste Handlers, Haulers, And Disposal Facilities Are Properly Licensed. The Contractor Must Furnish Shipping Manifest And Documentation Of Disposal Of Construction Debris, Materials, Equipment, And Substances From The Project Prior To Final Payment.
fumes: Contractor Must Coordinate And Schedule With Agr. Contractor Must Submit To The Agr A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. The Contractor Must Schedule Fume Producing Work Activities, Including But Not Limited To, Painting Or Heat Produced Fumes After Regular Business Hours. Contractor Must Be Responsible For Ventilation Necessary To Exhaust And Prevent Fumes From Entering Adjoining Areas, Outside Air Intake Ductwork, And Re-entering The Medical Center Healthcare Facilities At No Additional Cost To The Government. Contractor Must Have Agr Written Approval To Proceed Three (3) Business Days Prior To Activity.
photography: Contractor Must Coordinate And Schedule With Agr. Contractor Must Be Escorted By Medical Center Personnel To Take Job Site Related Photos. Contractor Must Not Photograph Any Patients, Personnel, Visitors, And Others On Medical Center Property.
other Requirements:
structural Members Must Not Be Cut Or Altered, Without Prior Co Written Authorization.
contractor Must Make Every Reasonable Effort To Protect Medical Center Property From Damage.
contractor Must Furnish Adequate Protection For Medical Center Property Before Any Repair Activities Occur. Contractor Moved Items Must Be Put Back By The Contractor To Original Locations And Conditions As Work Is Completed At No Additional Cost To The Government.
anything Remaining In Place That Is Damaged Or Defaced By The Contractor Must Be Restored By The Contractor To The Pre-existing Damaged Or Defaced Condition At No Additional Cost To The Government.
contractor Must Coordinate Work Of Different Trades So That Interference Between Mechanical, Electrical, Architectural, And Structural Work Including Existing Services Must Be Avoided And Within Limits Indicated The Required Space For Operation, Repair, Removal, Maintenance, And Testing Of Equipment. Utilities, Including But Not Limited To, Conduit, Ducts, And Pipes Must Be Arranged To Ceiling Slab, Walls, And Columns To Take Up A Minimum Footprint Of Space. Conduit, Ducts, Pipes, And Equipment Must Not Interfere With Intended Use Of Eyebolts And Other Lifting Devices.
contractor Must Locate Existing Utilities In Area Of Work. Contractor Must Furnish Adequate Means Of Support And Protection To Utilities That Remain In Place. Any Property, Including But Not Limited To, Electrical, Natural Gas, Medical Gas, Communication And Utility Lines, Landscaping, Walkways, Roads, And Curbs Damaged By Contractor Must Be Repaired Or Replaced At No Additional Cost To The Government. Government Property, Including But Not Limited To, Walls, Ceilings, Floors, Furniture, Must Be Protected From Damage At No Additional Cost To The Government. Areas Must Be Cleaned After Coring, Sawing, And Other Construction Activities By The Contractor At No Additional Cost To The Government.
no Unauthorized Contractor Work To Be Initiated Without The Prior Written Approval Of The Co. The Co Must Approve Any Request, Or Proposal For Changes In Project Scope Or Additional Requirements, In Writing Prior To The Contractor Proceeding With Any Work. Any Contractor Changes Without Prior Written Approval By The Co, Must Be Done At The Contractor S Risk And At The Contractor S Expense. Contractors Must Visit The Job Site And Visit The Facility In Order To Determine The Nature And Location Of The Work To Be Performed In General And The Local Conditions Which Can Affect The Work. Failure To Do So Must Not Relieve The Contractor Of Responsibility For Estimating The Difficulty Or Cost To Perform The Work. Contractor Must Comply With Applicable Federal, State, Local Laws, Codes, Regulations, And Ordinances.
contractor Must Obtain Permits And Licenses Required By Federal, State, Local Law, Code, Regulation, And Ordinance(s) At No Additional Cost To The Government.
contract Changes/modifications:
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 Agr On All Matters Pertaining To Contract Administration And Technical Direction. Only The Co Is Authorized To Make Commitments Or Issue Changes That Shall Affect Price, Quantity, Or Quality Of Performance Of This Contract.
(end Of Statement Of Work)
Closing Date7 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is For Market Research To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform Or Provide A Potential Requirement. The Responses Received From Interested Vendor Will Assist The Government In Determining The Appropriate Acquisition Method. The Department Of Veterans Affairs (va), Network Contracting Office 16 (nco 16) Is Seeking To Identify Potential Qualified Vendors Capable Of Providing The Requirement. This Requirement Is For The Veterans Health Care System Of The Ozarks (vhso) At 1100 N. College Ave Fayetteville, Ar 72703. The North American Industry Classification Code (naics) Is 334512 (automatic Environmental Control Manufacturing For Residential, Commercial, And Appliance Use), And Psc Code 4120 (air Conditioning Equipment), With A Size Standard Of 650 Employees. Requested Responses: All Responsible Vendors And Interested Parties Please Respond To This Source Sought Announcement If You Can Fulfill The Requirements. Responses To This Source Sought Shall Include The Following Information: 1. Your Company Name, Address, Contact Person Name, Phone Number, Fax Number, E-mail Address(s), Uei Number, Number Of Employees, And Company Website If Available. 2. If You Are An Gsa/fss Contract Holder Are The Referenced Items Available On Your Schedule/contract? Provide Your Company Gsa/fss Contract Number And Contract Expiration Date, If Applicable. 3. If You Are A Nasa Sewp V Contract Holder Are The Referenced Items Available On Your Schedule/contract? Provide Your Company Nasa Sewp V Contract Number, Contract Group, And Contract Expiration Date, If Applicable. 4. Is Your Company A Contract Holder On Any Other Federal Contract? If So, Please Provide The Contract Number. 5. Socio-economic Status Of Business Such As But Not Limited To (service-disabled Veteran Owned Small Businesses (sdvosb) Or Veteran Owned Small Businesses (vosb) Sdvosb/vosb, 8(a), Hub Zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hub Zone Business, Large Business, Etc.). 6. Is Your Company Considered Small Under The Naics Code Identified In This Source Sought Announcement? 7. Is Your Company The Manufacturer, Distributor, Or An Equivalent For The Products Being Offered? If An Authorized Distributor Or Equivalent, Can You Provide Documentation From The Manufacturer Confirming Authorization To Provide The Referenced Items And/or Products Being Offered? If Not, Can You Provide Additional Information Shown Below. This Is To Confirm Compliance With The Non-manufacturer Rule In Accordance With Title 13 Cfr 121.406(b) Nonmanufacturers. Does Your Company Exceed 500 Employees? Is Your Company Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied? Does Your Company Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice; And Will Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States Or Obtains A Waiver Of Such Requirement Pursuant To Title 13 Cfr 121.406 Paragraph (b)(5). 8. If Your Company Is A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). 9. What Is The Manufacturing Country Of Origin Of The Items And/or Products Being Offered? 10. Delivery Timeframe The Government Would Like To Know The Standard Delivery Time Frame For A Requirement Like This. 11. Provide Warranty Information For The Items And/or Products Being Requested? 12. Vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g., If Contracting Officer Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside). Please Note That If No Responses To This Notice Are Received, From Either Authorized Distributors Of The Cited Brand Name Nor From Manufacturers Marketing A Potentially Equivalent Brand (with Authorized Distributor Letter), Then This Action Will Be Sole Sourced To The Manufacturer. Contact Information And Response Due Date: Please Email All Responses To Caleb.parker@va.gov. Please Respond To This Source Sought Notice No Later Than 2:00 Pm Central 04-17-2025. Disclaimer: This Source Sought Is Issued Solely For Informational And Planning Purposes And Does Not Constitute A Solicitation. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Department Of Veterans Affairs To Form A Binding Contract. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Source Sought Notice. Statement Of Work (sow) Replace Building 4 Chiller Veterans Health Care System Of The Ozarks (vhso) Fayetteville, Arkansas Contractor Must Furnish All Management, Supervision, Labor, Material, Equipment, Tools, Supplies, Consumables, Parts, And Related Services, In Accordance With The Sow To Replace Existing Building 4 Air Cooled Chiller. Electronic Portable Document Format (.pdf) Copies Of Drawings And Specifications To This Work Will Be Furnished By Va Upon Contractor S Written Request To The Contracting Officer (co). Hard Copies Of Sow, Drawings, And Specifications Are The Contractor S Responsibility And Expense At No Additional Cost To The Government. Contractor Must Verify Existing And New Dimensions, Locations, And Quantities To Complete This Project Located On The Vhso Main Campus 1100 N. College Avenue, Fayetteville, Ar 72703. General Requirements: Any Provision Or Partial Provision Of The Contract, Including But Not Limited To, Drawings And Specifications That Is Not Consistent With This Sow Will Be Null And Void Only To The Extent Of The Inconsistency. All Other Provisions Or Partial Provisions Of The Contract, Including But Not Limited To, Drawings And Specifications, Must Remain In Full Force And Effect. Information Security: The Certification And Accreditation (c&a) Does Not Apply, A Security Accreditation Package Is Not Required. Contractor Must Have The Following Requirements Completed Within Ten (10) Business Days Of Contract Award: Osha 10 And 30 Certifications: Submit As A Minimum Osha 10 Certification To The Cor For Every Contractor Employee That Will Be Working On Vhso Property. Osha 10 Cards Are To Always Remain On The Employee S Person. Contractor Point Of Contract: Notify The Cor In Writing Of The Name, Phone Number, Email Address Of The Contractor Appointed Point Of Contact. The Designated Individual Must Have Full Authority To Act For The Contractor On All Matters Relating To Work Performance, To Receive, Accept And Sign For Any Notices, Inspection Reports And All Other Correspondence On Behalf Of The Contractor From The Cor And / Or Contracting Officer. This Individual Must Oversee The Contractor S Worksite Operations And Ensure All Work Is Performed In Accordance With All Contract Requirements Including Scheduling, Quality, And Safety. This Individual Must Be Always Available When Contract Work Is In Progress, And Must Respond To The Work Site As Directed By The Cor. The Contractor Or Their Designated Point Of Contact Must Return Phone Calls Or Text(s) To The Cor Within 1 Hour Of Contact And Must Return Emails From The Cor Within 24 Hours Of Contact. Period Of Performance: Fourteen (14) Calendar Days. Work Site Access: Contractor Must Perform All Work On A Weekend Starting On A Friday At 1700 Hours And Be Completed By Sunday At 1700 Hours. Cor Must Provide Final Dates That Work Will Be Performed. This Project Must Be Turn-key In Accordance With This Sow, Drawings, And Specifications To Be Complete And Working System(s). Vhso Facility Must Continue To Operate During The Contract Period Of Performance, Including But Not Limited To, The Mechanical And Electrical Systems. Vhso Operations Take Precedence Over Contractor Work At No Additional Cost To The Government. Contractor S Work Must Be Conducted With The Least Amount Of Disruption To The Vhso Facility. Contractor Must Provide All Submittals For Equipment And Materials With Proposal. Prior To The Start Of Job Site Activities, Together The Contractor And Cor Must Conduct A Site Survey To Identify And Review Specific Work And Differing Site Conditions. Contractor Materials, Equipment, Tools, Supplies, Consumables, And Parts Must Not Be Left Unattended Within A Common Work Area. When Working In Common Areas, There Must Be A Minimum Of Two (2) Contractor Employees Present To Ensure That Contractor Building Materials, Including But Not Limited To, Equipment, Tools, And Supplies Are Not Accessible To Others. Warranty: Contractor Must Guarantee Workmanship For A Period Of One (1) Year After Cor Written Acceptance Of Work. Contractor Must Furnish A Minimum Five (5) Years Parts Warranty On Equipment, Components, And Materials Furnished Plus Any Manufacturer S Warranty Greater Than One (1) Year. Emergency Service: Contractor Emergency Service Must Be Available 24 Hours Per Day. Contractor Must Respond On-site To Emergency Service Calls Within Two (2) Hours Of Notification. Contractor Must Have The Issue(s) Corrected Or A Plan In Place (awaiting Parts) Within Four (4) Hours Of Arrival At Job Site. Any Temporary Repairs Must Have Prior Written Approval By The Chief, Engineering Service Or Their Designated Representative. Qualifications Of Contractor: Contractor And/or Subcontractor Must Possess A State Issued Class A Hvac Contractor License And A State Issued Electrical Contractor License. Contractor And/or Subcontractor Must Have 5 Continuous Years Of Chiller Installation Experience In A Healthcare Environment Of The Same Size And Complexity As Vhso. Contractor And/or Subcontractor Shall Posses The Required Skills And Factory Support To Install, Operate, Program, And