Oxygen Tenders
City Of Bayawan Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 45.8 K (USD 791)
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Rfq No. Np/pb 24-p-310 Date December 19, 2024 Pr Reference 100-24-02-050 Philgeps Reference No. End - User Ceo Closing Date January 2, 2025 @ 5:00 P.m. Bid Opening January 7, 2025 @ 9:00 A.m. Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. 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. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Basis Of Evaluation For This Rfq : ◻ By Lot ◻ Per Item 8. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Np/pb 24-p-310 Total Abc: Php 45,850.00 0.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (totalabc Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Xi. 1 Lot Plumbing Works - 68 Pipe, Pvc, 107.10mm Outside Dia X T=3.81mm X L=3.0m, S-1000, Orange 40 Length/s 1,008.00 [ ] [ ] 40,320.00 69 Pvc Elbow, Inside Dia: 107.10mm X 45 Deg Bend, S-1000, Orange 30 Pc/s 119.00 [ ] [ ] 3,570.00 70 Solvent Cement, Pvc (500 Cc/can) 10 Can/s 196.00 [ ] [ ] 1,960.00 45850 Xii. 1 Lot Tanks - 72 Acetylene Gas - Refill 2 Tank/s 4,340.00 [ ] [ ] 8,680.00 73 Oxygen Gas - Refill 2 Tank/s 1,680.00 [ ] [ ] 3,360.00 Xiii.tarpaulin Printing 71 Labor And Materials (tarpaulin Printing ) 8 Sets- 2' X 4' (signage) 1 Lot 1,568.00 [ ] [ ] 1,568.00 * Nothing Follows* 45,850.00 Purpose: Supply And Delivery Of Construction Supplies And Materials For The Construction Of Barangay Manduao Gymnasium And Evacuation Center (phase 4) (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Province Of Negros Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 100 Million (USD 1.7 Million)
Details: Description Invitation To Bid Bid No. B-45-2025 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: Sp Res. #622, Gen Fund, Cy 2024, Intends To Apply The Sum Of One Hundred Million Pesos (php 100,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “design And Build” For The Construction/ Improvement Of Gwbvmh. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 540 Calendar Days. Bidders Should Have Completed 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. The Eligibility Of Design And Build Contractors Shall Be Based On Provisions Of Annex ‘g’, Irr / R.a. 9184, Including Legal, Technical And Financial Requirements. In The Technical Requirements, The Design And Build Contractor [ As In Solo Or In Joint Venture/ Consortia ] Should Be Able To Comply With The Experience Requirement Under The Irr/ R.a. 9184, Where One (1) Of The Parties [ In A Joint Venture/ Consortia ] Should Have Completed At Least One (1) Similar Project, Over The Last Five (5) Years From The Date Of Bid Submission, Both In Design And Build, With At Least 50% Of The Cost Of The Abc Of The Project. The Joint/ Consortia Contractor Must Also Submit Class ‘a’ And Class ‘b’ Documents. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-4835, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 To March 11, 2025 Up To 1:00 In The Afternoon 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 Fifty Thousand Pesos (php 50,000.00) 7. The Bids And Awards Committee Will Hold A Pre-bid Conference On February 27, 2025 At 2:00 In The Afternoon At The Provincial Administrator’s Conference Room, 2nd Floor, Capitol Building, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 11, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On March 11, 2025 At 1:30 In The Afternoon, Provincial Administrator’s Conference Room, 2nd Floor, Capitol Building, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 11. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 12. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat 13. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “design And Build” For The Construction/ Improvement Of Gwbvmh Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I. Construction/ Improvement Of Gwbvmh 1 Lot Location: Cadre Poblacion, Guihulngan City, Total Floor Area: 1,700 Sqm 1.1 Planning, Preparation, Design Phase 1.1.1 Pre Planning And Design 1.1.2 Survey 1.1.3 Site, Soil And Foundation Investigation 1.1.4 Preparation And Design Development 1.2 Demolition Of Existing Structures 1.3 Construction 1.3.1 General Requirements 1.3.1.1 Mobilization/demobilization 1.3.1.2 Permits And Licenses 1.3.1.3 Asbuilt Drawing 1.3.1.4 Temporary Facilities 1.3.1.5 Project Billboard 1.3.1.6 Others (safety Requirement, Signages Etc.) 1.3.2 Earthworks 1.3.2.1 Embankment 1.3.2.2 Excavation 1.3.3 Structural/civil Works 1.3.3.1 Footing, Tie Beams, Columns, Beams, Slab, Roof Framing 1.3.4 Architectural Works 1.3.4.1 Ceiling, Painting, Tiling, Carpentry Works, Doors & Windows Masonry Works 1.3.5 Plumbing Works 1.3.5.1 Waterlines 1.3.5.2 Sanitary/ Waste Lines 1.3.6 Electrical Works 1.3.6.1 Lighting And Power Lines & Equipments 1.3.7 Mechanical Works 1.3.7.1 Airconditioning System 1.3.7.2 Fire Protection System 1.3.7.3 Negative Pressure For Er Isolation Room, Or And Icu Isolation Room 1.3.7.4 Medical Gas Line (oxygen Only) And Air Manifold 1.3.8 Auxilliary Works 1.3.8.1 Public Address System 1.3.8.2 Fire Detection & Alarm System 1.3.8.3 Cctv System 1.3.8.4 Telephone And Data Cabling System 1.3.9 Special Items 1.3.9.1 Upgrade Of Existing Transformer To 50 Kva 3-phase Transformer 1.3.9.2 Back-up Generator Contract Duration: 540 Calendar Days Abc:p 100,000,000.00
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date16 Apr 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement, And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Other Small Businesses Interested And Capable Of Providing Items Requested, As Well As Any Large Business Interested And Capable. This Request For Information/sources Sought Notice In Support Of The Portland Va Healthcare System, Is For Market Research And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Results Will Be Used To Determine Set-aside. the Intended Contract Is A Firm-fixed Price Supply Purchase. the Sba Non-manufacturer Rule Is Applicable, And A Waiver Will Not Be Sought For This Potential Acquisition.
potential Contractors Shall Provide, At A Minimum, The Following Information:
1) Company Name, Address, And Point Of Contact, Phone Number, E-mail Address, And Sam.gov Uei Number/code. 2) Anticipated North American Industry Classification System (naics) Code Is 339113. The Largest A Firm Can Be And Still Qualify As A Small Business For Federal Government Programs Is No More Than 800 Employees. Please Specify Your Business Classification: Small Business, Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Women-owned Small Business (wosb), Hubzone Small Business And If You Are A Small Business Manufacturer, Other Small Business, Or Large Business. Additionally, Let Us Know If You Are The Manufacturer Of The Items Listed Below. 3) The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Notice. 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 A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System Award Management (sam Located On The Web At Www.sam.gov). It Is Desirable That Any Offeror To Have Completed Their Business Online Representations And Certifications Application In The System For Award Management (sam). 4) Any Sdvosb Or Vosb Who Respond To A Solicitation On This Project Must Be Registered With The Small Business Administration Vetcert Registry Located At Https://veterans.certify.sba.gov. 5) If Not A Manufacturer, Only Authorized Representatives/providers/distributors Of The Manufacturer Will Be Considered. Equipment Must Be New, No Used Or Refurbished Equipment Accepted. Please Provide A Proof Of Authorized Dealer Or Reseller Letter From Manufacturer. 6) If You Are The Manufacturer, Do You Have Any Designated Or Authorized Distributors? If So, Please Provide Their Name, Telephone, Point Of Contact And Size Status (if Available). 7) This Is A Brand Name Or Equal Requirement. As Such, The Salient Characteristics Reflect The Physical, Functional, Or Performance Characteristics That Equal Products Must Meet To Satisfy The Government S Needs. To Be Considered For Any Potential Solicitation, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must: (a) Meet The Salient Physical, Functional, Or Performance Characteristic Of The Item And Those Specified In This Sources Sought; Clearly Identify The Item By Brand Name, If Any, And Make/model Number. (b) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Descriptive Data Or Information Available That Identifies That The Equal Item Meets Or Exceeds The Salient Characteristics Required By The Government. (c) Identify The Manufacturer Name (oem) And Manufacturer Part Number, As Well As Any Warranty Information. (d) Please Provide A Courtesy Quote In Response To This Request To Evaluate Price Reasonableness For Any Set-aside Determination, And Any Applicable Contract Vehicle Information Such As Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract. 8) You Must Identify The Country Of Origin For All Items. it Is The Intent Of The Va To Use The Information Gathered For Market Research Purposes Only. If A Formal Solicitation Is Released, It Will Be Posted Via The Contracting Opportunities Website Located At Sam.gov Or Gsa Ebuy. description Of The Requirement: the Department Of Veterans Affairs Is Looking To Obtain Information On Vendors Who Can Provide The Products Outlined Below. This Is An Unrestricted/open Market Brand Name Or Equal To Request For Information/sources Sought Notice. delivery Address:
portland Va Medical Center
3710 Sw U.s. Veterans Hospital Rd.
portland, Wa 97239-2964 eye Stretcher Salient Characteristics eye Stretchers Are Used For Most Optical Procedures In Operating Rooms. They Are Used To Transport Patients From A Pre-op Area, Provide A Surgical Surface During The Procedure, And Then Used To Transport The Patient To Post-op. Eye Stretchers Usually Consist Of A Surface For The Patient To Lay On, And A Head Piece To Properly Position The Patients Head During Optical Surgery. Side Rails Are Present For Transportation To Ensure The Patient Remains On The Stretcher During Transport. Multiple Fittings For Iv Poles And Oxygen Containers Are Usually Present. For Emergency And Sterility Purposes, Foot Controls Must Be Present At The Head Or Foot And Side Of Bed. These Controls Must Control The Height Of The Bed (raise And Lower) As Well As Put The Bed Into Park, Neutral, Or Drive. This Bed Will Also Maneuver Into Trendelenburg Hands Free In The Event Life Saving Measures Need To Be Performed. brand Name Or Equal To The Stryker Eye Surgery Stretcher Parts Listed Below. model / Part Number
item /description Of Supplies/equipment
qty
1089-000-000
eye Surgery Stretcher
8
1089-226-000
common Components
8
1105-005-510
three Sided Hydraulic Controls
8
1105-003-138
3-sided Brake/steer Controls
8
1089-132-102
enhanced Clearance Dual Art./crank Fowler
8
1089-140-000
crank Knee Gatch Litter
8
1089-021-000
3 Position Siderail (white)
8
1069-180-000
3 Uc Flat Pad (blue)
8
1089-080-000
2 Stage Permanent Fold Iv Pole (foot End)
8
1069-026-090
4" X 26" Ultra Comfort Mattress
8
1089-001-901
1089 Dpm Label
8
1069-060-015
no Pre/post Op Assy.