Update The Alerton Building Management System. No Vhso Support Will Be Provided. Scope Of Work: Contractor Must Ensure That All Work, Equipment, And Materials Are In Compliance With The 2023 Nfpa 70 National Electrical Code, 2021 International Mechanical Code, Va Electrical Design Manual, March 1, 2025; Va Hvac Design Manual, November 1, 2017 Rev. March 1, 2024; And Manufacturer S Recommendations. Contractor Must Provide All Materials, Equipment, Labor, Supervision, Permits, Licenses, And Services Required To Replace A Failed Air-cooled Chiller. Remove And Properly Dispose Of Existing Mcquay Chiller, Model Number Agz130dhhnn-er10, Serial Number Stnu130800201 And All Parts And Materials Not Required For Installation Of New Chiller Located Behind Building 4. Provide And Install A York Ylaa0120sj17xfb (or Equal), 150-ton, Air Cooled Chiller. Provide And Install All Piping, Valves, Fittings, Water Thermometers, Water Pressure Gauges, Pipe Insulation With Aluminum Cladding. Test All Devices Prior To Insulation And Ensure No Leaks Exist In System. Repair Any Deficiencies. Provide All Parts And Materials Required To Connect New Chiller To Existing Alerton Building Automation System (bas). Ensure That All Current Outputs And Controls Are Available On The New Installation. Update Graphics Per Cor Requirements On All Alerton User Interfaces To Include All Laptops To Reflect New Chiller And All Associated Sensors And Components. Update Programing As Required. Test The New Chiller Bas Installation Ensuring: The Chiller Can Be Operated Remotely At Alerton User Interfaces. Chiller Outputs Are Neatly Displayed In Interface Graphics And Are Calibrated And Tested To Be Accurate Per Alerton Recommendations. Provide Parts And Perform Repairs As Required. Provide All Parts And Materials To Connect The New Chiller And All Associated Components To The Electrical Switch Gear Located In The Basement Of Building 4. Test The New Chiller Electrical Service Ensuring Proper Operation And Provide Any Required Materials And Labor To Complete Any Required Repairs Or Upgrades. The Cor Or Their Designated Representative Must Observe All Testing. Commission The New Chiller Per The Manufacturer S Recommendations And In The Presence Of The Cor Or Their Designated Representative. Complete And Submit All Required Commissioning And Warranty Documentation To The Equipment Manufacturer And The Cor. Contractor Access And Activities: Records Management: Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Federal Record As Defined In 44 U.s.c. â§ 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. The Term Federal Record: Includes U.s. Department Of Veterans Affairs (va) Records. Does Not Include Personal Materials. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Va Contract. May Include Deliverables And Documentation Associated With Deliverables. Contractor Must 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. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. In Accordance With 36 Cfr 1222.32, Contractor Must Maintain All Records Created For Government Use Or Created While 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. Va 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 Va 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. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. The Contractor Must 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. The Contractor Must 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 Must 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 Must Be Returned To Va Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Must Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The Contract. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). 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 [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. The Contractor Must Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Policy. The Contractor Must Not Create Or Maintain Any Records Containing Any Non-public Va Information That Are Not Specifically Tied To Or Authorized By The Contract. The Contractor Must Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. The Va 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 Must 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. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Va Provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. The Contractor Must Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This Contract, And Require Written Subcontractor Acknowledgment Of Same. Violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. Safety: Contractor S Highest Priority Must Be Safety. Contractor Work Must Be In Accordance With Federal, State, Local Osha Codes, Regulations, Latest Edition Of Nec, Latest Edition Of Nfpa 70e, And 01 35 26 Safety Requirements Specification. Contractor Must Furnish And Use Required Safety Items, Including But Not Limited To, Safety Signage, Cones, Barricades, And Must Furnish And Wear Required Personal Protective Equipment (ppe). Infection Control: Contractor Must Be Responsible To Develop A Phasing And Infection Control Risk Assessment (icra) That Incorporates Requirements Of Specifications 01 00 00 General Requirements To Meet Requirements Of Vhso And Vhso Icra. Site Supervision: Contractor Must Submit Written Qualifications Of Proposed Site Superintendent(s) To The Co And Cor For Consideration. Contractor Must Furnish Superintendent(s) With Written Cor Approval To Continuously Supervise On Site Contract Activities. Contractor Superintendent(s) Must Not Engage In Any Direct Trades Labor. Security: Contractor Must Coordinate With Va Police And Cor To Comply With The Vhso Security Management Program, Including But Not Limited To, Obtain Onsite Access Permission By The Va Police, Be Identified By Contractor And Project, And Restricted From Unauthorized Access. Badging: While On Campus, Contractor Must Wear A Visible Vhso Issued Identity Badge. Contractor Can Be Subject To Inspection Of Personal Effects When Entering Or Leaving The Project Site And Vhso Property. Contractor Site Superintendent Must Escort Contractor Employees To Engineering Shop (building 37) To Obtain Badge(s). Contractor Must Maintain A Badge Log With Employee Names, Badge Id Numbers, Start Date(s), Departure Date(s), Id Lost Date(s), And Id Return Date(s). Contractor Must Update Badge Log And Furnish To The Cor Weekly Or As Directed In Writing By Cor. Contractor Must Report Lost Badge(s) Immediately To The Cor And Document On Badge Log. Contractor Must Return Badge(s) Immediately On Day Of Departure Of Employee From Project To Cor And Document On Badge Log. Contractor Must Return Remaining Badge(s) At Project Closeout To Cor. Contractor Must Reimburse The Government A $100.00 Fee For Each Lost Or Unreturned Badge. Key Access: Contractor Site Superintendent May Check Out A Key To Access Mechanical And Electrical Rooms As Project Requires. Contractor Site Superintendent Must Check Out And Return A Key At Engineering (building 37) Daily And The Key Must Not Leave Vhso Property. Contractor Site Superintendent Must Notify The Cor When A Key Is Lost. Contractor Must Reimburse The Government A $3,500.00 Fee For Each Lost Or Unreturned Key(s). Utilities: Contractor Must Not Leave Unattended Out-of-service Any Utility, Fire Protection, Life Safety System, Or Security System Without Written Permission Of The Cor. If A Utility, Fire Protection, Life Safety System Or Security System Is Not Functional At The End Of A Work Period Without Written Permission Of The Cor, Then The Contractor Must Restore The System(s) To Working Order Prior To Leaving The Job Site Or Must Furnish An Around-the-clock Watch Subject To Cor Written Approval Until The System Is Functional. If The Contractor Fails To Do So, The Contractor Must Reimburse The Government A Fee Equal To The Amount Of Costs Incurred By The Government To Furnish Around-the-clock Watch And/or Repair The System(s). Parking: Contractor On-site Parking Is Limited To Availability Of Designated Contractor Parking. Contractor Must Have Prior Cor Written Approval Of On-site Contractor Parking. Vehicles And Construction Equipment: Contractors Key(s) To Unattended Vehicle(s) And Construction Equipment Must Be Removed And Vehicle(s) Locked. Unloading And Loading: Contractor Must Unload And Load Materials, Including But Not Limited To, Equipment, Tools, Supplies, Parts, And Construction Debris At The Loading Dock. Contractor Must Not Leave Vehicle(s) Or Construction Equipment Unattended At The Loading Dock. No Materials, Including But Not Limited To, Equipment, Tools, Supplies, Parts, And Construction Debris Are Permitted Through The Front Entry. Elevators: Contractor Must Use Cor Designated Elevators And Must Protect Elevator Cabs, Including But Not Limited To, Cab Interior Components And Controls During Contractor Use. Contractor Must Not Exceed Elevator Weight Limits. Cor Designated Elevator(s) May Not Be Immediately Available To The Contractor. The Contractor Must Account For This And Contractor Must Be Flexible In The Project Schedule Without Additional Cost To The Government. Storage And Staging: Contractor Storage And Staging Is Limited To Availability Of Designated On-site Contractor Storage And Staging. Contractor Must Submit A Written Request For Storage Or Staging To The Cor For Consideration A Minimum Of Seven (7) Business Days Prior To The Storage Or Staging. Contractor Must Have Prior Cor Written Approval Of On-site Contractor Storage And Staging. Contractor Must Relocate Or Remove On-site Storage And Staging, Including But Not Limited To, Contractor S Office Trailer(s), Dumpster(s), Storage Container(s) And Construction Materials A Maximum Of Seven (7) Business Days After Written Notification By The Cor Without Additional Expense To The Government. Equipment And Tools: Contractor Must Furnish Construction Equipment And Power And Hand Tools, Including But Not Limited To, Ladders, Scaffolds, Lifts, Backhoes, And Forklifts To Complete Contractor S Work. Radios And Mobile Devices: Contractor Must Use Mobile Devices At Low Volume Or Outside. Contractor Must Not Carry On Conversations In Hallways Or Near Any Patient Areas. Am/fm Radios And Other Media Producing Devices Must Not Be Used On Vhso Property. Hot Work: Contractor Must Perform And Safeguard Hot Work Operations In Accordance With Osha 1910 Subpart Q, Nfpa 241, And Nfpa 51b. Contractor Must Coordinate And Schedule With Cor Hot Work Operations. Hot Work Operation Is Defined As Operations Including, But Not Limited To, Open Flame, Producing Heat And/or Sparks, Burning, Welding, Processes Such As Arc Welding, Oxy-fuel Gas Welding, Open-flame Soldering, Brazing, Thermal Spraying, Cutting, Oxygen Cutting, Arc Cutting, Chipping, Grinding, Heat Treating, Sand Blasting, Torch-applied Roofing, Chemical Welding, Thawing Pipe, And Light Horizontal Welding, Or An Operation That Is Capable Of Initiating Fires Or Explosions. Contractor Must Obtain Hot Work Permit From Cor Prior To Activity. Energized Circuit Work: Contractor Must Perform, Maintain, And Safeguard The Integrity Of The Vhso Electrical Systems And Must Follow Procedures Around Energized Equipment In Accordance With Nfpa 70e Standards Including Proper Ppe. Contractor Must Coordinate And Schedule Energized Circuit Work With Cor. Contractor Must Submit To The Cor A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Vhso Electrician Or Electrical Engineer Must Monitor Work. Contractor Must Use Safety Equipment To Include But Not Be Limited To, 12 Calorie Arc Flash Suits With Hoods And 5kv Gloves. No Exits Will Be Blocked. Personnel Without Proper Ppe Must Be Prohibited Within The Working Area Around Live Electrical Panels With The Cover Removed. Contractor Must Have Cor Written Approval To Proceed Three (3) Business Days Prior To Activity. Utility Interruption: Contractor Must Coordinate And Schedule With Cor. Contractor Must Submit To The Cor A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Work Must Be Planned In Advance To Give As Much Time As Possible To Schedule A Utility Interruption. There May Be Times When A Utility Interruption Request Is Denied Because Of Insufficient Lead-time Or Interference With Ongoing Vhso Activities And Must Be Rescheduled At No Additional Cost To The Government. Contractor Must Have Cor Written Approval To Proceed Three (3) Business Days Prior To Activity. Disposal: Contractor Must Coordinate And Schedule With Cor. Contractor Must Have Cor Written Approval To Proceed Three (3) Business Days Prior To Activity. Contractor Must Submit A Written Request To Dispose Of Any Government Owned Materials, Equipment, Or Property In Advance To The Cor For Cor Written Approval. Contractor Must Remove And Properly Dispose Construction Debris, Materials, Equipment, And Substances From This Project And The Vhso Property Daily Into The Contractor Supplied Containers. Contractor Must Coordinate Disposal Container Location With Cor Contingent Upon Available Space And Any Future Cor Directed Relocation(s) Must Be At No Additional Cost To The Government. Construction Debris Created From The Project Must Not Be Disposed Of In Vhso Dumpsters Or On Vhso Property. Disposal Of Construction Debris, Materials, Equipment, And Substances From The Project Must Be In Accordance With Applicable Federal, State, And Local Laws, Rules, And Regulations. The Contractor Must Ensure And Furnish Appropriate Documentation To The Co And Cor That All Hazardous Waste Handlers, Haulers, And Disposal Facilities Are Properly Licensed. The Contractor Must Furnish Shipping Manifest And Documentation Of Disposal Of Construction Debris, Materials, Equipment, And Substances From The Project Prior To Final Payment.
Closing Date17 Apr 2025
Tender AmountRefer Documents
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 6.00 1.00 A. Backhoe (0.80 Mᶾ) 6.00 1.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1 Ls 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Hours 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days D. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 14.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances - Building Permit Processing Fees B. Manpower: C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 43.41 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 43.41 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 39.57 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 39.57 M3 Embankment From Structure Excavation Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 3.81 M3 Dpwh Standard Output Per Day (opd)= 1.20 M3 3.81 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 "structural Concrete (footing, Slab On Fill)" Quantity 15.03 M3 Dpwh Standard Output Per Day (opd)= 0.357 M3 15.03 M3 " Structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 "structural Concrete (footing Tie Beam, Wall Footing)" Quantity 2.56 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.56 M3 " Structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 "structural Concrete (columns)" Quantity 5.42 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 5.42 M3 " Structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 3.90 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 3.90 M3 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c6 "structural Concrete (suspended Slab)" Quantity 2.09 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.09 M3 " Structural Concrete (suspended Slab)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 3,947.39 Kg Dpwh Standard Output Per Day (opd)= 143.44 Kg 3947.39 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 56.65 M2 Dpwh Standard Output Per Day (opd)= 3.24 M2 56.65 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 188.21 M2 Dpwh Standard Output Per Day (opd)= 3.825 M2 188.21 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1016(1)a Waterproofing Cement Base Quantity 12.54 M2 Dpwh Standard Output Per Day (opd)= 1.875 M2 12.54 M2 Waterproofing Cement Base Direct Cost: A. Materials: 1.05 M2 A. Cement-based Waterproofing B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 507.84 Kg Dpwh Standard Output Per Day (opd)= 85.00 Kg 507.84 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purlins Quantity 200.46 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 200.46 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 48.00 M2 Dpwh Standard Output Per Day (opd)= 2.769 M2 48.00 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 54.76 M Dpwh Standard Output Per Day (opd)= 10.00 M 54.76 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 7.76 M Dpwh Standard Output Per Day (opd)= 11.80 M 7.76 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) "reflective Insulation" Quantity 50.00 M2 Dpwh Standard Output Per Day (opd)= 5.56 M2 50.00 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= 1.00 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 200.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 1.00 Set D. Single-gang Switch 4.00 Set E. Two-gang Switch 2.00 Set F. Three-gang Switch 13.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Day (opd)= 1 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 Ls Sewer Line Work Direct Cost: A. Materials: 7.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 3.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 8.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 2.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 2.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 1.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 6.00 Pcs H. Pvc Coupling (50mm D) 2.00 Pcs I. Pvc Coupling3 (101mm D) 1.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 2.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) M. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Storm Drainage And Downspout Direct Cost: A. Materials: 8.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 9.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 5.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 5.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 5.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 10.00 Pcs C.13 Mm Ø Ppr Elbow 10.00 Pcs D.13 Mm Ø Ppr Coupling 2.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 5.00 Pcs G.13 Mm Ø Ppr Tee H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 58.55 M2 Dpwh Standard Output Per Day (opd)= 2.00 M2 58.55 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 8.00 1.00 A. Low Bed Trailer Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Hours 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: 1.00 Lot Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days D. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 15.00 1.00 A. Safety Practitioner/officer (part Time) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances - Building Permit Processing Fees Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 16.56 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 16.56 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 14.61 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 14.61 M3 Embankment From Structure Excavation Direct Cost: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 " Structural Concrete (footing, Slab On Fill)" Quantity 6.09 M3 Dpwh Standard Output Per Hour (oph)= 0.357 M3 6.09 M3 "structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 " Structural Concrete (footing Tie Beam, Wall Footing)" Quantity 3.24 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 3.24 M3 "structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 " Structural Concrete (columns)" Quantity 2.08 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 2.08 M3 "structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 1.69 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 1.69 M3 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 786.93 Kg Dpwh Standard Output Per Hour (oph)= 143.438 Kg 786.93 Kg "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 32.81 M2 Dpwh Standard Output Per Hour (oph)= 3.24 M2 32.81 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Installation 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 88.86 M2 Dpwh Standard Output Per Hour (oph)= 3.825 M2 88.86 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(1) Cement Plaster Finish Quantity 177.72 M2 Dpwh Standard Output Per Hour (oph)= 7.125 M2 177.72 M2 Cement Plaster Finish Direct Cost: A. Materials: 0.33 Bag A. Cement 0.03 Cu.m B. Sand B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 321.66 Kg Dpwh Standard Output Per Hour (oph)= 85 Kg 321.66 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purlins Quantity 226.16 Kg Dpwh Standard Output Per Hour (oph)= 90.45 Kg 226.16 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)b Metal Structure Accessories (sagrods) Quantity 4.00 Pc Dpwh Standard Output Per Hour (oph)= 1 Pc 4.00 Pc Metal Structure Accessories (sagrods) Direct Cost: A. Materials: 1.00 Pc A. Sagrod With Nuts And Bolts 1.00 Pc B. 16 Mm Plain Round Bar With 16 Mm Turn Buckle B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 56.00 M2 Dpwh Standard Output Per Hour (oph)= 2.769 M2 56.00 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 22.00 M Dpwh Standard Output Per Hour (oph)= 10 M 22.00 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 8.00 M Dpwh Standard Output Per Hour (oph)= 11.8 M 8.00 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling Quantity 56.00 M2 Dpwh Standard Output Per Hour (oph)= 1.243 M2 56.00 M2 4.5mm Fiber Cement Board On Metal Frame Ceiling Direct Cost: A. Materials: 0.37 Pc "a. 4.5mm Fiber Cement Board Plywood" 1.13 Pc "b.metal Furring 3m Length" 0.36 Pc C. Carrying Channels 1.00 Pc D. Hanger Bars/rod 6.00 Pc E. Channel Clip 0.24 Pc F. Wall Angle 14.00 Pc G. Rivets 4.00 Pc H. 1" Metal Screw B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1009 (1)a Jalousie Window (glass) Quantity 5.76 M2 Dpwh Standard Output Per Hour (oph)= 0.27 M2 5.76 M2 Jalousie Window (glass) Direct Cost: A. Materials: 1.00 M2 A.jalousie Window (glass B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (1) Frames (jambs, Sill, Head, Transoms And Mullions Quantity 2.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 2.00 Set Frames (jambs, Sill, Head, Transoms And Mullions Direct Cost: A. Materials: 1.00 Set A.jambs, Sill, Head, Transoms And Mullion B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 2.00 1.00 A. Construction Foreman 2.00 1.00 B. Skilled Laborer 2.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (2)a Hollow Core Flush Door Quantity 3.78 M2 Dpwh Standard Output Per Hour (oph)= 0.32 M2 3.78 M2 Hollow Core Flush Door Direct Cost: A. Materials: 1.00 M2 A.hollow Core Flush Door B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= "1.00 " I.s. 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 2.00 Length A. Pvc Pipe Poly 3/4 20.00 Length B. Pvc Pipe Poly 1/2 2.00 Pcs C. Pvc Square Box Poly 5x5 30.00 Pcs D. Flexible Connector 1/2 5.00 Pcs E. Utility Box 2x4 10.00 Pcs F. Junction Box 4x4 2.00 Pcs G. 3/4 Ø Entrance Cap 4.00 Pcs H. Electrical Tape I. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 21.23 1.00 A. Construction Foreman 21.23 1.00 B. Skilled Laborer 21.23 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 70.00 M A. Thhn Wire Stranded # 8 1.00 Box B.thhn Wire Stranded # 12 40.00 M C. Thhn Wire Stranded # 10 1.00 Set D. Flush Type Single-gang Switch 0.00 Set E. Flush Type Two-gang Switch 1.00 Set F. Flush Type Three-gang Switch 3.00 Set G. Flush Type Outlet 3 Gang Universal H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 14.40 1.00 A. Construction Foreman 14.40 1.00 B. Skilled Laborer 14.40 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Pcs A. Panel Board Bolt On Type 4 Holes 1.00 Pcs B. 60 Amp. Plug-in Breaker 1.00 Pcs B. 30 Amp. Plug-in Breaker 0.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1103(1) Lighting Fixtures Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Lighting Fixtures Direct Cost: A. Materials: 12.00 Units A. Led Downlight 9w B. Manpower: Number Of Hours 12.00 1.00 A. Construction Foreman 12.00 1.00 B. Skilled Laborer 12.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)a Painting Works (masonry Painting) Quantity 156.12 M2 Dpwh Standard Output Per Hour (oph)= 2.1 M2 156.12 M2 Painting Works (masonry Painting) Direct Cost: A. Materials: 0.02 Gal A. Concrete Neutralizer 0.04 Gal B. Concrete Sealer/prime 0.05 Gal C. Patching Compound 0.08 Gal D. Semi Gloss Latex (two Coat Only) E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1018.00 Unglazed Tiles Quantity 30.00 M2 Dpwh Standard Output Per Hour (oph)= 1 .95 M2 30.00 M2 Unglazed Tiles Direct Cost: A. Materials: 1.05 M2 A. Unglazed Tiles 0.33 Bag B. Cement 0.03 M3 C.sand 0.13 Bag D. Tile Grout B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date4 Mar 2025
Tender AmountPHP 989.8 K (USD 17 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Description
this Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products And/or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort.
the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice.