8
1068-250-005
wrist Rest, Superior
8
1089-700-010
foot End, Push Handle 8
1105-003-552
assy, Base Bumpers
8
1105-023-006
surgery, Label Set
8
9000-900-900
unboxed Packaging
8
1105-005-610
end Control Hyd Cool Grey
8
1089-266-000
surgery Accessoroy Rail
8
1068-168-000
air Delivery/drape Support
8
1089-010-400
hood/label Assy,4s Brkes,3shyd 8 if Your Business Is Interested And Capable, Please Send The Capability Statement Outlined Above, And A Courtesy Market Research Quote To Christian.bianchi2@va.gov By 10:00 Am Pst On April 16, 2025. No Phone Calls, Please. again, This Is Not A Request For Quote, And No Solicitation Is Available At This Time.
Department Of Public Works And Highways - DPWH Tender
Automobiles and Auto Parts
Philippines
Closing Date8 May 2025
Tender AmountPHP 465.9 K (USD 8.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Sultan Kudarat 1st District Engineering Office Isulan, Sultan Kudarat, Region Xii Name Of Procuring Entity : Sk 1st District Engineering Office Request For Qoutation : 2025-04-0020 (p.r. No.) 2025-04-0026 Revised On : Date : April 28, 2025 Standard Form/title : Request For Quotation Office/end-user : Sk 1st Deo Company Name : Address : Tel. No./fax No. : Tin : Raul N. Travilla Bac Chairman Item Items & Description Qty. Unit Unit Price Total Price No. Purchase Of Various Vehicle Parts And Accessories For Use Of Service Vehicles At Dpwh Sk 1st Deo For The 2nd Quarter Cy 2025 H1-5123,toyota Hilux 2010 Engine: 2kd-7908471 Chassis:mroes12g003027957 1 Oil Filter C-111 3 Pcs 2 Fuel Filter F-193 2 Pcs 3 Glove Box 1 Assy 4 Air Vent Outlet 1 Set H1-6437, Mitsubishi Fb L300, 2017 Engine: 4d56a-ar4545 Chassis:pael35nyhhb006555 5 Drag Link Tie Rod End 1 Set 6 Tire 185 R14c 4 Pcs H2-0282,mitsubishi Canter, 1996 Engine: 4d31-b68864 Chassis:fe434e-a80379 7 Doorlock Actuator 1 Set H3-6489,dumptruck Isuzu, 2004 Engine: 8pd1-724896 Chassis:cvr70f-300195 8 Oil Filter , Primary: Eo-581| Mpr6769 3 Pcs 9 Oil Filter, Secondary : Eo-568| O6740 3 Pcs 10 Cowl Tilting Cylinder (cabin Tilt) 1 Pc 11 Power Shift Assy 1 Pc 12 Power Gear Shift Selector 1 Pc Brand And Model : Warranty : - - Delivery Period : Price Validity : Tel. No. (064) 471 3100 Printed Name / Signature / Date Email: Baragona.potre_nahar@dpwh.gov.ph Tel. No. / Cellphone No. / E-mail Address Dpwh-g&s-43 Page 1 Of 3 Republic Of The Philippines Department Of Public Works And Highways Sultan Kudarat 1st District Engineering Office Isulan, Sultan Kudarat, Region Xii Name Of Procuring Entity : Sk 1st District Engineering Office Request For Qoutation : 2025-04-0020 (p.r. No.) 2025-04-0026 Revised On : Date : April 28, 2025 Standard Form/title : Request For Quotation Office/end-user : Sk 1st Deo Company Name : Address : Tel. No./fax No. : Tin : Raul N. Travilla Bac Chairman Item Items & Description Qty. Unit Unit Price Total Price No. Purchase Of Various Vehicle Parts And Accessories For Use Of Service Vehicles At Dpwh Sk 1st Deo For The 2nd Quarter Cy 2025 H3-6674, Dumptruck Hino 300s, 2017 Engine: N04cvb36096 Chassis: Jhhzcl2h2hk008195 13 Doorlock Actuator, Rh 69310-37150 1 Assy 14 Steering Wheel Cover 1 Pc H3-7043, Dumptruck Hino Fg8jp7a, 6w, 5.5 Cu.m, 2021 Engine: J08ewf11238 Chassis: Jhdfg8jp7nxx12723 15 Fan Belt (aircon) 1 Pc 16 Steering Wheel Cover 1 Pc 17 Back Rest 1 Pc 18 Floor Matting, Sphagetti 1 Set Various Equipment 19 Oxygen Tank W/ Content 1 Tank 20 Acetylene Tank W/ Content 1 Tank 21 Car Vacuum Cleaner, Heavy Duty Wet And Dry 220v 1 Set 22 Welding Rod , 6013 3.2mm 20 Kgs 23 Cutting Disk, 20 Pcs Per Box 5 Boxes L2-1554, Wheel Loader, Pp938t-v Powerplus, 2015 Engine: 78315909 Chassis: Ccn 938t1281010223 24 Auto Wire #16 30 Mtrs 25 Bucket Teeth, Inner 7 Pcs 26 Bucket Teeth, Outer 4 Pcs 27 Bucket Tooth Bolt 20 Pcs 28 Universal Horn 24 V W/ Rapid Relay 1 Set : Warranty : - - Delivery Period : Price Validity : Tel. No. (064) 471 3100 Printed Name / Signature / Date Email: Baragona.potre_nahar@dpwh.gov.ph Tel. No. / Cellphone No. / E-mail Address Dpwh-g&s-43 Page 2 Of 3 Republic Of The Philippines Department Of Public Works And Highways Sultan Kudarat 1st District Engineering Office Isulan, Sultan Kudarat, Region Xii Name Of Procuring Entity : Sk 1st District Engineering Office Request For Qoutation : 2025-04-0020 (p.r. No.) 2025-04-0026 Revised On : Date : April 28, 2025 Standard Form/title : Request For Quotation Office/end-user : Sk 1st Deo Company Name : Address : Tel. No./fax No. : Tin : Raul N. Travilla Bac Chairman Item Items & Description Qty. Unit Unit Price Total Price No. Purchase Of Various Vehicle Parts And Accessories For Use Of Service Vehicles At Dpwh Sk 1st Deo For The 2nd Quarter Cy 2025 N1-2282, Motor Road Grader, Liugong Clg4140, 2015 Engine: 78660629 Chassis: Clg4140zjjl006925 29 Cutting Edge 4 Pcs 30 End Bit 4 Pcs H1-7467, Toyota Hilux, 4x4, 2,8l Mt 2019 Engine: 1gd-4647675 Chassis: Mr0ha8cd2k1093499 31 Steering Wheel Cover (black) 1 Pc 32 Seat Cover, Leather Black 1 Set 33 Chamois 4 Pc 34 Jumper Cable, Heavy Duty 1 Set 35 Car Air Compressor, 12 Volts 1 Pc 36 Oil Filter 90915-yzzd2 4 Pcs 37 Fuel Filter 23390-0l070 4 Pcs H1-6056, Toyota Hilux, 4x4 Mt 2008 Engine: 1kd-7518922 Chassis: Mr0fz29g29g201715112 38 Oil Filter 90915-yzzd2 4 Pcs 39 Fuel Filter 23390-0l041 4 Pcs 40 Jumper Cable, Heavy Duty 1 Set 41 Chamois 2 Pcs 42 Air Freshener, Organic 5 Pcs 43 Aircon Cabin Filter 4 Pcs 44 Wiper Blade #21-19 2 Sets 45 Car Air Compressor, 12 Volts 1 Pc Xxxxx : Warranty : - - Delivery Period : Price Validity : Tel. No. (064) 471 3100 Printed Name / Signature / Date Email: Baragona.potre_nahar@dpwh.gov.ph Tel. No. / Cellphone No. / E-mail Address Dpwh-g&s-43 Page 3 Of 3
GOVERNOR CELESTINO GALLARES MULTI SPECIALTY MEDICAL CENTER Tender
Healthcare and Medicine
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 9.9 Million (USD 172.8 K)
Details: Description Gov. Celestino Gallares Multi-specialty Medical Center Invitation To Bid For Supply And Delivery Of Various Medical And Surgical Supplies For Gov. Celestino Gallares Multi-specialty Medical Center The Gov. Celestino Gallares Multi-specialty Medical Center (gcgmsmc) , Through General Appropriations Act (gaa) - Maintenance And Other Operating Expenses (mooe) 2025 Intends To Apply The Sum Of Nine Million Nine Hundred Ninety-nine Thousand Sixty-nine Pesos And Seventy Centavos Only ( Php 9,999,069.70) Being The Abc To Payments Under The Contract For Cb# 2025-02-0001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Gcgmsmc, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days After Issuance Of Notice To Proceed . Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “ Pass/fail ” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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. Prospective Bidders May Obtain Further Information From Gcgmsmc Through Electronic Mail Via Bacgcgmsmc @cpspecialtycenter.org Or Through The Cellular Number 09209437250. Bidders A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested From Gcgmsmc Google Drive From ( Bacgcgmsmc @cpspecialtycenter.org ) On February 06, 2025 - February 26, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Indicated Below In Accordance With The Following Schedule: No. Of Item Item/description Total Cost 185 Supply And Delivery Of Various Medical And Surgical Supplies 9,999,069.70 Bidding Documents Fee (in Philippine Peso) ₱10,000.00 8 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcg Multi-specialty Medical Complex Account Number: 00-0-15490-780-5 "for Bidders Choosing To Pay Via Bank Deposit, Please Ensure That Proof Of Your Successful Transaction Is Promptly Sent To The Procurement Email Address: Bacgcgmsmc @cpspecialtycenter.org . In Compliance With Coa Circular Number 2021-014, Clause 5.2, An Acknowledgement Receipt Will Be Issued As Proof Of Verified And Received Payment. Access To Bidding Documents Will Be Granted Only Upon Presentation Of This Acknowledgement Receipt. 