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 Part 15.201(e).
the Purpose Of This Sources Sought Notice Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Products And/or Services Described Below.
documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following:
company Name;
address;
point Of Contact;
phone, Fax, And Email;
uei Number;
cage Code;
tax Id Number;
type Of Small Business, E.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business, Etc.;
state If Your Business Has An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Below And Provide The Contract Number; And
must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below.
requirement:
the Va Heartland Network 15 Contracting Office Located At 3450 South 4th Street, Leavenworth, Ks, 66048-5055 Is Seeking A Potential Qualified Contractor To Provide A Cost-per-test (cpt) Blanket Purchase Agreement (bpa) For Automated Antinuclear Antibody (ana). It Is The Intent Of The Government To Award A Contract To A Single Contractor For Indirect Fluorescent Antibody (ifa) System And Reagents For The Kansas City Va Medical Center, Located In Kansas City, Missouri, And The John J. Cochran Veterans Hospital, Located In St. Louis, Missouri. This Is A Brand Name Or Equal Requirement. Please See The Statement Of Work For More Specifics And Details.
the North American Industry Classification System Code (naics Code) Is 334516 (analytical Laboratory Instrument Manufacturing), Size Standard 1,000 Employees. Based On This Information, Please Indicate Whether Your Company Would Be A Large Or Small Business And Have A Socio-economic Designation As A Small Business, Vosb Or Sdvosb.
important Information:
the Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set- Aside Or Full And Open May Be Used.
responses To This Notice Shall Be Submitted Via Email To Lisa Buchanan At Lisa.buchanan1@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Friday, April 26, 2024, At 8:00am Cst. 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 Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
statement Of Work
scope Of Procurement:
kansas City Has The Intent To Establish A Cost-per-test (cpt) Blanket Purchase Agreement (bpa) For Automated Antinuclear Antibody (ana). It Is The Intent Of The Government To Award A Contract To A Single Contractor For Indirect Fluorescent Antibody (ifa) System And Reagents. The Reagents Are Required To Perform Specialized Diagnostic Testing On Clinical Patient Specimens And Must Meet Stringent Quality Control And Compliance Standards. Ordering Of Reagents Will Be Done On An As Need Basis With Shipments Delivered Within At Least 5 Business Days. No Minimum Or Maximum Threshold Will Be In Place. The Quantity And Type Of Reagents Purchased Cannot Be Predicted And Is Based On Mission Requirements During The Performance Period.
attachment A Provides An Estimated Volume By Test. Pricing Is Based On The Average Daily Test Volume Per Instrument/analyzer. The Volumes Listed Per Facility In Attachment A, Are Estimates Only.
this Will Be A Base Year (12 Mo) Plus Four (4) Years (12 Mo) Optional Years. The Period Of Performance Is 01/02/2026 - 12/31/2031.
the Instrumentation Shall Have The Capability Of Performing And Reporting The Clinical Parameters As Defined In This Statement Of Requirements. The Instrument Shall Be Able To Simultaneously Perform The Complete Profile As Described Below Meet The Performance Characteristics For Accuracy And Precision As Defined By The 1988 Clinical Laboratory Improvement Act (clia) And The Clinical And Laboratory Standards Institute (clsi).
the Contractor Will Be Required To Provide A Continuously Stocked Inventory Of:
reagents
standards
controls
supplies
disposables
any Other Materials Required To Properly Perform Tests On The Equipment Such That Equipment Operations Are Not Interrupted.
these Items Shall Be Of The Highest Quality, Sensitivity, Specificity And Tested To Assure Precision And Accuracy.
expiration Date Must Be Clearly Marked On Reagent, Standards, And Control Containers.
any Unexpected Changes In Methodology/technology Shall Be At The Expense Of The Contractor.
alert/notification Of Any Delays In Shipment As Well As Any Or All Technical Advisory/recalls/alerts, Prior To Or Simultaneously With Field Alerts Should Be Forwarded To The Designated Individuals Determined At Contract Award.
ordering Of Reagents Will Be Done On As Needed Basis With Shipment Delivered Within At Least 5 Business Days.
special Handling For Emergency Orders Of Supplies: In The Event That The Supplies Are Found To Be Defective And Unsuitable For Use With The Contractor S Equipment, Or The Contractor Has Failed To Comply With The Requirements For Routine Supply Delivery, The Contractor Is Required To Deliver The Supplies Within 24 Hours Of Receipt Of A Verbal Order For Emergency Delivery. If Either Circumstance Has Occurred, The Contractor Shall Deliver To The Government Site In The Most Expeditious Manner Possible The Necessary Consumables In Sufficient Quantity As Required To Allow Operation Of The Contractor S Equipment For One Week (under Normal Government Test Load Volume). If Additional Requests For Emergency Supply Delivery Are Required By The Government, They Shall Be Honored By The Contractor Until The Arrival At The Laboratory Of The Monthly Standing Order/routine Supplies Delivery.
the Contractor Shall Pay All Shipping And Handling Fees For Supplies.
the Contractor Shall Package Reagents In Such A Manner As To Ensure The Integrity Of The Reagents During Transport.
the Contractor Shall Explain Their Policy On Replacement Of Unsuitable Or Damaged Products Or Products Shipped In Error.
vendor Shall Provide A Va Acceptable Itemized Bill For All Items Shipped For Payment With Each Shipment.
definitions
cost Per Test (cpt)- As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers Contractors Are Required To Provide A Price For Each Test That Can Be Performed On Its Equipment. The Per Test Price Shall Include Costs Covering (1) 4 Year Equipment Use, (2) All Reagents, Standards, Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation And Reporting Of A Test Result, (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Are Required To Provide Delivery, Installation, And Removal Of Equipment At No Additional Charge.
general Requirements
the Contractor Is Required To Maintain The Equipment. All Work Shall Be Performed In Accordance With The Guidelines Established By Federal, State, And Local Ordinances, Fda Manufacturer S Guidelines, And With All Terms, Conditions, Provisions, And Specifications Provide Herein.
vendor Shall Provide An Automated Indirect Fluorescent Antibody (ifa) Slide Processing And A Digital Immunofluorescence Imaging System.
the Contractor Must Be A Manufacturer Of All Listed Products And Reagents.
vendor Shall Provide Latest Model/version Of Instrumentation. Refurbished Or Discontinued Models Are Not Acceptable.
technical Features- The Instrumentation Must Be Approved By The Food And Drug Administration (fda) And Shall Have The Following:
reagents, Kits, And Supplies:
the Contractor Shall Provide Fda Approved Antinuclear Antibody Products To Include Reagents, Kits, Supplies, And Consumables Used To Perform Patient Testing Slide Stage Instruments.
these Items Must Be Of The Highest Quality, Sensitivity And Tested To Assure Precision And Accuracy.
expiration Dates Must Be Clearly Marked On All Reagent Containers And No Shorter Than 12 Months Out.
unexpected Changes In Methodology/technology Shall Be At The Expense Of The Contractor.
the Contractor Shall State The Open Date Stability For The Reagents For Room Temperature, Refrigeration And Frozen.
the Contractor Shall Supply All Safety Data Sheets For Their Proposed Reagents.
the Contractor Shall Inform The Serology Laboratory Supervisor Of Any Reagent Recalls Or Bulletins Due To Product Unavailability Due To Manufacturing Issues.
data Management System:
must Be Able To Interface With Vista Via Data Innovations Instrument Manager
shall Be Capable Of Maintaining All Data And If Interfaced, Retransmit Data For Up To 24 Hours In The Event Of Normal Electrical Power Interruptions Via Battery Backup.
shall Have A Built-in Quality Control Program To Regularly Monitor Performance Of Vital Components.
shall Possess Capability To Backup All Data To A Secondary External Storage Format (e.g. Compact Disk).
shall Have Sufficient Memory To Store Patient Information And Test Results For 10,000 Records With Downloading Capability To An External Medium For Long Term Storage Of Patient Records And Other Information.
hardware Features The Instrumentation Shall Have The Following:
a Total Equipment Footprint That When Installed In The Laboratory Shall Not Impact The Functionality/operations Of That Laboratory.
an On-board Monitor/screen That Is Easily Readable.
a Printer That Has The Capability Of Printing A Patient Report With Patient Demographic Information That Includes Minimally The Patient S Name And Accession Number Or Unique Identifier Number (uid).
an Uninterruptible Power Supply With Line Conditioner For Each Instrument Provided, Including Replacement Of Batteries.
ancillary Support Equipment:
the Contractor Shall Provide, Install, And Maintain Through The Life Of The Bpa , As Indicated, All Ancillary Support Equipment To Fully Operate Or Place The Analyzer Within A Laboratory As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer, Water Systems (including Consumable Polishers, Filters, Etc.), And Universal Interface Equipment, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Line Conditioners, Ups, And Ups Batteries, Etc.
method Validation Requirements
the Contractor Shall Assist Each Site In The Performance All Comparison And Validation Studies To Include Any Materials And Reagents Needed For Such Correlation At No Cost To The Government. The Contractor Shall Perform All Statistical Analysis, As Applicable, And Report Data In An Organized, Clearly Comprehensible Format. This Process Shall Be Consistent With Current Clsi Standards And Related Documents, The Joint Commission Standards, Cap Standards, And Federal Regulations.
implementation/transition Timeframe
need Validation Of Equipment Completed Validated 90 Days Before Final Award.
the Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After Award. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government.
upon Award The Transition Period For The Awarded Bpa To Have All Equipment And Peripherals Installed And Operational By January 2, 2026. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed.
contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. Contractor S Submitted Plan Shall Project For The Transition Of All Services Under The Awarded Bpa Including Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents, And Supplies, Etc., Performance Of All Correlations And Validations With A Start Date Of January 2, 2026. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Bpa For Cause Under The Termination For Cause Clause Of The Bpa.
equipment Relocation: In The Event Of Moving The New Equipment To A New Location (such As A New Laboratory, Final Destination), The Contractor Shall:
move Contracted Lab Equipment From The Current Location To The New Lab Space.
assist With Instruments Validations After Relocation.
support Features
commercial Marketing. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. Discontinued Models That Are Only Being Made Available As Remanufactured Equipment Are Not Acceptable.
start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories, And Any Other Item Included On The List Of Supplies Defined In The Federal Supply Schedule Contract And Required To Establish Instruments For Operation For Performance Of Acceptance Testing. The Contractor Shall Assist The Government With Validation And Method Comparison Studies. All Materials And Reagents Needed For Such Correlation At No Cost To The Government. The Contractor Shall Perform All The Statistical Analysis And Report Data In An Organized, Clearly Comprehensible Format. This Process Shall Be Completed Within Two Weeks Of Installation Of The Analyzer At Each Site And Shall Be Consistent With Current Clsi And Related Documents, Cap Standards And Federal Regulations.
training
upon Installation: The Contractor Shall Provide Advanced (key Operator) Instrument Training Program For At Least Three Operators Per Facility At No Charge To The Government That Is Coordinated With And Timely With The Equipment Installation, Sufficient To The Size And Scope Of The Facility S Services And Minimally Equivalent To The Terms And Conditions For Training Defined In The Contractor S Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers Contract. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Troubleshooting And Repair.
thereafter: The Contractor Shall Provide Training For Minimally One Operator Per Facility Per Year At The Discretion Of The Government For Each Model Of Instrumentation Placed. Utilization Of The Training Slots Shall Be Mutually Agreed Upon Between The Va And The Contractor. A Training Program That Involves Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant.
equipment Preventative Maintenance/repair Service. The Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On All Primary Instrumentation And Any Incremental Support Equipment, E.g. Water System, Offered According To The Following Terms:
service Requirements
a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hours.
equipment Repair Service Shall Be Provided During Core Business Hours. See Attachment A Defining Core Business Hours Of Each Facility Included In This Solicitation. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel.
equipment Repair Response Time Shall Be No More Than 24 Hours.
preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer S Operator S Manual And Within 2 Weeks Of The Scheduled Due Date.
a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following:
date And Time Notified
date And Time Of Arrival
serial Number, Type, And Model Number Of Equipment
time Spent For Repair, And
proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance.
each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call.
upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Upgrades That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Bpa; However, It Does Refer To Significant Changes In The Hardware Operational Capability.
interface Requirements The Contractor Shall Be Responsible For Providing All Hardware Required For The Connection, Implementation, And Operation Of The Interface To The Universal Interface And Any Incremental Fee That Is Required Each Time An Instrument Is Added To An Existing Universal Interface System (see Attachment A).
shall Be Capable To Connect And Integrate Results Through A Middleware System
work With The Laboratory Information Managers To Interface The Middleware System With Vendor Provided Instruments.
provide Remote Or Onsite Guidance On Validation Techniques And Assist Troubleshooting.
the Contractor Shall Provide All Necessary Software Support Ensuring That Successful Interfacing Has Been Established. Specific Requirements For The Communication Of The Data Streams Will Be Unique To The Instrument System Involved And Dictated By The Manufacturer Itself. Information Necessary To Make The Determination For Type And Amount Of Interfacing Equipment Is Supplied In Attachment A.
if A Site Already Has A Universal Interface Box, The Contractor Is Responsible For Everything Leading Up To The Box Including Any Incremental Fee Required To Add Additional Equipment (e.g. Lantronix Box, Licenses, Ports/cards, Cables, Software, Etc.) To The Universal Interfacing System.
if A Site Does Not Have A Universal Interface And One Is Needed To Optimally Interface The Instrument, Then The Contractor Is Responsible For The Acquisition Of The Universal Interface Box And Everything Else Needed To Connect With Va Computerized Hospital Information System.