6. The Gcgmsmc Will Hold A Pre-bid Conference On The 14 Th Day Of February 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes , Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before The 26 Th Day Of February 2025 At 0900h At Gcgmsmc Procurement Office Room 3c-w327 Located At The 3 Rd Floor Of Gcgmsmc Building C , Malayo Sur, Cortes, Bohol . 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 The 26 Th Day Of February 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes . Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Together With Their Company Id. 10. The Gcgmsmc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Submission Of Hardcopies: Bidders Shall Submit Their Original Eligibility And Technical Documents Described In Itb Clause 10 In One Sealed Envelope Marked "original - Technical Component" , And The Original Of Their Financial Component In Another Sealed Envelope Marked "original Financial Component" , Sealing Them All In An Outer Envelope Marked "original Bid" . Each Copy Of The First And Second Envelopes Shall Have 2 Copies And Similarly Sealed Duly Marking The Inner Envelopes As "copy No. 1 Technical Component" And " Copy No. 1- Financial Component” And "copy No. 2- Technical Component" And "copy No. 2- Financial Component" And The Outer Envelope As "copy No. 1" And "copy No. 2" Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 9 Please Take Note That All Notarized Documents Must Be Treated As Original Copies For All The Submitted Documents (original, Copy 1, And Copy 2). It Is Imperative That Each Copy Retains Its Original Notarization To Ensure Legal Validity And Compliance. The Original And The Number Of Copies Of The Bid As Indicated In The Itb Clause 15 Shall Be Typed Or Written In Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters; B. Bear The Name And Address Of The Bidder In Capital Letters; C. Be Addressed To The Procuring Entity's Bac In Accordance With Itb Clause1; D. Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1. 10 12. For Further Information, Please Refer To: Mary Grace L. Simbajon Jessa O. Quiñal Procurement Office Procurement Office Malayo Sur, Cortes, Bohol Malayo Sur, Cortes, Bohol Bacgcgmsmc@cpspecialtycenter.org Bacgcgmsmc@cpspecialtycenter.org +639209437250 +639452478632 February 04, 2025 Approved By, (signed) Doreen A. Lugo, Lpt Bac Chairperson Noted By, (signed) Laurence Elliot R. Tirol, Md, Fpcp Medical Center Chief I Head Of Procuring Entity -------------------------------------------------------------------------------------------------------------- Various Surgical And Medical Supplies 1 100 Box Vented Dispensing Pin 2 300 Box Alcohol Prep Pad 70% Isopropyl Alcohol 3 50 Pcs Arm Sling - Adult, Adult 51 4 50 Pcs Arm Sling - Pedia, 5 20 Pcs Bandage Scissor (small) 7 1/2 6 5 Pcs Kidney Basin 7 25 Box Bouffant Cap 8 25 Pcs Cadaver Bag (adult) 230x90cm 9 100 Pack Cotton Balls 10 100 Pack Cotton Pledgets (sterile) 11 10 Box Double Lumen-(bi Extension) 12 8 Set Ears, Eyes, Nose And Throat Diagnostic Set 13 10 Box Endotracheal Tube, Size 3 14 10 Box Endotracheal Tube, Size 3.5 15 25 Box Endotracheal Tube, Size 5 16 25 Box Endotracheal Tube, Size 5.5 17 100 Box Endotracheal Tube, Size 6 (cuffed) 18 150 Box Endotracheal Tube, Size 6.5 (cuffed) 19 150 Box Endotracheal Tube, Size 7.0 (cuffed) 20 100 Box Endotracheal Tube, Size 7.5 (cuffed) 21 25 Box Endotracheal Tube, Size 8 (cuffed) 22 10 Set Fiber Optic Laryngoscope, Adult 23 300 Pack Gauze Pads 2x2 Sterile 24 300 Pack Gauze Pads 4x4 Sterile 25 5 Pieces Immobilizer Splint (knee) L 26 1000 Pack Gauze Surgical 4x4 (5’s), Sterile Pre-cut, 8ply 28x24 Mesh 27 5 Pieces Immobilizer Splint (knee) M 28 5 Pieces Immobilizer Splint (knee) S 29 500 Pieces Incontinence Pad 30 500 Pieces Iv Administration Set, Blood Transfusion Set, 20ggt/min Drop Factor 31 500 Pieces Iv Administration Set, Macroset, 20 Gtts/min Drop Factor 32 500 Pieces Iv Administration Set, Microset, 60 Ugtts/min Drop Factor 33 25 Box Iv Catheter G-18 X 1.1, With Vialon Material, With Wings 34 25 Box Iv Catheter G-20 X 1.1, With Vialon Material, With Wings 35 25 Box Iv Catheter G-22 X 1.1, With Vialon Material, With Wings 36 15 Box Iv Catheter G-24 X 1.1, With Vialon Material, With Wings 37 10 Box Iv Catheter G-26 X 1.1, With Vialon Material, With Wings 38 5 Pieces Kick About Bucket W/ Pail 39 5 Pieces Stethoscope For Cardiology 40 30 Pieces Stethoscope Classic Iii 41 1000 Pieces Lubricating Jelly, Sachet 52 42 250 Box N95 Mask - Adult 43 250 Box N95 Mask - Pedia 44 200 Pieces Plastic Apron 45 140 Box Pre-filled Syringe Nss 10 Ml 46 200 Box Pre-filled Syringe Nss 5 Ml 47 120 Box Pre-filled Syringe Nss 3 Ml 48 100 Pieces Suction Connector Tubing 49 20 Pieces Surgical Scissors 50 50 Pieces Sutures Silk/cutting 3-0, 22-26mm 1/2c. 51 50 Pieces Sutures Silk/cutting 4-0, 22-26mm 1/2c.v 52 10 Pieces Tape Measure 53 1 Box Triple Lumen Connectors 54 50 Box Vicryl (synthetic Absorbable Polyglycolic/polyglactin) Cutting 4-0,37mm 55 50 Box Vicryl (synthetic Absorbable,polyglycolic/polyglactin 2-0,37mm 1/2c. Atraumatic 56 50 Box Vicryl Cutting (synthetic Absorbable,polyglycolic/polyglactin 3-0,37mm 1/2c. 57 100 Pieces Yankauer Suction Tip 58 5 Box Needle-free Connector 59 8 Pieces Sphygmo Aneroid With Stand 60 7 Pieces Hammer Neurological 61 10 Pieces Clinical Weighing Scale 62 10 Pieces Incise Drape 40cm X 42cm #4995 63 10 Pieces Incise Drape 45cm X 55cm 64 10 Pieces Drainage Bag (jackson Pratt) 65 225 Pieces Asepto Syringe, 50ml 66 50 Pieces Bed Pan Plastic 67 3 Box Bracelet Id Band (white) 68 3 Box Bracelet Id Band (yellow) 69 3 Box Bracelet Id Band (red) 70 5 Pieces Colostomy Bag 45mm 71 5 Pieces Colostomy Bag 57mm 72 5 Pieces Colostomy Bag 60mm 73 5 Pieces Colostomy Bag 70mm 74 50 Pieces Condom Catheter L 75 50 Pieces Condom Catheter M 76 50 Pieces Condom Catheter S 77 30 Packs Disposable Waterproof Gown 78 45 Pieces Face Shield 79 50 Pieces Goggles Shield 80 50 Box Insulin Syringe 0.5cc/ml G25x 5/8 53 81 300 Pieces Manual Resuscitator Pvc- Adult 82 50 Pieces Manual Resuscitator Pvc- Pedia 83 50 Pieces Nelaton Catheter Fr.12 84 100 Pieces Nelaton Catheter Fr.14 85 100 Pieces Nelaton Catheter Fr.16 86 50 Pieces Nelaton Catheter Fr.18 87 14 Pieces Pen Light 88 20 Box Povidone Swab Stick 3s 89 5 Pieces Sphygmomanometer Non-mercurial Pedia 90 50 Box Suction Catheter Fr. 10 91 50 Box Suction Catheter Fr. 12 92 100 Box Suction Catheter Fr. 14 93 100 Box Suction Catheter Fr. 16 94 50 Box Suction Catheter Fr. 8 95 250 Box Syringe, 10cc, G 23x 1”, Disposable 96 250 Box Syringe, 1cc, Disposable 97 250 Box Syringe, 20 Cc G 23 X 1", Disposable 98 250 Box Syringe, 3cc, G 23x 1”, Disposable 99 250 Box Syringe, 50 Cc G 23 X 1", Disposable 100 250 Box Syringe, 5cc, G 23x 1”, Disposable 101 15 Pieces Thermometer Infrared Ear 102 15 Pieces Thermometer Non-mercurial (forehead) 103 200 Pieces Urine Bag Adult With Hanger 104 50 Pieces Urine Collector 105 20 Pc Foley Bag Catheter,2-way,silicon Coated, ,fr.8 106 50 Pc Foley Bag Catheter, 2-way,silicon Coated, Fr.10 107 50 Pc Foley Bag Catheter,2-way,silicon Coated, Fr.12 108 100 Pc Foley Bag Catheter,2-way,silicon Coated, Fr.14 109 200 Pc Foley Bag Catheter,2-way,silicon Coated, Fr.16 110 100 Pc