if There Are Any Software Upgrades In The Instrument During Its Life, The Contractor Is Responsible For Seeing That The Interface Can Accommodate Any Changes In The Data Stream Going To The Va Computerized Hospital Information System.
vendor Must Supply The Following Documentation For All Analyzers And Data Management Systems Proposed To Visn 15:
mds2 - Manufacturer Disclosure Statement For Medical Device Security.
va Directive 6550 Appendix A- Pre-procurement Assessment
acl Communication Profile
commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g. Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software.
characterization Of Waste The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated.
the Determination And Description Shall Address The Following:
waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24)
waste Ignitability (reference 40 Cfr §261.21)
waste Corrosivity (reference 40 Cfr §261.22)
waste Reactivity (reference 40 Cfr §261.23)
hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31)
discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33)
solid Waste (reference 40 Cfr §261.2)
exclusions (reference 40 Cfr §261.4)
the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices.
contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response:
barium (total)
cadmium (total)
chromium (total)
copper (total)
cyanide (total)
lead (total)
mercury (total)
nickel (total)
silver (total)
zinc (total)
arsenic (total)
selenium (total)
tin (total)
ph
flash Point (to Higher Than 200f)
bod; Biochemical Oxygen Demand
the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether Or Not The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System.
standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Bpa] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor S Technical Specification Or As Quoted In Any Bpa At An Effectiveness Level Of 90% Or More.
if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue On A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days.
if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled Termination For Cause. (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.)
operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor S Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition.
during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When In Excess Of The Minimum Of 100 Hours.
the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes.
during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer S Instructions, Shall Be Solely That Of The Contractor. Each Instrument Provided By The Contractor Shall Maintain An Uptime Of 90% In Each Month Of The Term Of The Agreement For Equipment.
the Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility.
prior To Termination Or Completion Of This Bpa, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Bpa Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Bpa.
all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Bpa Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Bpa Or Disposal Or Return Of The It Equipment, Whichever Is Earlier.
bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
contractor Must Accept The System Without The Drive;
va S Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then;
the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And;
any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Bpa.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation.
Closing Date25 Apr 2025
Tender AmountRefer Documents
Municipality Of Consolacion, Cebu Tender
Healthcare and Medicine
Philippines
Details: Description 1. The Municipality Of Consolacion, Through The General Fund Intends To Apply The Sum Of Twenty-five Million Pesos (p 25,000,000.00) Being The Abc To Payments Under The Contract For Procurement Of Mobile Diagnostic And Dental Clinic For The Municipality Of Consolacion. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Consolacion Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 60cd. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The Pertinent Provisions Of Republic Act (ra) No. 12009 And Its Irr. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bac Office Of The Municipality Of Consolacion And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 19, 2025 To June 9, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (p 25,000.00). 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. 6. The Municipality Of Consolacion Will Hold A Pre-bid Conference On May 27, 2025 At 10:00 O’clock In The Morning At The Bac Office Located At The 4th Floor, Municipal Building, Poblacion Oriental, Consolacion, Cebu, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 10:00 O’clock In The Morning, June 9, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 9, 2025 At 10:00 O’clock In The Morning At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Consolacion 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 Pertinent Provisions Of Ra No. 12009 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Sharon Rose Gigremosa Jakhelene C. Tubin Bac Office 4th Floor, Municipal Building Poblacion Oriental, Consolacion, Cebu 268-3736/239-2371 Bacconsolacion@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: A. Lguconsolacion.gov.ph Or B. Philgeps Website Atty. Paolo Crispino C. Sucalit Bac Chairperson Mobile Diagnostic And Dental Clinic: 20 Feet Length, 7.5 Feet Width, 7.5 Feet Height. Composed Of Galvanized Iron And Aluminum Composite Panel Board. 1 ▪ X-ray Room: Division With Lead Sheets And Viewing Lead Glass. Provided With An Aluminum Composite Panel Division. Print ▪ Workstation For Dr System Room: It Is Provided With A Working Table, A Fixed Drawer, And A Cabinet, As Well As An Aluminum Composite Panel Division. ▪ Exam/ecg/ultrasound Room: This Division Has A Patient Bed, Side Table, Cabinet, And Hanging Cabinet. It Is Provided With An Aluminum Composite Panel Division. ▪ Dental Room: Division With Dental Chair Set, Water Supply. Provided With An Aluminum Composite Panel Division. ▪ Comfort Room: Provided With Toilet Bowl And Exhaust Fan. ▪ Waiting Area: Provided With A Motorized Canopy With 2 Adjustable Chair Stools. I. Vehicle Cab & Chassis • Engine Size (l) 7.8l • Engine Type 4-cylinder Turbocharged, 4 Stroke Intercoolers, Water Cooled, • Cylinder Count 4 • Valve Count 16 • Transmission Type: Manual • No. Of Gears 6 Speed • Drive Type 4x4 • Max Power (hp) 155hp • Max Torque (nm) 419nm • Fuel Type Diesel • Fuel Capacity (l) 200l • Emission Standard Euro 4 • Gross Weight (kg) 11,000kg • Overall Width (mm) 2,200mm • Overall Height (mm) 2,680mm • Overall Length (mm) 8,155mm • Wheelbase (mm) 4,770mm Note: Lto Registration - 3 Years 1-year Vehicle Insurance Warranty: 3 Years Warranty Of The Vehicle Parts Lgu Logo, Color & Designs Public Address System (pa System) Ii. Body Specifications 1. Baby Chassis- C-channel 5” 2. Floor Joist- C-channel 4” 3. Flooring- G.i. Sheets, Phenolic Board, Rubber Vinyl 4. Frames- Bended G.i. Sheets, Tubulars 5. Side Skirts- Bended G.i. Sheets 6. Interior/exterior Walls- Aluminum Composite Panel 7. Roofing- Pre-painted G.i. Sheets 8. Pull Downstairs- Tubulars, Stainless Steel Checkered Plate 9. Swing Door- Tubulars, Aluminum Composite Panel, Fixed Glass Sliding Windows- Extruded Aluminum Profile, Tempered Glass Note: 1 Year Warranty For All Medical Equipments Iii. Medical Equipments X Ray Machine 100ma Iray X10 5. 6kw Portable X Ray Unit With Separate Console Panel Model Parameters Ysx056 Power 5.6kw Power Supply Ac100v~240v/ Dc48v Power Supply 220v/50hz (rated Current ≥16a; Internal Resistance ≤0.20) Ma 5-100 Ma Stepping R'10 Or R20 Mas 0.1--320mas Stepping R'10 Or R'20 Kv 40—125kv Stepping 1kv Exposure Time 1~10000ms X-ray Tube Focus 0.6mm/1.8mm Double Focus Target Angle 15° Anode Heat Capacity 42khu Working Frequency 80-200khz Exposure Mode Hand Brake, Remote Control Lithium Battery Exposure Times (optional) 200times Exposures After Full Charging. Xray Film : 100 Pcs Warning Light: Suitable For Nicu, Icu, Trauma & Ortho Digital Radiography System • Cassette Detector Per Iso 4090, Fits In Bucky 139 Pm Pixel Pitch, With 16-bit Adc For More Image Details, Stable Isync+ Automatic Exposure Detection (aed) • Venu 1717x Is A 17×17-inch, Tethered Cassette-sized Fpd For Radiographic Imaging. It Features A 139 Pm Pixel Pitch With Direct Deposition Csl And With A Reliable Aed, Enabling A Smart Workflow. It Is The Optimal Choice For A High-end Dr System. • Innovative A-si Cassette-size Portable Flat Panel Detector • Technical Specifications Detector Technology Scintillator Active Area (inch) Pixel Matrix Pixel Pitch (μm) Spatial Resolution (ip/mm) Ad Conversion(bit) • Data Transmission Trigger Mode Preview Image Time (s) Full Image Time (s) Dimensions(mm3) Weight (kg) Power Dissipation(w) Operating Temperature (0c) Storage & Transport Temperature With Package (0c) Operating Humidity(% Rh) • Storage & Transport Humidity With Package (% Rh) I Dimensions Venu 1717x • Sucure Ups- 650va • A4tech Krs-8572- Keyboard • Epson Printer Ecotank L121 • Viewpoint 20’’ Led Monitor • Cpu Amd Ryzen 5 High Definition Capability Msi Board Gigabit Lan 8gb Ram 120gb Ssd 1tb Hdd Storage 22" Monitor Epson Temperature (0c) Storage & Transport Temperature With Package (0c) Operating Humidity (% Rh) • Storage & Transport Humidity With Package (% Rh) I Dimensions Venu 1717x • Sucure Ups- 650va • A4tech Krs-8572- Keyboard • Epson Printer Ecotank L121 • Viewpoint 20’’ Led Monitor • Cpu Amd Ryzen 5 High Definition Capability Msi Board Gigabit Lan 8 Gb Ram 120 Gb Ssd 1 Tb Hdd Storage 22" Monitor Epson Printer Ups Diagnostic Ultrasound System 3 Probes (convex, Linear, And Phased Array) Operating System: Linux Platform (stable And Will Not Be Infected By A Virus) Size Maximum: L×w×h(mm): 352mm×378 Mm×114mm Weight Less Than 6.5kg Multiple Beam Processing Required Applications Have A Wide Range Of Applications, Including: Abdominal, Ob/gyn, Cardiology, Urology, Small