Foley Bag Catheter,2-way,silicon Coated, Fr.18 111 20 Box Wooden Tongue Depressor 112 50 Box Gloves , Non-sterile, N Itrile, Large 113 50 Box Gloves , Non-sterile, Nitrile, Medium 114 50 Box Gloves , Non-sterile, Nitrile, Small 115 50 Box Gloves Surgical Sterile, 6.5 116 50 Box Gloves Surgical Sterile, 7.0 117 50 Box Gloves Surgical Sterile, 7.5 118 50 Box Gloves Surgical Sterile, 8.0 119 20 Pieces Hot Water Bag 500ml 120 10 Pieces Ice Bag 9 Inch 121 5 Pieces Central Venous Pressure Manometer Set 122 30 Pc Chest Drainage 2300 Ml 54 123 150 Pieces Extension Tubing (for Iv) 100cm 124 5 Box Intubating Stylets #10 125 5 Box Intubating Stylets #14 126 5 Box Intubating Stylets #6 127 340 Set Iv Starter Kit Pack 128 65 Pieces Laryngeal Mask Airway S. 3 129 65 Pieces Laryngeal Mask Airway S. 4 130 200 Pieces Mucous Extractor 131 50 Pieces Oropharyngeal / Guedel Airways 2 132 30 Pieces Oropharyngeal / Guedel Airways 3 133 30 Pieces Oropharyngeal / Guedel Airways 4 134 40 Pieces Nasopharyngeal Airway, Fr. 26, I.d 6.5mm 135 40 Pieces Nasopharyngeal Airway, Fr. 28, I.d. 7.0mm 136 40 Pieces Nasopharyngeal Airway, Fr. 30, I.d. 7.5mm 137 700 Pieces Oxygen Face Mask Set-adult 138 300 Pieces Oxygen Face Mask Set-pedia 139 50 Pack Penrose Drain Tubing, 1" Diameter 140 10 Box Pressure Infusion Bag 1000ml, 25's 141 50 Pieces Thoracic Catheter ,f20 142 50 Pieces Thoracic Catheter F32 143 50 Pieces Thoracic Catheter F24 144 50 Pieces Thoracic Catheter F28 145 150 Pieces Thoracic Catheter F36 146 50 Pieces Tracheostomy Care Kit 147 1 Roll Tubular Net Size 4 148 1 Roll Tubular Net Size 6 149 1 Roll Tubular Net Size 8 150 50 Pieces Uro Leg Bag 151 500 Pieces Urobag With Needle Free Sample Port, 2000ml 152 30 Pieces Venturi Mask 153 300 Bottle Hand Disinfectant, 1000ml 154 5 Pack Adult Diaper (large) 155 5 Pack Adult Diaper (medium) 156 5 Pack Adult Diaper (x-large) 157 20 Pieces Cervical Collar-adult 158 10 Pieces Cervical Collar-pedia 159 1 Pack Elastic Bandage 2x5' 160 2 Pack Elastic Bandage 3x5' 161 2 Pack Elastic Bandage 4x5' 162 1 Pack Elastic Bandage 6x5' 163 600 Box Face Mask, Surgical, Earloop 164 10 Box Filter Needle, G- 19x 1 ½ “ 165 20 Box Filter Needle, G-20 X 1 ½” 55 166 2 Gal Glutaraldehyde 2.45% 167 100 Bot Isopropanol+benzalkonium Chloride 50ml 168 200 Pieces Male Urinal With Calibrator 1000ml 169 3 Pack Nasal Cannula - Adult 170 1 Pack Nasal Cannula - Pedia 171 200 Pieces Nasogastric Tube Fr. 12 172 200 Pieces Nasogastric Tube Fr. 14 173 200 Pieces Nasogastric Tube Fr. 16 174 200 Pieces Nasogastric Tube Fr. 18 175 100 Pieces Non-rebreather Mask (adult) 176 25 Pieces Non-rebreather Mask (pedia) 177 2 Box Nylon Cutting 4-0, 178 15 Canister Non-woven Disposable Towelettes, Disinfectant Wipes 179 20 Box Plaster, Silk Tape, 2 Inches X 10 Yards, 180 20 Box Plaster, Plastic Tape, 1/2inch X 10 Yards, 181 20 Box Plaster, Plastic Tape, 1inch X 10 Yards, 182 10 Box Plaster, Blended Plastic And Paper Tape, 1/2inch X 10 Yards, 183 10 Box Plaster, Blended Plastic And Paper Tape, 1inch X 10 Yards, 184 5 Box Transparent Dressing, 5cm X 7cm, 185 10 Box Infusion Pump Tubing Minimum Technical Specifications Vented Dispensing Pin, 100 Pieces Per Box With Swabable Multi-access Valve Needle-free Access Valve Compatible With Luer-lock And Luer-slip Alcohol Prep Pad 70% Isopropyl Alcohol, 300 Pieces Per Box 2x2 Sterile Gauze With 70% Isopropyl Alcohol Single Layer Thick 2cm- 4cm Wrapper Diameter With Tight Seal Arm Sling - Adult,50 Pieces 70% Polyester Latex Free Sizes : Length 13-15 Inches X Height 6.5-8 Inches Adjustable Shoulder Straps Color: Blue Arm Sling - Pedia, 50 Pieces 70% Polyester Latex Free Sizes : Length 18-20 Cm Adjustable Shoulder Straps Color: Blue Bandage Scissor (small) 7 ½, 20 Pieces Tip Configuration: Blunt 56 Handle: Finger Rings Material : Stainless Steel Weight : Approximately 0.1-0.3 Lbs. Length : Approximately 7 - 8 Cm Kidney Basin, 5 Pieces Size : 6 Inches Reusable Stainless Steel Bouffant Cap 100 Pieces Per Box, 25 Boxes Spun Bonded Polypropylene, Latex Free Round Piece Of Non-woven Material Closed With An Elastic Band Disposable And Non-sterile Color: Blue Size: 20-22 Inches Cadaver Bag (adult), 20 Pieces Material: Polyethylene Vinyl Acetate Size: Length 230-235 Cm X Width 90-92 Cm Can Hold Weight Up To 120kgs Straight Or Curved U Shape Zipper With 1 Leaflet + 3 Id Tags Cotton Balls 250 Pieces Per Pack, 100 Packs Highly Absorbent Cotton Non-sterile Latex-free 100% Cotton Cotton Pledgets (sterile), 100 Pieces Per Pack , 100 Packs Hard Sticks 6 Inches Cotton At The Tip For Cushioning Tip Applicator Is Made Of 100% Natural Cotton Sterile Double Lumen-(bi Extension), 50 Pieces Per Box, 10 Boxes At Least 15cm Macrobore Tri-extension Set With Luer-lock Needleless Split Septum Adapter Priming Volume 2-2.5ml With Flow Rate 440-450 Ml/min Sliding Clamp Clear Housing With Straight Fluid Pathway Lipid Compatibility Latex And Di(2- Ethylhexyl) Phthalate (dehp) Free Tubings Ear, Eyes, Nose, Throat Diagnostic Set, 8 Sets Halogen Opthalmoscope : Halogen Bulb Six Apertures 28 Lenses With – 25 To 40 Diopters For Better Resolution Lens Dial Illumination Rubber Brow Rest 57 Halogen Otoscope : Hpx Bulb Fiber Optic Wide Angle Viewing Lens Sealed System For Pneumatic Otoscopy Round Tip Plastic Ear Speculum With Sizes 2,3,4,5 Mm Handle : Rheostat Control 2 X Ea ‘c’ Size Batteries Knurled Chrome Finish Positive On/off Switch With Audible “click” Endotracheal Tube, Size 3, (cuffed), 10 Pieces Per Box, 10 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 3.5, (cuffed), 10 Pieces Per Box , 10 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 5 (cuffed), 10 Pieces Per Box, 10 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 5.5 (cuffed), 10 Pieces Per Box, 25 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 6 (cuffed), 10 Pieces Per Box, 100 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 6.5 (cuffed), 10 Pieces Per Box,150 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 7 (cuffed), 10 Pieces Per Box, 150 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex 58 Sterile Endotracheal Tube, Size 7.5 (cuffed), 10 Pieces Per Box, 100 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Endotracheal Tube, Size 8 (cuffed), 10 Pieces Per Box, 25 Boxes Made Of Soft Polyvinyl Chloride (pvc) Material Soft And Rounded Tip Non-latex Sterile Fiber Optic Laryngoscope, Adult, 10 Sets Fiber Optic Handle Medium C Blade Handle With Built In Light-emitting Diode (led) Lamp Adult With Carrying Case Battery : 2 Type C Batteries Blade Size And Type: Macintosh 3: Overall Length 124-127 Mm Length Inside Base To Tip 100-102 Mm Macintosh 4: Overall Length 159-161mm Length Inside Base To Tip 134-136 Mm Miller 3 : Inside Vertical Measure 10-12 Mm Length Inside Base To Tip 171-173 Mm 4 : Inside Vertical Measure 12-14 Mm Length Inside Base To Tip 181-183 Mm Gauze Pads 2x2 Sterile, 300 Packs 100% Cotton Gauze Latex Free Pre-cut, Sterile Individually Packaged Gauze Pads 4x4 Sterile, 300 Packs 100% Cotton Gauze Latex Free Pre-cut, Sterile Individually Packaged Gauze Surgical 4x4, 5 Pieces Per Pack, 1000 Packs 8ply (28x24 Mesh) Lint-free Pre-cut Sterile Fine Mesh 100% Cotton Gauze Immobilizer Splint (knee) Large, 5 Pieces With Adjustable Loop-lock Pressure Sensitive Closure Size: Large – At Least 18 Inches - 20 Inches Immobilizer Splint (knee) Medium, 5 Pieces 59 With Adjustable Loop-lock Pressure Sensitive Closure Size: Medium – At Least 14 Inches - 16 Inches Immobilizer Splint (knee) Small, 5 Pieces With Adjustable Loop-lock Pressure Sensitive Closure Size: Small – At