Parts, Vascular, Orthopedic, Anesthesia, And Msk. Application Icon All The Application Shows In A Unique Icon Monitor: No Less Than A 15.6-inch Lcd Monitor, Widescreen, Anti-flickering, Can Be Vertically Swiveled, High Resolution (1920 X 1080 Pixels) Keyboard: Pc Back Light Keyboard On The Control Panel, With At Least 4 User-defined Keys Monitor And Keyboard Brightness Auto Adjustment: Monitor And Keyboard Brightness Auto Adjustment Wifi Connection: Required (with Portable Wi-fi Provided) Solid State Drive (ssd): Not Less Than 1tb Fast Boot Up: Within 30s Stand By: Required Operation Mode: B Dual B Quad B Pure Inversion Harmonic Imaging (phi) Trapezoid Imaging (linear And Convex) Real-time Panoramic Imaging (b Mode) Panoramic Support In Linear And Convex. Velocity Indicator And Image Rotation. M Pw Cw Hd Zoom Compound Imaging (0,1,2,3,4) U-scan (5 Levels Adjustment) Needle Enhancement ( Vis-needle ) Transducer Socket: 2(1 For Standard/1 For Optional) Active Transducer Connectors, Which Can Support All Transducers. Should Have A Transducer Extender That Can Extend To 3 Sockets. Transducers: Can Supply More Than 7 Transducer Choices, Covering Linear, Convex, Endocavity, Micro-covex, And Intre-operation Probe. Scanning Methods: "electronic Convex Secter Electronic Linear Secter" Clipboard Function: Capture And Review The Archived Images, Support Output The Images And Video To Usb And Dvd In The Scanning Interface. Image Optimization 1: Images Can Be Optimized With One Button In B Mode Image Optimization 2: Images Can Be Optimized With One Button In Pw/cw Mode Tgc: Required Lgc: Required The Zoom Value Can Be Shown. The Minimum Zoom Ratio Can Low To 0.8. The Max Zoom Ratio Can Up To 10. Support Pip. Auto Imt Required Full Screen Zoom Required Biopsy: Support 2 Needle Guide Line And 1-gun Guide Line Warranty: Spare Parts Should Be Provided With System For 18 Months Scanning Parameters B Mode C-field Beam: Focusing On An Area Without Limitation Dynamic Range: At Least 20-200db(probe Dependent) Can Be Adjusted By 20db/step. Gain: 1~255, Adjustable Depth: 30cm Maximum Chroma: Maximum 12 Selectable Frequency: 5 Bands Persistence: 4 Levels Adjustable Grayscale Curve:16 Types Line Density: Can Choose The Lower Line Density For Higher Frame Rate, And Line Density Can Be Adjusted By 3 Levels: Low/med/high U-scan Speckle Reduction Imaging, Adjustable Compound Imaging: Required Live Panoramic Imaging: Required Trapezoidal Imaging: Image Area Extend For Linear Convex Extension: Image Area Extend For Convex Biopsy Guide Function: Required, And The Biopsy Line Adjustable. Imaging Width And Position: Adjustable Tissue Specific Imaging: Provide Different Choices For Tissue Scanning When Scanning In Different Organs Image Optimization By One: Button Required B-steer: Required, At Least The Linear Probe M Mode Sweep Speed: Adjustable, At Least 5 Levels Video Inversion Function: Required Chroma: At Least 12 Types Display Format At Least 5 Types Spectral Doppler Prf "pw: 1~16khz Maximum Velocity Range: Pw: 0.0004~18 M/s Baseline: 9 Steps Frequency: 3 Bands Angle Correction: 0~88-degree, 2 Degree Per Step Or Less Auto Angle Correction: Auto 60 Degree Of Angle Correction By One Button Sample Volume In Pw Doppler: 0.5~24 Mm, Adjustable Sweep Speed Adjustable, At Least 5 Levels Chroma: 12 Types Video Inversion Function: Required Spectrum Inversion: Required Real Time Auto-trace: Required Wall Filter: 5 Levels, Adjustable One-key Auto Optimization: At Least Can Adjust The Baseline, Prf, And Correct Angle Steer Angle: 4 Levels 0, ±8, ±12, ±16 Display Format: 5 Transducer Transducer Warranty: Transducers Are Manufactured By Supplier, And The Warranty Should Last 18 Months Transducer Frequency: Broadband (1.0~16mhz) With Multiple 5 Frequencies Range In B Mode/color Mode/pih Mode/pw Mode/cw/mode Transducer Elements: At Least 128 Linear Transducer: Frequency Range: 4~16mhz Convex Transducer: Frequency Range: 2~15mhz Endocavity Transducer: "frequency Range: 3~15mhz Scanning Angle: 135°" Biopsy Guide: Required Image Storage Cine Loop: Available For All Mode Retrospective Storage: 27s Retrospective Saved In Real Time Prospective Storage: 480s Prospective Saved In Real Time Freeze Storage: Required Image Format: Jpg, Bmp, Tif Clipboard Function: Is Available In Frozen B Mode Clip Format: Wmv, Avi One Key Save: Required Doppler Cine Playback : Speed Is Adjustable, Sound Can Be Played Back Print & Store Region: Full Screen, Image &result Area, Us Image Image Share Service: Required Store To Usb Disk: Required Storage Capability: Hard Disk Can Up To 500g/1t; Ssd Can Up To 128gb Report Tables: Abdominal, Ob/gyn, Cardiology, Urology, Small Parts, Vascular,imt Report Format Txt, Pdf Report Templet: At Least 6 Images Can Be Displayed In Report Measurements Measurement Packages: Abdominal, Ob/gyn, Cardiology, Urology, Small Parts, Vascular, Orthopedic, And Measurement Packages Can Be Chosen For Icon Driven Or All Packages Measurement In B Mode: Distance, Angle, Ratio(distance, Area), Area/circumference(ellipse, Trace),volume(3 Axis/2 Axis) Measurement In M Mode: Distance, Time, Slope, Hr Measurement In Pw Mode: Flow Velocity, Acceleration, Time, Heart Rate, And Has Automatic Measurement Functions Short Cut Key For Obstetrics Measurement: At Least 9 Keys Quick Measurements Measurement Can Be Select By One Button Obstetrics Packages Measurement Items 28 Types, Including Gs, Crl, Bpm, Hc, Ac And Afi. Formula: Users Can Define The Formula By Themselves Fetal Growth Chart Systems Can Display Fetal Growth In A Graph Chart According To Some Measurement Items And Their Ob Tables. Up To 4 Charts Cardiac Packages B Mode: Single-plane Ellipse, Bi-plane Ellipse, Bullit, Simpson M Mode: Cube, Teichholz, Gibson Pw Mode: Real Time Automatic Measurement Ecg Machine 3 Channel -300g, Digital, Automatic Lead: Standard 12 Leads Acquisition Mode: Simultaneous 12 Leads Acquisition Measurement Range: ±5mvpp Input Circuit Floating; Protection Circuit Against Defibrillator Effect Input Impedance: ≥50mω Input Circuit Current: <0.05µa Record Mode Automatic:3ch×4+1r,3ch×4,3chx2+2chx3,3chx2+2chx3+1r,6chx2; Manual: 3ch, 2ch, 3ch+1r, 2ch+1r; Rhythm: Any Lead Selectable. Filter Emg Filter: 25 Hz / 30 Hz / 40hz/75 Hz / 100 Hz / 150hz Dft Filter: 0.05 Hz/ 0.15 Hz Ac Filter: 50 Hz / 60hz Cmrr: >100db Patient Leak Current: <10µa (220v-240v) Frequency Response: 0.05hz~150hz (-3db) Sensitivity: 2.5mm/mv, 5 Mm/mv, 10 Mm/mv, 20 Mm/mv (error:±5%) Anti-baseline: Drift Automatic: Time Constant:≥3.2s Noise Level: <15µvp-p Paper Speed: 12.5 Mm/s, 25 Mm/s, 50 Mm/s Recording Mode: Thermal Printing System Paper Specification Roll 80mmx20m Normal: 1000sps/channel Power Supply Ac: 100~240v, 50/60hz, 30va~100va Dc: 14.8v/2200mah, Built-in Lithium Battery Semi-auto Blood Chemistry Analyzer 1. End Point, Kinetic, Fixed Time, Rate, Etc. 2. Filter Wavelength: 340/405/450/510/546/578/630nm, 2 More Open 3. Filter Positions, Others On Request. 4. With 20 Incubating Positions. 5. Large Memory To Store 144 Test Programs And 5600 Testing Results. 6. Excellent Q.c Function, Q.c Chart Can Be Stored, Displayed And Printed. 7. 37℃ Temperature In Flow Cell And Incubating. 8. Real Time Graph Can Be Displayed And Printed Dental Chair • 3-way Syringe (one For Straight And One For Angled) • Powerful Suction Device • Saliva Ejector (central Vacuum System For Options) • Dentist Stool • Dental Light • Strong And Weak Two-set Led Sensor Operation Lamp • Automatic Thermostatic Water Supply System • Integral Ceramic Spittoon Water Purification System With A Bottle Of External • Warm Water System • Pure Water System Supply • Pure Water One-touch Switch System • Rotatable Ceramic Spittoon • Dc 24v Noiseless Motor Driver Chair • With Dental Surgical Tools • The Patient Seating Body Is Formed With A Highly Flexible Design Enabling Various Seating Angles. • All Controlled By Computer • Spirit Lock Tight Equilibrium Equip • Foot Pedal • Dental Stool • Multi-adjustable Headrest Gives Patient A Pleasant Position During Treatment • 4-hole/2-hole Handpiece Tubing With Standard Fittings 3 Sets Dental Oral Surgery Set • Extraction Forceps #16 • Extraction Forceps #17 • Extraction Forceps #18l • Extraction Forceps #18r • Extraction Forceps #44 • Extraction Forceps #69 • Extraction Forceps #150 • Extraction Forceps #151 • Aspirating Syringe • Minnesota Retractor • Bone File • Bone Curret • Gum Separator • Seldin Retractor • Root Tip Pick Str • Root Tip Pick L • Root Tip Pick R • Blade Handle #3 • Elevator #301 • Elevator #304 • Surgical Mallet • Iris Scissor Str • Tissue Forcep • Molt • Hemostat Curved • Hemostat Str • Chisel • Periosteal Elevator • Bone Ronguer • Allis Tissue • Needle Holder • Elevator L #302 • Elevator R #303 • Crossbar L • Crossbar R Auto Clave Can Be Heated By Electricity Only. Disinfecting Pressure: 0.14-0.165mpa Volume: 18l Electric Supply: 220v Power: 2kw Box Dimension: 41x41x50cm Hematology Analyzer · 10.4 Inch Touch Screen · 2 Counting Modes · Automatic Re-counting · Lyse Inside The Analyzer, High Space Utilization · 3 Calibration Methods: Manual, Calibrator, Blood · 9 Language Clinical Centrifuge Model: Dsc-200t Dsc-156t Speed: 300~3000rpm At 60hz ; 300~2500rpm At 50hz Timer: 0~30 Min. Mechanical Timer Motor: Brushless Induction Motor Rotor Ar-1506 R.c.f. 1,066g Capacity: 6 X (10~15)ml Standard Accessory: 6 X (10~15)ml Tube Adapter Optional Accessory: (5~7)ml Or (1.5~2.0)ml Tube Adapter Weight (kg): N.w. 3.5 / G.w. 4.5 Overall Dimension: W280xd2805xh255mm Power Supply: Ac 110v 50/60hz (220v 50/60hz Available) 1. Microscope Obtain Clear Images At Three (40x, 100x And 400x) Or Four (40x, 100x, 400x And 600x Or 1000x) Magnifications With 18mm Field Number. All In A Compact And Easy To Carry Size. The Entire Series Is Equipped With 1w X-led1 Illumination For Bright And Uniform Light. If A Cordless Microscope Is Needed, The R Models Are Is Your Choice As They Come With A Rechargeable Battery. Stable, Yet Compact And Light Weight Long-lasting, 8-15h Operating Time Can Be Transported For Being Used On Site Micro Hematocrit Centrifuge 1. Speed12,000rpm (fixed)r.c.f.14,648g 2. Timer0~15 Min. Mechanical Timer 3. Motor Universal Motor 4. Capacity 24 X Capillary Tube (diam. 1.5x75mm) 5. Standard Accessory 6. Percentage Reader (aluminum) 7. Optional Accessory 8. Disc Reader (plastic) 9. Weight (kg)n.w. 9.0 / G.w. 9.5 10. Overall Dimensionw300xd300xh240mm 11. Power Supply Ac 110v 60hz (220v 50/60hz Available) Medical Refrigerator Type: Medical Cryostat Shape: Vertical Over Temperature Alarm : With Alarm Function Scale : Small Non Customized Product Name: Laboratory Refrigerator External Size (mm) : 495x548x683 Capacity : 50 L Temperature Range : 20c-8c Temperature Accuracy: 0.1 Control System : Microprocessor Control Alarm: Audible And Visual Alarm For High And Low Temperature Refrigerator Type: Forced Air Refrigeration System Refrigerant : R600a Climate Type: N,sn Glassdoor: Toughened With Electric Heating Function, No Code Constructure: Unibody Design & High Pressure And High Density Cy Internal Material: Cold-rolled Steel Coated Examination Light • Flexible Holder Light Head ‘ • Led White Light ‘ • Adjustable Dimmer Knob • 220 Volts, 60hz • Wall Or Ceiling Mounted • Power Switch On Headlights • Flexible And Durable Conduit Bp Apparatus • Desk Or Wall-type Bp Apparatus With Large Dial Blood Pressure Monitor Precision Tested • Square Shapes, 14cm Diameter Dial • Adjustable Vertical Angulation For Easy Reading • Specially Designated Base For Desk Or Wall Mounting • Durable Closed System Provides Excellent Accuracy • 300mm Aneroid Meter • Velcro Cuff • Durable Air Chamber, Pump And Control Nebulizer • Power : 220v 60 Hz • Current : 0.8a • Medication Capacity: 6 Ml • Sound Level: <60dba • Average Nebulization Rate : Min. 0.2 Ml/min • Compressor Pressure Range: 8 To 16 Psi • Liter Flow Range : 6-10 Lpm • Operating Temperature Range: 10 C To 40 C • Operating Humidity Range: 10 To 95 % Rh • Storage Temperature Range: - 20 C To 70 C • Storage Humidity Range : 10 To 95% Rh • Dimension (lxwxh): 6.1’’x 5.5’’x 3.5’’ • Weight : 1.2 Kg (2.7lbs) Manual Resuscutator- Adult And Pedia • Material – Silicone, Pc, Pvc. Pe • Size- Adult, Pediatric (child), Infant • Bag Volume -1600ml & 2000ml • Stoke Volume – Infant – 150ml. Pediatric- 400ml & Adult – 800ml • Volume – Infant -280ml, Pediatric – 600ml & Adult – 1650 Ml • Weight -infant – 350g, Pediatric – 410g & Adult 600g Pulse Oximeter • Dual Color Led Display ‘ • Low Perfusion: 0.2% • Anti-shaking • Alarm Value Adjusted In Friendly Menu • 6 Display Mode • Big Font Display Oxygen Tank W/ Regulator 20lbs With Regulator And Dehumidifier. Supplied With Stainless Steel Belt Type Harness. It Must Have A Bracket Stand Or Holder. Examination Table Hamelton Type • Powder Coated Steel Frame • 3 Panel Paddle Foam Mattress • Pullout Foot Stool • Easy To Clean, Stain Resistant Upholstery • Four Front Storage Drawers • Large Drawer • Elevating Backrest • One Pair Of Stirrup • Adjustable Leg Rest Specifications: • Backrest Angle : 0-80 Degrees • Legrest Angle: 270-360 Degrees • Max Capacity :300lbs • Total Mattress Length: 178 Cm • Foot Stool Sized : 29x18x2 Cm • Product Size : 141 X51x87 Cm Iv. Inclusions 1 Window Type Air-con - 1 Horsepower, 220v, Inverter Type 3 Split Type Air-con - 1 Horsepower, 220v, Non-inverter Led Smart Tv - 32 Inches, Internet Capable, Screen Mirroring Features With Internet Modem. Clearance Lights - Led Lights, 24vdc Illuminated Blue, Installed At The Body Perimeter In A Required Interval. Lightnings - Led 220volts Surface Mounted Water Tank - Stainless Steel 304, Rectangular Fabricated, With Breather And Float Switch, With Service Access For Cleaning And Disinfecting. Wastewater Tank - Made Of Stainless-steel Sheet. Bended And Fabricated, With Discharge Valve, Service Access For Cleaning. Wind Breaker - Fiberglass, Molded Cured Resin, Painted With Acrylic Paint, And Top Coated. Balancer - Drop Leg Manual Adjustment Pulldown Stairs - Pull Out The Flat Form And Pull-down Stairs And Retractable Stainless-steel Tube Railings Motorized Canopy - Electric, Remote Controlled, 220v : Both Manual And Electic Doors - Tubular Frame With Aluminum Composite Panel Windows - Extruded Aluminum Frame With Tempered Glass Electricals - Electrical Diagram, Safety Switches, Breakers And Controls, Led Lights, Convenience Outlets, Branches, And Double-throw Switches, External Lines, Genset Lines, Vehicle Engine Accessory Lines, Loads, And Ampacity Schedule. Paintings - Rustproof Undercoating, Acrylic Body Paint, Cabinet, And Table Tops Hasped Finish. Sticker And Labeling - Room Labels, Area Labels, Caution, And Safety Signs. Agency Logo, City Or Municipality Logos, Upholstered Chair And Cabinet - Wooden Frames, Under Cabinets With Upholstered Foam Cushion. 10 Kva Generator Set - 220vac, Diesel-fed, Silent Type, Pull-out Housing Emergency Light - Twin Head, Rechargeable, Lead Acid Battery, 220v-60hz Stabilizers - Dropped Leg, Manual Height Adjustment, Full Fabricated Fire Extinguishers - 10lbs. Abc Type, Dry Chemical Manual Transfer Switch Electrical Wirings, Lighting, And Finishing 1. Layout For Ac 220 Volts, Lighting, And Power Outlets 1.2 Main Power Box For Breaker Distribution 1.3 Connecting Power Cable. 1.4 Power Inverter Ac220 4 Kilowatts. 2. Ceiling Lights- Choosing The Right Light Fitting For Medical Rooms. 3. Wailing And Partition – ¼ Mm Thick Aluminum Composite With Galvanized Frame 4. Finishing: 4.1 All Ceilings And Walls Are Finished In Aluminum Composite. 4.2 Flooring Finished With Vinyl Or (aluminum Checkered Plate – Separate Payment) 4.3 Working Table Top, Cabinets, And Shelves Are Made Of Stainless Steel.
Closing Date9 Jun 2025
Tender AmountPHP 25 Million (USD 449.4 K)
City Government Of Navotas Tender
Automobiles and Auto Parts
Philippines
Details: Description Request For Quotations: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative And Copies Of Eligibility Requirements (business Permit, Local/national Tax Clearance And Philgeps Certificate Of Registration) Not Later Than The Deadline For Submission. Items: Procurement For The Repair & Maintenance Of Transportation Equipment: Motor Vehicle Under The Repair & Maintenance Fund Of The City General Services Office Lot 1-repair & Maintenance Of Transportation Equipment: Motor Vehicle Unit Qty "item Description " Unit Cost " Lot 1 Repair And Maintenance Of Transportation Equipment : Motor Vehicle 1,000,000.00 Ordering Agreement - Supply Of Vehicle Parts For Minor Repairs And Maintenance At The Navotas Motorpool For 4 - Wheel Vehicles Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 950.00 Pc/s 50 Handle Switch 1,200.00 Pc/s 100 Oil Seal 950.00 Pc/s 100 Battery Terminal Ci Brass 260.00 Pc/s 50 Brake Master 4,700.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 2,500.00 Set/s 100 Brake Shoe 3,500.00 Pc/s 100 Drum Brake 6,900.00 Pc/s 100 Brake Hose 950.00 Pc/s 100 Bleeder Valve 1,250.00 Pc/s 100 Return Spring 950.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 300 Clips 75.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,900.00 Pc/s 100 Headlight Bulb 850.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Brake Light 250.00 Pc/s 100 Signal Light Bulb 150.00 Pc/s 100 Clutch Cable 3,900.00 Pc/s 100 Gas Cable 2,500.00 Mtr/s 50 Copper Tube 250.00 Pc/s 100 Hand Brake Cable 2,500.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 1,200.00 Pc/s 50 Hose-radiator Inlet 3,600.00 Pc/s 50 Hose-radiator Outlet "b" 3,100.00 Pc/s 50 Hose-radiator Outlet "c" 3,800.00 Pc/s 50 Hose-radiator Outlet 1,900.00 Pc/s 50 Hose-fill Line 1,350.00 Pc/s 50 Hose-heater 1,315.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 3,700.00 Pc/s 50 Ribbed Belt-v 3,400.00 Pc/s 100 Radiator Hose 1,700.00 Pc/s 100 Radiator Cap 1,200.00 Pc/s 100 Fan Belt 1,600.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 380.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 1,450.00 Pc/s 50 Wheel Cylinder 1,650.00 Pc/s 150 Seal 350.00 Box/s 30 Automotive Fuse 5a,10a,15a,20a,25a,30a 350.00 Assy/s 50 Horn 2,400.00 Pc/s 100 Relay 950.00 Ltr/s 150 Gear Oil 375.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 2,450.00 Pc/s 100 Tube 750.00 Pc/s 100 Truck Tubes 1,200.00 Pc/s 100 Flap 550.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 3,100.00 Assy/s 50 Secondary Master 2,500.00 Set/s 50 Fender Liner 2,500.00 Pc/s 50 Floor Guard Rubber 3,000.00 Pc/s 50 Steering Wheel Cover 2,200.00 Pc/s 50 Side Mirror 1,200.00 Pc/s 50 Side Mirror Glass Only 350.00 Pc/s 50 Oil Filter 850.00 Pc/s 50 Coil 1,500.00 Unit 20 Radiator Assy. 5,200.00 Bottle/s 50 Coolant 3l 750.00 Bottle/s 100 Engine Oil 800ml 650.00 Assy. 30 Starter Motor Assy 10,990.00 Assy. 30 Alternator Assy 11,500.00 Pc/s 20 Alternator Pulley 950.00 Assy. 30 Fan Motor Assy. 3,800.00 Bottle/s 100 Brake Fluid 3l 340.00 Assy. 20 Fuel Pump Assy. 1,750.00 Pc/s 20 Clutch Disc 4,700.00 Pc/s 20 Clutch Cover 4,450.00 Pc/s 20 Pressure Plate 4,650.00 Pc/s 20 Release Bearing 2,150.00 Pc/s 30 Timing Belt 3,500.00 Pc/s 30 Tensioner Bearing 2,250.00 Pc/s 30 Tensioner Adjuster 950.00 Pc/s 30 Camshaft Oil Seal 1,350.00 Pc/s 50 Fuel Filter 980.00 Pc/s 20 Hydrovac Brake Booster 9,500.00 Pc/s 20 Ignition Switch 3,800.00 Pc/s 20 Intake Manifold Gasket 1,200.00 Pc/s 20 Intake/exhaust Valve 850.00 Pc/s 20 Knucle Bearing 1,200.00 Set/s 20 Leaf Spring Set 4,350.00 Pc/s 20 Main Bearing 3,500.00 Pc/s 20 Connecting Rod 3,800.00 Pc/s 20 Thrust Washer 1,450.00 Pc/s 20 Regulator 2,500.00 Pc/s 50 Car Charger Cigar Port 490.00 Pc/s 20 Steering Bearing 2,500.00 Pc/s 50 Ignition Coil 1,950.00 Pc/s 50 U-bolt 350.00 Pc/s 20 Power Steering Fluid Reservoir 1,350.00 Pc/s 20 Rotor Disc 4,950.00 Pc/s 20 Ball Joint 1,950.00 Set/s 20 Stabilizer Link 2,450.00 Pc/s 20 Bearing 1,350.00 Assy. 20 Shock Absorber 4,500.00 Set/s 30 Coil Spring 3,500.00 Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 650.00 Pc/s 100 Oil Seal 350.00 Pc/s 100 Oil Filter 180.00 Pc/s 100 Engine Oil 550.00 Pc/s 100 Battery Terminal Ci Brass 100.00 Pc/s 50 Brake Master 950.