Least 14 Inches - 16 Inches Incontinence Pad, 500 Pieces Absorbent Cellulose-fiber Core Super Absorbent Polymer Back Sheet Is Made Of Polyethylene Material Size: At Least 36x23 Cm - 90x60 Cm Iv Administration Set, Blood Transfusion Set, 20 Gtts/min Drop Factor, 500 Pieces Vented Spike With Protector Blood Drip Chamber Blood Filter Luer Slip Connector Needle 18g Atleast 150cm Tubing Iv Administration Set, Macroset, 20 Gtts/min Drop Factor, 500 Pieces Vented Macro-infusion Set Anti-run Dry And Auto Prime Mechanism Luer Slip Connector Needle 18g Atleast 150cm Tubing Iv Administration Set, Macroset, 60 Ugtts/min Drop Factor, 500 Pieces Vented Macro-infusion Set Anti-run Dry And Auto Prime Mechanism Luer Lock Connection Latex Free , Di(2- Ethylhexyl) Phthalate (dehp) Free Iv Catheter G-18 X 1.1, With Wings, 50 Pieces Per Box, 25 Boxes Vialon Catheter Material With Radiopaque Stripes With Emergency Access Port, Snap Cap And Passive Safety Needle Shield Enclosed In Smooth Edge Plastic With Wings Needle Size ; At Least 1.3x32 Mm Color : Green Sterile Iv Catheter G-20 X 1.1, With Wings, 50 Pieces Per Box, 25 Boxes Vialon Catheter Material With Radiopaque Stripes With Emergency Access Port, Snap Cap And Passive Safety Needle Shield Enclosed In Smooth Edge Plastic With Wings Needle Size : At Least 1.1x32 Mm Color : Pink Sterile 60 Iv Catheter G-22 X 1.1, With Wings, 50 Pieces Per Box, 25 Boxes Vialon Catheter Material With Radiopaque Stripes With Emergency Access Port, Snap Cap And Passive Safety Needle Shield Enclosed In Smooth Edge Plastic With Wings Needle Size : At Least 0.9x25 Mm Color : Blue Sterile Iv Catheter G-24 X 1.1, With Wings, 50 Pieces Per Box, 15 Boxes Vialon Material Straight Iv Cannula For Pediatric Patients Non- Traumatic Needle Visible Primary Back Flow On The Cannula Needle Size : At Least 0.7x19mm Flow Rate : At Least 19ml/min Color : Yellow Sterile Iv Catheter G-26 X 1.1, With Wings, 50 Pieces Per Box, 10 Boxes Vialon Material Straight Iv Cannula For Pediatric Patients Non- Traumatic Needle Visible Primary Back Flow On The Cannula Needle Size : At Least 0.6x19mm Flow Rate 14ml/min Color : Purple Sterile Kick About Bucket W/ Pail, 5 Pieces Stainless Steel Material Tubular Pipe Frame All Metal Parts Pre-treated And Epoxy Powder Coated Dimensions: Approx. 300x300mm (h*xd) Stethoscope (cardiology) , 5 Pieces Chestpiece : Stainless Steel Dual-lumen Tubing Adjustable Headsets With Soft-sealing Eartips Double-side Diaphragm : Adult - At Least 1.5 - 1.8 Inches Pediatric (convertible Open Bell) - At Least 1.2 - 1.5 Inches Latex Free Weight : Approximately 175 -180 Grams Length : At Least 65-70 Cm Classic Stethoscope, 30 Pieces Chestpiece : Stainless Steel Single Lumen Tubing Adjustable Headsets With Soft-sealing Eartips Double-side Diaphragm : Adult - At Least 1.5 - 1.8 Inches 61 Pediatric - At Least 1.2 - 1.5 Inches Latex Free Length : At Least 68 - 70 Cm Weight : Approximately 146 - 152 Grams Lubricating Jelly, 5g Sachet, 1000 Pieces Greaseless Water-soluble Jelly Alcohol Free Sterile National Institute Of Occupational Safety And Health (niosh) Standard : Filters ≥95% Of Non-oil-based Airborne Particles ≥0.3 Microns Bacterial & Viral Filtration Efficiency (bfe & Vfe): ≥99% For Particles ≥0.1 Microns Intended Protection: Protects Against Airborne Viruses, Bacteria, And Other Bioaerosols, Including Covid-19, Tuberculosis, And Influenza Fluid Resistant Adjustable Nose Clip Two-strap, Headband-style Design Latex-free And Hypoallergenic Fda Surgical Mask Standards Approved Size : Approximately 13-14cm X 11.5-12.5cm X 4.5-5.5cm (wxhxd) N95 Mask - Pedia, 250 Pieces National Institute Of Occupational Safety And Health (niosh) Standard : Filters ≥95% Of Non-oil-based Airborne Particles ≥0.3 Microns Bacterial & Viral Filtration Efficiency (bfe & Vfe): ≥99% For Particles ≥0.1 Microns Intended Protection: Protects Against Airborne Viruses, Bacteria, And Other Bioaerosols, Including Covid-19, Tuberculosis, And Influenza Fluid Resistant Adjustable Nose Clip Cushioning Nosefoam, Comfort Strap Two-strap, Headband-style Design Latex-free And Hypoallergenic Fda Surgical Mask Standards Approved Size : Approximately 11.5-12.5cm X 10-11cm X 4-5cm (wxhxd) Plastic Apron, 200 Pieces Straight, Sleeveless Style Round Neck, Two Waist Ties Liquid Proof And Stain Resistant Size : Approximately 115-119cm X 69-72cm (lxw) Pre-filled Syringe Nss 10 Ml, 30 Pieces Per Box, 100 Boxes 10ml Prefilled Preservative-free Latex-free Moist Heat Sterilized 0.9% Nacl Iv Flush Syringe With Serrated Thumb Press And Plunger Retainer/retention Ring, 62 Stubby 10ml Diameter Syringe Profile Clear Labeling Luer Lock Tip With Injection Pressure 10-20 Pound Per Square Inch Pre-filled Syringe Nss 5 Ml, 30 Pieces Per Box, 100 Boxes 5ml Prefilled Preservative-free Latex-free Moist Heat Sterilized 0.9% Nacl Iv Flush Syringe With Serrated Thumb Press And Plunger Retainer/retention Ring Stubby 3ml Diameter Syringe Profile Clear Labeling Luer Lock Tip With Injection Pressure 10-20 Pound Per Square Inch Pre-filled Syringe Nss 3 Ml, 30 Pieces Per Box, 100 Boxes 3ml Prefilled Preservative-free Latex-free Moist Heat Sterilized 0.9% Nacl Iv Flush Syringe With Serrated Thumb Press And Plunger Retainer/retention Ring Stubby 3ml Diameter Syringe Profile Clear Labeling Luer Lock Tip With Injection Pressure 10-20 Pound Per Square Inch Suction Connector Tubing, 100 Pieces Made Of Medical Grade Polyvinyl Chloride (pvc) Material Sterile With Integral Connectors At Both Ends Sturdy Shutter-resistant Construction Transparent Tubing Length : Approximately 1.8 - 3m Surgical Scissors, 20 Pieces Tip Configuration: Blunt Material: Stainless Steel Curvature: Straight Non-sterile Dimensions : Approximately 0.2-0.3cm X 4-6cm X 17-19cm Surgical Scissors, 5 Pieces Tip Configuration: Blunt Material: Stainless Steel Curvature: Curved Non-sterile Dimensions : Approximately 0.2-0.3cm X 6-7cm X 17-19cm Suture, Silk 3-0, 22-26mm, ½ Circle, Cutting, 50 Pieces Material : Natural Braided Silk (non-absorbable, Wax-coated) Sterile Color : Black Suture Length : Approximately 17 - 20 Inches 63 Needle : 26 Mm P, Reverse Cutting Sutures - Silk,cutting 4-0, 22-26mm, ½ Circle, 50 Pieces Material : Natural Braided Silk (non-absorbable, Wax-coated) Sterile Color : Black Suture Length : Approximately 17 - 20 Inches Needle : 19 Mm P, ⅜ Circle, Reverse Cutting Tape Measure, 10 Pieces Material : Soft Plastic Measuring Range : 0 - 60 Inches And 0 - 150 Cm On The Back Color : White Length : 60 Inches/150 Cm/1.5m Triple Lumen Connectors, 100 Pieces Per Box, 1 Box Single Lumen Extension Triple Access Device Needle Free Closed System Adapter With Needle Free Calve Luer And Slip Compatible Size : Approximately 12- 13 Cm Microbore Tubing Priming Volume : Approximately 0-2 - 0.5ml Vicryl (synthetic Absorbable Polyglycolic/polyglactin) Cutting 4-0, 37mm, 50 Pieces Material : Synthetic, Absorbable, Coated Vicryl Plus Sterile Color : Undyed Suture Length : Approximately 26 - 29 Inches Needle : 19 Mm Fs-2, ⅜ Circle, Reverse Cutting Vicryl (synthetic Absorbable,polyglycolic/polyglactin) 2-0, 37mm ½ C. Atraumatic, 50 Pieces Material : Synthetic, Absorbable, Coated Vicryl Plus Sterile Color : Violet Suture Length : Approximately 36 - 37 Inches Needle : 36mm Mh Plus, ½ Taper Point Vicryl Cutting (synthetic Absorbable,polyglycolic/polyglactin) 3-0, 37mm ½ C. 50 Pieces Material : Synthetic, Absorbable, Coated Vicryl Plus Sterile Color : Violet Suture Length : Approximately 35 - 37 Inches Needle : 36mm Ct-1, ½ Circle Taper Point Yankauer Suction Tip, 100 Pieces Made Of Medical Grade Polyvinyl Chloride (pvc) Material 64 Bulb-type, Clear Tip, Ribbed At The Proximal End Smooth And Clean Edges Sterile Needle-free Connector, 50 Pieces Per Box, 5 Boxes Transparent Split Septum Needleless Port With 0.10 Ml Priming Volume Length : Approximately 1.9 - 2.2 Cm Luer Lock Sterile Sphygmo Aneroid Stand, 8 Pieces Mobile Unit : 5 Legs Base Unit With Caster Weight : 5kg Neurologic Hammer With Stainless Steel Handle With Pin And Brush Clinical Weighing Scale, 10 Pieces Heavy-duty Solid Stable At Least 10.5 X 14.5 Inch 9 (27 X 37) Platform Durable Steel Construction With An Electrostatic Powder Paint Finish Scale Is At Least 59 Inch (150cm) High Height Rod, Wheels And Hand Post Features Available Capacity : At Least 200kg Incise Drape, 40cm X 42cm, 10 Pieces Material : Transparent, Adhesive Polyurethane Film Conformable And Elastic Sterile Incise Drape, 45cm X 55cm, 10 Pieces Material : Transparent, Adhesive Polyurethane Film Conformable And Elastic Sterile Drainage Bag (jackson Pratt) 200ml Capacity With Flexible Tubing Silicone Asepto Syringe 50ml, 200 Pieces Smooth Tip Bulb Syringe Sterile Bed Pan Plastic, 500 Pieces Plastic, With Capacity Of At Least 2500ml Sloping Front Without Cover- Bracelet Id Band White 100s’ Per Box, 3 Boxes Snap- On Lock Security Tamper Proof, Write On Identification 65 Bracelet Id Band Yellow 100s’ Per Box, 3 Boxes Snap- On Lock Security Tamper Proof, Write On Identification Bracelet Id Band Red 100s’ Per Box, 3 Boxes Snap- On Lock Security Tamper Proof, Write On Identification Colostomy Bag 45mm, 5pieces Color:beige Waterproof Pouch Set Inclusions:1 Pouch, 1 Wafer,1 Clip Colostomy Bag 57mm, 5pieces Color:beige Waterproof Pouch Set Inclusions:1 Pouch, 1 Wafer,1 Clip Colostomy Bag 60mm, 5pieces Color:beige Waterproof Pouch Set Inclusions:1 Pouch, 1 Wafer,1 Clip Colostomy Bag 70mm, 5pieces Color:beige Waterproof Pouch Set Inclusions:1 Pouch, 1 Wafer,1 Clip Condom Catheter Large, 50 Pieces Sterile,diameter Of At Least 35-36mm Hypoallergenic Latex Material Condom Catheter Medium, 50 Pieces Sterile, Diameter Of At Least 28-29mm Hypoallergenic Latex Material Condom Catheter Small, 50 Pieces Sterile, Diameter Of At Least 24-25mm Hypoallergenic Latex Material Disposable Waterproof Gown,30 Pieces Non- Woven Material Built-in Waist Tie Water Proof Face Shield, 45 Pieces Fog-resistant Full Face Googles, 50 Pieces. Easier Lens Attachment Lightweight Insulin Syringe 0.5cc/ml G.25 5x8,50 Boxes Barrel Size 0.5cc/ml Needle Gauge 25 Manual Resuscitator Polyvinyl Chloride,adult, 300 Pieces 66 Silicone Rubber: Inner And Outer Bag Valve Disc Override Cap Ambient Occlusion Mask+ Attached Oxygen Reservoir Manual Resuscitator Polyvinyl Chloride, Pedia, 50 Pieces Silicone Rubber:inner And Outer Bag Valve Disc Override Cap Ambient Occlusion Mask Attached Oxygen Reservoir Nelaton Catheter Fr.12,50 Pieces Frosted Surface Kink Resistant Soft,rounded Close Tip Frosted Surface Kink Resistant Soft,rounded Close Tip Nelaton Catheter Fr.16,100 Pieces Frosted Surface Kink Resistant Soft,rounded Close Tip Nelaton Catheter Fr.18,50 Pieces Frosted Surface Kink Resistant Soft,rounded Close Tip Pen Light,14 Pieces Handheld, Portable Push Button : On And Off Led Light Battery Operated, Double “aa” Battery Povidone Swab Stick 3s, 20 Boxes Pre-moistened Pad Saturated In 10% Povidone Iodine With 3 Swab Sticks Sphygmomanometer Non-mercurial, Pedia, 5 Pieces Material Tube: Rubber Clothed Cuff Suction Catheter Fr. 10, 50 Pieces Sterile Non-toxic Non- Irritant Medical Grade Polyvinyl Chloride Suction Catheter Fr. 12, 50 Pieces Sterile Non-toxic Non- Irritant Medical Grade Polyvinyl Chloride Suction Catheter Fr. 14, 100 Pieces Sterile 67 Non-toxic Non- Irritant Medical Grade Polyvinyl Chloride Suction Catheter Fr. 16, 100 Pieces Sterile Non-toxic Non- Irritant Medical Grade Polyvinyl Chloride Suction Catheter Fr. 8, 50 Pieces Sterile Non-toxic Non- Irritant Medical Grade Polyvinyl Chloride Syringe, 10cc, G 23x 1”, Disposable, 100 Pieces Per Box, 250 Boxes With Sharp Needles Clear Barrel Luer Lock Tip Bold Precise Scale Syringe, 1cc, Disposable, 100 Pieces Per Box, 250 Boxes With Sharp Needles Clear Barrel Luer Lock Tip Bold Precise Scale Syringe, 20 Cc G 23 X 1", Disposable , 48 Pieces Per Box, 250 Boxes With Sharp Needles Clear Barre L Luer Lock Tip Bold Precise Scale Syringe, 3cc, G 23x 1”, Disposable, 100’s, 250 Boxes With Sharp Needles Clear Barrel Luer Lock Tip Bold Precise Scale Syringe, 5cc, G 23x 1”, Disposable, 100’s, 250 Boxes With Sharp Needles Clear Barrel Luer Lock Tip Bold Precise Scale Thermometer Infrared Ear,15 Pieces Iinfrared Sensor With Ear Probe Thermometer Non-mercurial (forehead),15 Pieces With Start Button Measurement Result Display Within 1 Second Automatically Power Off In 10 Seconds Distance Coverage 1 To 5 Cm Battery Triple A Urine Bag Adult With Hanger, 200 Pieces 2000ml Capacity 68 Front And Back Polyvinyl Chloride With Calibration Marking Urine Collector, 50 Pieces Front And Back Clear Polyvinyl Chloride With Calibration Marking 100ml Capacity With Adhesive Patch Foley Bag Catheter, 2-way, Silicon-coated Fr.8, 20 Pieces With Balloon Capacity At Least 10ml Foley Bag Catheter, 2-way, Silicon-coated Fr.10, 50 Pieces With Balloon Capacity At Least 10ml Foley Bag Catheter, 2-way, Silicon-coated Fr.12, 50 Pieces With Balloon Capacity At Least 10ml Foley Bag Catheter, 2-way, Silicon-coated Fr.14, 100 Pieces With Balloon Capacity At Least 10ml Foley Bag Catheter, 2-way, Silicon-coated Fr.16, 200 Pieces With Balloon Capacity At Least 10ml Foley Bag Catheter, 2-way, Silicon-coated Fr.18, 100 Pieces With Balloon Capacity At Least 10ml Wooden Tongue Depressor 100’s, 20 Boxes Wooden Type Sterile, Individually Packed Clean Gloves, Large 100 Pieces, 50 Boxes Powder-free Non-sterile, Single Use Only Nitrile + Polyvinyl Chloride Clean Gloves, Medium 100 Pieces, 50 Boxes Powder-free Non-sterile, Single Use Only Nitrile + Polyvinyl Chloride Clean Gloves, Small 100 Pieces, 50 Boxes Non-sterile, Single Use Only Nitrile + Polyvinyl Chloride Surgical Gloves, Size 6.5, 50’s, 50 Boxes Sterile Powder-free Material: Natural Latex Rubber Hypoallergenic Size: 6.5 Surgical Gloves, Size 7.0, 50’s, 50 Boxes Sterile Powder-free Material: Natural Latex Rubber Hypoallergenic Size: 7.0 69 Surgical Gloves, Size 7.5, 50’s, 50 Boxes Sterile Powder-free Material: Natural Latex Rubber Hypoallergenic Size: 7.5 Surgical Gloves, Size 8.0, 50’s, 50 Boxes Sterile Powder-free Material: Natural Latex Rubber Hypoallergenic Size: 8.0 Hot Water Bag 500ml, 20 Pieces Rubber Made With Plastic Lid As Cover Ice Bag 9 Inch , 10 Pieces Leak Resistant Cap At Least 9 Inch Central Venous Pressure Manometer Set, 5pieces Crystal Clear Manometer Tube Calibrated For Accurate Pressure Readings And Attached To A 3-way Connector With Red Floatation Ball At Least 1” And 3/4” Iv Holder At Least 120 Cm Long Extension Tubing. Chest Drainage 2300 Ml, 30pieces Disposable Water Seal Operating System For Thoracic Drainage Clear Chambers And Tubing For Visual Drainage Observation With Distinct Graduation Markings For Easy Measurement Reading With High Negativity Alarm Allows Connection Of Two Drainage Tube Tubing Is Large Bore And Kink- Resistant At Least 2,300ml Capacity Extension Tubing (for Iv) 100cm, 150pieces Clear, Non- Toxic Polyvinyl Chloride Luer Lock With Cap Non- Pyrogenic Fits To All Connectors Individually Packed Intubating Stylets #10, 5 Boxes Made Of Malleable Aluminum Covered With A Plastic Sheath With A Lubricated Silk-slip Surface. Rounded Sheath