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 850.00 Set/s 100 Brake Shoe 950.00 Pc/s 100 Drum Brake 950.00 Pc/s 100 Brake Hose 650.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,750.00 Pc/s 100 Headlight Bulb 250.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Clutch Cable 550.00 Pc/s 100 Gas Cable 750.00 Pc/s 100 Hand Brake Cable 890.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 550.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 1,200.00 Pc/s 150 Flyball 140.00 Pc/s 150 Slider 140.00 Pc/s 100 Pulley 950.00 Pc/s 100 Radiator Hose 650.00 Pc/s 100 Radiator Cap 490.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 650.00 Pc/s 5 E-cab 1000 Battery Charger 10,500.00 Pc/s 10 Wiper Motor 2,200.00 Pc/s 10 Meter Assy. 1,500.00 Pc/s 10 E-cab Braker 350.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 750.00 Pc/s 50 Wheel Cylinder 850.00 Pc/s 150 Automotive Fuse 65.00 Assy/s 50 Horn 950.00 Pc/s 100 Relay 320.00 Ltr/s 150 Gear Oil 375.00 Pc/s 20 Breaker 450.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 350.00 Pc/s 50 Fun350 395.00 Set/s 50 Sprocket & Chain Set 6,800.00 Pc/s 50 Ecargo 375.00 Pc/s 100 Tube 280.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 2,500.00 Pc/s 30 Side Stand 650.00 Pc/s 30 Center Stand 1,500.00 Pc/s 50 Wiper Arm 1,500.00 Assy/s 30 Exhaust Pipe 2,500.00 Pc/s 50 Stand Spring 150.00 Pc/s 50 Side Mirror 450.00 Pc/s 50 Chain 3,000.00 Pc/s 50 Front Sprocket 1,450.00 Pc/s 50 Rear Sprocket 2,800.00 Pc/s 50 Fender 980.00 Assy/s 50 Shock Absorber 2,500.00 Set/s 50 Sprocket & Chain Set 6,800.00 -tires Pc/s 10 10.00r20 18,500.00 Pc/s 10 11r22.5 25,500.00 Pc/s 10 165/80r13 5,400.00 Pc/s 30 185/60r15 5,700.00 Pc/s 50 185/70r14 6,000.00 Pc/s 30 185/70r15 8,600.00 Pc/s 30 185/80r14 7,100.00 Pc/s 40 185r-14c 6,700.00 Pc/s 10 195/70r15c 7,250.00 Pc/s 20 195r14c 8ply 7,600.00 Pc/s 50 195r15 7,680.00 Pc/s 30 205/65r16 8,600.00 Pc/s 20 205/85r16 13,100.00 Pc/s 50 205/65r15 8,400.00 Pc/s 30 215/70r - 16c 9,570.00 Pc/s 20 235/75r17.5 15,100.00 Pc/s 10 235/70r15 9,900.00 Pc/s 10 295/70r17 39,500.00 Pc/s 30 750/16 14,600.00 Pc/s 30 700/16 11,100.00 Pc/s 20 7.00/15 13,500.00 Pc/s 30 R(3.25-17) 3,100.00 Pc/s 30 F(2.75 - 17) 3,000.00 Pc/s 30 70-90-14 4,100.00 Pc/s 30 F(80-90-14) 4,100.00 Pc/s 30 (2.75-18) 2,850.00 Pc/s 30 (2.75-17) 2,500.00 Pc/s 30 (3.75-17) 2,800.00 Pc/s 30 (3.75 - 12) 2,900.00 Pc/s 30 (3.50 - 12) 2,750.00 Pc/s 30 (4.10-18) 3,600.00 Pc/s 30 (2.75-21) 4,300.00 Pc/s 30 (80/80-14) 3,800.00 Pc/s 30 (90/80-14) 4,100.00 Pc/s 30 2.75 – 17 2,650.00 Pc/s 30 3.00 – 17 2,850.00 -batteries Pc/s 30 Mg7l 4,000.00 Pc/s 30 Yb7bl 2,200.00 Pc/s 30 Ytx4l 2,200.00 Pc/s 30 12n9-4b-1 2,200.00 Pc/s 30 2sm 8,600.00 Pc/s 50 3sm 9,900.00 Pc/s 30 6sm 11,800.00 Pc/s 30 B24l 8,300.00 Pc/s 30 Ln3 11,000.00 Pc/s 20 2d 14,500.00 Pc/s 20 4d 16,200.00 Pc/s 20 8d 21,800.00 Pc/s 30 Ns60 8,300.00 Pc/s 15 E-cab Battery 11,200.00 -wiper Blades Pc/s 50 12" 500.00 Pc/s 50 14" 550.00 Pc/s 50 16" 600.00 Pc/s 50 17" 650.00 Pc/s 50 18" 700.00 Pc/s 50 19" 700.00 Pc/s 50 20" 750.00 Pc/s 50 21" 800.00 Pc/s 50 24" 850.00 Pc/s 50 26" 900.00 -lot 1 Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies 200,000.00 Gal. 100 Car Wash And Wax Shampoo 330.00 Bottle/s 100 Car Wax, Wax And Dry, 769ml 880.00 Oz. 100 Carnauba Cleaner Paste Wax 14 Fl 850.00 Bottle/s 100 High Gloss Tire Black, 250ml 330.00 Pc/s 150 Chamois Towel 380.00 Pack/s 150 Microfiber Absorbent Square Towel 40*40cm 250.00 Set/s 10 6-32mm Combination Wrench Set 4,500.00 Set/s 10 Professional Car Tools Socket Wrench Complete Set 7,800.00 Set/s 10 Diagonal Combination Long Nose Pump Plier Pliers Set 2,000.00 Set/s 10 Tools Original Rapid Cross Wrench 17,19,21,23mm 2,140.00 Set/s 10 Vise Grip Set 5wr And 10wr (set) 2,500.00 Pc/s 10 Adjustable Wrenches Set (6", 8", 10") 1,500.00 Pc/s 10 High Pressure Washer Water Spray Gun 726.00 Pc/s 10 High Pressure Hose 20meters 2,915.00 Set/s 10 Power Sprayer Repair Kit - V-packing And Valve Seal 600.00 Pc/s 10 Lengthened Squeegee Cleaner Brush Shower Car Wiper Sponge 450.00 Pc/s 10 Industrial Multi-function Grease Gun (500g - 8500psi) 1,500.00 Unit 10 Electric Car Polisher Machine Auto Polishing Buffing 2,200.00 Pc/s 10 Soft Wool Clean Polishing Buffing Bonnet Pad For Car Auto 180mm/7" 420.00 Unit/s 1 Hydraulic Press 10 Ton 39,200.00 Unit/s 3 Bottle Jack 20tons 6,000.00 Unit/s 10 3 Tons Industrial Jack Stand 2pcs / Pair Iht 3,100.00 Unit/s 10 70mai Car Jump Starte Portable 70mai Car Jump Starte Portable 4,100.00 Pc/s 10 High Pressure Washer Brass Quick Coupler Connectors 600.00 Pack/s 50 Tubeless Tire Seal Strip Repair Plug 250.00 Pack/s 50 Tire Patches 50mm 1,000.00 Set/s 20 Auto Tire Repair Kit Tool 650.00 Can 50 Vulcanizing Solution 400.00 Pc/s 10 Car Tire Repair Kit Roller Auto Patch Roller 850.00 Gallon/s 20 Bac-to-zero Solution 4,000.00 Gallon/s 20 Disinfectant Solution 1,100.00 Set/s 10 Booster Cable 800amp Heavy Duty 5.0m 12/24v With Plastic Case 4,500.00 Pc/s 10 Heavy Duty Plastic Tool Box 980.00 Unit 2 Original Industrial (empty) Roller Cabinet With 7pcs Drawers 29,000.00 Set/s 10 Spark Plug Wrench Set 16" And 21" 1,700.00 Set/s 10 8pcs Screwdriver Set - Heavy Duty 1,545.00 Unit 10 6t/8t/12t Hydraulic Crimper Tool Kit Tube Terminals Lugs Battery Wire Crimping Force 3,800.00 Set/s 10 18pcs Hex Key And Torx Key Set(allen) 914.00 Pc/s 10 Philip Screw 200mm 310.00 Pc/s 10 Screw Driver 200mm 310.00 Set/s 1 Mini Obd2 Scanner Car Diagnostic Tools 25,000.00 Can 100 Brake Cleaner 650.00 Can 100 Electronic Contact Cleaner 650.00 Can 100 Anti Rust Lubricant 277ml 550.00 Pc/s 100 Epoxy Steel 210.00 Pc/s 100 Electrical Tape, Big 90.00 Pc/s 50 Tapelon 30.00 Unit 1 3 Jawed Puller 1,500.00 Set/s 1 Inner Bearing Puller 1,500.00 Set/s 1 Car Steering Wheel Puller Removal Tool 1,200.00 Set/s 1 Caliper Piston Compressor Press Tool Kit 1,200.00 Set/s 1 Snapring Plier Set 1,500.00 30 Can Grease 350.00 30 Can Chain Lube 950.00 50 Pc/s Electrical Tape, Small 60.00 20 Pc/s Boat Battery 3sm 9,900.00 50 Pc/s Floor Matting 1,600.00 50 Pc/s Seat Cover 2,800.00 60 Pc/s Dashboard Matting 650.00 150 Pc/s Car Headlight Cleaner 350.00 150 Pc/s Car Glass Cleaner 350.00 2 Set/s High Pressure Washer 1700w, 220v 6,000.00 20 Assy./s Car Key Duplicate 800.00 50 Unit/s Bottle Jack 4tons 3,000.00 100 Pc/s Car Air Freshener 210.00 1 Unit/s 2hp Air Compressor, Cylinder: 2, Phase: 1, Pressure: 115, Psi Capacity: 88liters 32,500.00 100 Btls Acid Rain Remover (250ml) 450.00 1 Unit Water Dispenser 8,000.00 1 Unit Dc Inverter Mma-300 Welding Machine 20,000.00 1 Unit " Oxy-acetylene Cutting Outfit W/complete Accessories Oxygen Cylinder, Acetylene Cylinder W/content 28,000.00 2 Unit Heavy Duty Soldering Iron 300a/200a 6,300.00 10 Kilos " Stainless Steel Electrode 308-1/16 1,500.00 20 Kilos Bronze Rod 1/8" 150.00 20 Can Soldering Paste Soldering Paste 300.00 20 Roll Lead Soldering Wire (250g) 500.00 20 Pound Borax 1 350.00 1 Unit Cordless Impact Wrench 18v 12,500.00 1 Unit Hydraulic Floor Jack (double Pump, Low Profile), Model:asj-5l Max Lifting Cap: 5tons, Lifting Height: 75-500mm, Net Weight: 45kgs 20,000.00 2 Unit 40" Car Creeper 2,100.00 1 Unit Automatic Wire Stripper Cutting Crimper 8 1/4" Detection Cutter 4in1 1,800.00 5 Set/s T- Handle Socket Wrench #8,10,12,14,17,19 1,500.00 10 Set/s Wrench 8-32mm 2,000.00 3 Unit Air Blow Gun / Air Duster 16mm 350.00 5 Unit Vice Grip 1,000.00 5 Unit Hammer 650.00 5 Unit Voltage Tester Car Truck Circuit Tester Pen Automotive 450.00 5 Unit Battery Load Tester 100amp Load 1,100.00 5 Unit Spout Funnel For Oil 1,600.00 5 Unit Car Repair Inspection Lamp Work Light 450.00 5 Set/s Torque Wrech 1/2drive Click Type 2,000.00 Unit 5 Jack Stand 6 Tons, Min Height: 382mm, Max Height: 600mm 5,600.00 Set/s 5 Steel Toe Rubber Boots 1,200.00 Set/s 10 Mechanical Heavy Duty Working Gloves 200.00 Set/s 5 Safety Shoes High Cut Sewed And Vulcanized Leather Safety Shoes Boots 650.00 Pc/s 5 Leather Long-sleeved Apron Waterproof Oil-proof 900.00 Set/s 10 Arm Band Heat Protector 450.00 Pc/s 5 Cover All Safety Suits 1,100.00 Pc/s 5 Hard Hat Safety Helmet 500.00 Gallon/s 20 Water Soluble Oil Degreaser 400.00 Pc/s 300 Rags 3.00 Pc/s 300 Sand Paper- #600,#1000,#1,200 10.00 Set/s 10 Wire Brushes Set Nylon,steel,stainless 100.00 Pc/s 10 Top Box Alloy, 45l 10,800.00 Set/s 10 Top Box Bracket 2,200.00 Abc:php1,000,000.00 Delivery Schedule: By Ordering Agreement (terms Of Reference Attached To The Pr) -spare Parts Must Be Deliver Within 3 Calendar Days -tools & Supplies Within 15 Calendar Days Upon Receipt Of The Delivery Ordering Contract Note: For Other Information, Queries And Specifications Pertaining To The Said Request Please Coordinate With Our Canvasser (please Secure Complete List And/or Rfq Form From Ms. Maricar E. Pablo, At 09676781263 Pauline Anne S. Sioco At 09338100230, And Roxette May P. Poblete At 0936-493-5632 Or Email Address: Procurement@navotas.gov.ph) Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required. 2. Bidders May Quote For All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Days Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Delivery Period Expressed Merely In Days Or Working Days Shall Be Rejected. 7. 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. 8. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 9. The Item/s Shall Be Delivered As Indicated In The Approved Bac Resolution/purchase Order. 10. The Procuring Entity Concerned Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The City Government Of Navotas Shall Rescind The Contract 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. For The Committee Original Signed Atty. Joel Joselito D. Parong Bac Chairperson
Closing Date13 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)
5291-5300 of 5313 archived Tenders