Tip, Fr.10 Intubating Stylet #14, 5 Boxes Made Of Malleable Aluminum Covered With A Plastic Sheath With A Lubricated Silk-slip Surface. Rounded Sheath Tip, Fr.14 70 Intubating Stylet #6, 5 Boxes Made Of Malleable Aluminum Covered With A Plastic Sheath With A Lubricated Silk-slip Surface. Rounded Sheath Tip, Fr.6 I.v. Starter Kit Pack 25’s, 340 Pieces Contents Are Labeled For Easy Identification Each Content Is Individually Packed For Contamination Prevention Inclusions: 1 Pc. Iv Dressing 1 Roll Tourniquet 1 Pack 2x2 Gauze 2’ 1 Roll Tape ¾ X 36 Inches 2 Pack Alcohol Wipes 1 Pack Povidone Iodine 1 Pc. Id Label Sticker Laryngeal Mask Airway Size 3, 65 Pieces Made From Medical Grade Silicone Soft Cuff With Responsive Pilot Balloon For Easy Cuff Inflation With Gastric Access Laryngeal Mask Airway Size 4, 65 Pieces Made From Medical Grade Silicone Soft Cuff With Responsive Pilot Balloon For Easy Cuff Inflation With Gastric Access Mucus Extractor, 200 Pieces Clear And Transparent Container 25ml With Clear Markings For Quick Volume Detection. Made From Soft, Kink-resistant Material Universal Connectors For Easy Connection. With Extra Lid Oropharyngeal / Guedel Airway 2, 50 Pieces Made From Medical Grade Polypropylene & Polyethylene Material. Bite Block Soft Rounded Edges To Minimize Trauma From The Patient’s Tissue. Color Coded For Easy Identification Of Size Size 2 Green , At Least 80mm Oropharyngeal/ Guedel Airway 3, 30 Pieces Made From Medical Grade Polypropylene & Polyethylene Material. Bite Block Soft Rounded Edges To Minimize Trauma From The Patient’s Tissue. Color Coded For Easy Identification Of Size Size 3 Yellow, At Least 90mm Oropharyngeal/ Guedel Airway 4, 30 Pieces 71 Made From Medical Grade Polypropylene & Polyethylene Material. Bite Block Soft Rounded Edges To Minimize Trauma From The Patient’s Tissue. Color Coded For Easy Identification Of Size Size 4 Red , Atleast 100mm Nasopharyngeal Airway, Fr. 26, I.d 6.5mm, 40 Pieces Made From Soft Pvc Material, Allows Gentle Insertion. Flexible For Maximum Patient Comfort. Trumpet Design For Secure Placement Rounded Edge Tip Atleast 6.5 Mm Fr- 26 Nasopharyngeal Airway, Fr. 28, I.d 7.0mm, 40 Pieces Made From Soft Pvc Material, Allows Gentle Insertion. Flexible For Maximum Patient Comfort. Trumpet Design For Secure Placement Rounded Edge Tip Atleast 7.0 Mm Fr- 28 Nasopharyngeal Airway, Fr. 30, I.d 7.5mm, 40 Pieces Made From Soft Pvc Material, Allows Gentle Insertion Flexible For Maximum Patient Comfort. Trumpet Design For Secure Placement Rounded Edge Tip At Least 7.5 Mm Fr- 30 Oxygen Face Mask Set-adult, 700 Pieces Made Of High Quality Medical Grade Pvc Odorless 7ft Tubing W/ Inner Lumen Soft And Pliable Nose Clip To Ensure Comfortable Fit With Good Seal Oxygen Face Mask Set-pedia, 300 Pieces Made Of High Quality Medical Grade Pvc Odorless 7ft Tubing W/ Inner Lumen Soft And Pliable Nose Clip To Ensure Comfortable Fit With Good Seal Penrose Drain Tubing, 1 Inch Diameter, 10 Packs At Least 18 Inches Of Length. Smooth Tubing Wall Both Inside And Out Soft And Flexible Pure Latex Rubber Material. X -ray Opaque At Least 1" Diameter 72 Pressure Infusion Bag 1000ml, 25 Pieces Per Box, 10 Boxes Large Squeeze Bulb Loads Quickly And Easily Single Patient Use Highly-visible Pressure Gauge Facilitates Fast Setup And Easy Maintenance. 1000 Ml Thoracic Catheter , Fr.20, 50 Pieces Smooth And Rounded Distal Tip. With A Large Smooth Catheter Eye For Maximum Drainage Reduces The Chance Of Tissue Debris Build-up. Graduated Markings Every 2cm Tapered Proximal End Thermosensitive Tube Thoracic Catheter , Fr.32, 500 Pieces Smooth And Rounded Distal Tip. Equipped With A Large Smooth Catheter Eye For Maximum Drainage Reduces The Chance Of Tissue Debris Build-up. Graduated Markings Every 2cm Tapered Proximal End Thermosensitive Tube Thoracic Catheter , Fr.24, 50 Pieces Smooth And Rounded Distal Tip. Equipped With A Large Smooth Catheter Eye For Maximum Drainage Reduces The Chance Of Tissue Debris Build-up. Graduated Markings Every 2cm Tapered Proximal End Thermosensitive Tube Thoracic Catheter , Fr.28, 50 Pieces Smooth And Rounded Distal Tip. Equipped With A Large Smooth Catheter Eye For Maximum Drainage Reduces The Chance Of Tissue Debris Build-up. Graduated Markings Every 2cm Tapered Proximal End Thermosensitive Tube Thoracic Catheter , Fr.36, 150 Pieces Smooth And Rounded Distal Tip. Equipped With A Large Smooth Catheter Eye For Maximum Drainage Reduces The Chance Of Tissue Debris Build-up. Graduated Markings Every 2cm Tapered Proximal End Thermosensitive Tube Tracheostomy Care Kit, 50 Pieces Assembled In A Compact Kit Peel-down Tyvek Lid Protects Sterile Contents During Storage And Handling. 73 Tubular Net Size 4, 1 Roll 100% Latex-free Elastic And Polyester. Easily Cut To Desired Length Skin-friendly Alternative To Tapes And Adhesives. At Least 25m Tubular Net Size 6, 1 Roll 100% Latex-free Elastic And Polyester. Easily Cut To Desired Length Skin-friendly Alternative To Tapes And Adhesives. At Least 25m Tubular Net Size 8, 1 Roll 100% Latex-free Elastic And Polyester. Easily Cut To Desired Length Skin-friendly Alternative To Tapes And Adhesives. At Least 25m Uro Leg Bag, 50 Pieces Pre-attached 10 Cm Tubing With Universal Connector That Fits All Sizes Of Foley Catheters. Kink-resistant Tubing Flexible Garter Strap With Perforations And Buttons That Holds Leg Bag In Place. Latex-free Bag With At Least 800ml Capacity Made From Transparent Pvc Material One-way Valve Urobag With Needle Free Sample Port, 2000ml, 500 Pieces Needle-free Sample Port Built-in Non-return Valves 2000ml Drainage Bag With Anti-reflux Chamber Drainage Port Designed For Easy Draining Of The Urine Urine Chamber With Large Scale And Easy To Read Digits Provides An Accurate Monitoring Of The Urine Output Of The Patient Venturi Mask, 30 Pieces Made Of High Quality Medical Grade Pvc 7 Feet Tubing With Inner Lumen Hypoallergenic With Air-entrainment / Jet Nozzle With Adjustable Setting Clear And Soft Mask W/ Pliable Nose Clip Hand Disinfectant, 1000ml, 300 Bottles Alcohol Hand Disinfectant With 45g Ethanol, 18g N-propanol, Allantoin, Bisabolol And Dexpanthenol Application Time For Hand Disinfection: 30 Seconds For Hygienic And 60 Seconds For Surgical Adult Diaper (large) 10 Pieces Per Pack, 5 Packs Unisex 74 Super Absorbent Pad Adult Diaper (medium) 10 Pieces Per Pack, 5 Packs Unisex Super Absorbent Pad Adult Diaper (extra Large) 10 Pieces Per Pack, 5 Packs Unisex Super Absorbent Pad Cervical Collar-adult, 20 Pieces Non-latex, Non-toxic, Hypoallergenic Firm Foam Material Covered With Cotton Allows X-ray, Cat And Mri Scan Size : 55-57cm X 18-20cm X 0.5-1.5cm Cervical Collar-pedia, 10 Pieces Non-latex, Non-toxic, Hypoallergenic Firm Foam Material Covered With Cotton Allows X-ray, Cat And Mri Scan Size : 445-448mm X 187-190mm X 13-15mm Elastic Bandage 2 Inches X 5 Yards , 720 Pieces Per Pack, 1 Pack Stretch Bandage Roll With Clips Non- Adhesive, Unbleached Colour, Non- Detectable By X-ray Elastic Bandage 3 Inches X 5 Yards, 480 Pieces Per Pack, 2 Packs Crepe Bandage Stretch Bandage Roll With Clips Non- Adhesive, Unbleached Colour, Non- Detectable By X-ray Elastic Bandage 4 Inches X 5 Yards, 360 Pieces Per Pack, 2 Packs Crepe Bandage Stretch Bandage Roll With Clips Non- Adhesive, Unbleached Colour, Non- Detectable By X-ray Elastic Bandage 6 Inches X 5 Yards, 240 Pieces Per Pack, 1 Pack Crepe Bandage Stretch Bandage Roll With Clips Non- Adhesive, Unbleached Colour, Non- Detectable By X-ray Face Mask, Surgical, Earloop, 50 Pieces Per Box, 600 Boxes Disposable Facemask, 3-ply May Or May Not Meet Any Fluid Barrier Or Filtration Efficiency Levels Filter Needle, G- 19x 1 ½ “, 100 Pieces Per Box, 10 Boxes Guard- Polypropylene Filter- 5 Micron Stainless Steel Cannula 75 Filter Needle, G-20 X 1 ½” 100 Pieces Per Box, 20 Boxes Guard- Polypropylene Filter- 5 Micron Stainless Steel Cannula Glutaraldehyde 2.45%, 5 Liters Per Gallon, 2 Gallons Glutaraldehyde Solution With Liquid Activator Isopropanol+benzalkonium Chloride, 50ml Per Bottle, 100 Bottles Isopropanol+benzalkonium Chloride 50ml 50ml Per Bottle Male Urinal With Calibrator 1000ml, 200 Pieces 1000ml Capacity Plastic Nasal Cannula - Adult, 250 Pieces Per Pack, 3 Packs Oxygen Cannula, Adult Non-toxic, Non-pyrogenic Nasal Cannula - Pedia, 250 Pieces Per Pack, 1 Packs Oxygen Cannula, Pedia Non-toxic, Non-pyrogenic Nasogastric Tube Fr. 12, 200 Pieces Nasogastric Tube Fr.12 Silicone Nasogastric Tube Fr. 14, 200 Pieces Nasogastric Tube Fr. 14 Silicone Nasogastric Tube Fr. 16, 200 Pieces Nasogastric Tube Fr. 14 Silicone Nasogastric Tube Fr. 18, 200 Pieces Nasogastric Tube Fr. 18 Silicone Non-rebreather Mask (adult), 100 Pieces Material : Mask And Tubing Polyvinyl Chloride Tubing Length At Least 2 Meters Non-sterile Single Use Non-rebreather Mask (pedia), 25 Pieces Material : Mask And Tubing Polyvinyl Chloride Tubing Length At Least 2 Meters Non-sterile Single Use Nylon Cutting 4-0, 12 Pieces Per Box, 2 Boxes Nylon Cutting 4/0 (1.5metric) 26mm 1/2c Curved Cutting 75cm Non-absorbable 76 Non-woven Disposable Towelettes, Disinfectant Wipes, 15 Canisters Non Woven Disposable Towelettes Size: At Least 6 Inches X 6.75 Inches Active Ingredients: Diisobutylphenoexyethoxyethyl Dimethyl Benzyl Ammonium Chloride 0.28% And Isopropanol 17.20% Plaster, Silk Tape, 2 Inches X 10 Yards, 6pieces Per Box, 20 Boxes Silk Acetate Type Tape (rayon Taffeta Backing) Hypoallergenic, Water Resistant, Adhere On Damp Skin, High Strength And Adhesion Durable, Thick And With Bi-directional Tear Ideal For Secular Of Heavy Tubings Plaster, Plastic Tape, 1/2inch X 10 Yards, 24 Pieces Per Box, 20 Boxes Good Adhesion To Skin And Tubing, Perforated Transparent, Hypoallergenic, Acrylate Adhesive Plaster, Plastic Tape, 1inch X 10 Yards, 12 Pieces Per Box, 20 Boxes Good Adhesion To Skin And Tubing, Perforated Transparent, Hypoallergenic, Acrylate Adhesive Plaster, Blended Plastic And Paper Tape, 1/2inch X 10 Yards, 24 Pieces Per Box, 10 Boxes Good Initial And Long Term Adhesion (for As Long As 72hours) Easy To Handle With Gloves; Perforated; Bi-directional Tear; Non-latex (acrylate); Hypoallergenic; Ideal For High-risk Patients Plaster, Blended Plastic And Paper Tape, 1inch X 10 Yards, 24 Pieces Per Box, 10 Boxes Good Initial And Long Term Adhesion (for As Long As 72hours) Easy To Handle With Gloves; Perforated; Bi-directional Tear; Non-latex (acrylate); Hypoallergenic; Ideal For High-risk Patients Transparent Dressing, 5cm X 7cm, 50 Pieces Per Box, 5 Boxes Sterile, Waterproof Breathable Transparent Dressing With Non Absorbent; Non Adherent Pad, With Viral And Bacterial Barrier Dressing Infusion Pump Tubing, 300 Pieces Per Box, 10 Boxes Vented, Upstream Drip Chamber 15 Micro Drop Filter, With Roller Clamp Anti- Free Flow Clamp Luer Lock, Priming Volume At Least 22ml Length At Least 235-245 Cm 77 Particulars Vendor Shall Warrant That The Medical And Surgical Supplies Supplied Shall Meet The Published Specifications. Vendor Shall Deliver Supplies With A Minimum Shelf Life Of 2 To 3 Years From The Delivery Date And Vendor Shall Submit A Letter Of Guarantee, Ensuring Replacement Of Any Delivered Supplies That Remain Unused 6 Months Prior To Expiry Date. Vendor Shall Agree To Replace Any Supply/ies And Or Parts To Be Found Defective In Material Or Workmanship Upon Usage. Supplies Shall Be Delivered Complete And All Other Accessories Necessary For Full Use Of The Supply, Where Applicable. Vendor Must Certify That All Products Quoted Must Be In Current Production And Publicly Available As Of The Date Of This Tender. Unproven Future Products Shall Not Be Accepted. All Desired Features Listed Must Be In Current Production And In Use At The Time Of Quote/bid. Vendors Must Respond With Customer Support Staff Or Product Specialists, Either Remotely Or In-person Where Applicable, Within At Least Two (2) Hours Upon Notification Of The End-user. Supplies Must Meet All Currently Applicable Safety Standards, Local Or International, Where Applicable. A Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration Confirming Compliance With Relevant Standards For Safety, Quality And Efficacy Must Be Provided Specifically To Products That Includes But Not Limited To Products That Intrudes The Skin. Principal's/manufacturer's Product Portfolio Must Have Been Present In The Local Market For The Past Five (5) Years. Completion Period For Delivery Must Not Exceed A Minimum Of 10 Calendar Days . Any Deviation From This Limit Requires Prior Approval By The Head Of The Procuring Entity (hope) And Only Applies During Extenuating Circumstances. Vendors May Have An Existing/active Quality Management System: Iso Certification Or Its Equivalent.
Province Of Northern Samar Tender
Others
Philippines
Closing Date14 Apr 2025
Tender AmountPHP 687.1 K (USD 11.9 K)
Details: Description Republic Of The Philippines Province Of Northern Samar Catarman, Northern Samar [tab] Bids And Awards Committee Request For Quotation Name Of Supplier (business Name): Address: Tin: Date: April 04, 2025 Rfq No.: 25-04-0126 Contact No.: The Nsph, Through The Bids And Awards Committee (bac), Intends To Procure Services, With Pr No.: 2025-03-0297. The Sevices Shall Be Procured Through The Alternative Mode Of Procurement In Accordance With Ra No. 12009 As Reflected On Bac Resolution No.svp-04-04-01. Suppliers Of Know Qualifications Are Invited To Submit Their Quotation/proposal, Signed By Your Of Your Duly Authorized Representative Not Later Than ____________, Subject To The Terms And Conditions Provided In This Rfq. The Contract Shall Be Awared To The Supplier With The Lowest And Responsive Quotation. The Following Documents Are Required To Be Submitted Along With The Quotations/proposal: 1. Mayor's/business Permit 2. Philgeps Certificate Of Registration 3. Omnibus Sworn Statement Open Quotations May Be Submitted, Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Queries, Your May Contact Us At (055) 500-2342 Or Email Address At Pgnsbac1 @gmail.com / Bac.alternative@outlook.com. Dr. Jose Luis A. Acompañado Bac Chairman Rfq No.: 25-04-0126 Pgns-bac-005-fm Rev.00 1 Of 6 Effectivity Date: July 17, 2023 After Having Carefully Ead And Accepted The Terms And Conditions, I/we Submit My/our Quotation/s For The Items As Follows: Rfq No.: 25-04-0126 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 1 2 Units • Unicare Patient Monitor (f8) 3,500.00 7,000.00 2 2 Units • Mindray Anesthesia Machine (wato Ex-20) 13,000.00 26,000.00 3 1 Units • Mindray Beneheart D3 9,000.00 9,000.00 4 2 Unit • Portable Electric Suction Apparatus (dfx - 23b) 900.00 1,800.00 5 1 Units • Medline Vac-assist Suction Unit 900.00 900.00 6 1 Unit • Medi Infusion Pump (znb-xk) 2,000.00 2,000.00 7 1 Units • Votem Patient Monitor Vp-1200 3,500.00 3,500.00 8 2 Unit • Weighing Scale 750.00 1,500.00 9 1 Unit • Welch Allyn Bp Apparatus 500.00 500.00 10 1 Unit • Topcare Bp Apparatus 750.00 750.00 11 1 Units • Byond High Flow Heated Respiratory Humidifier (hf8) 4,000.00 4,000.00 12 1 Units • Accuro Pulse Oximeter 2,000.00 2,000.00 13 1 Units • Devilbiss Nebulizer (5650p) 1,000.00 1,000.00 14 1 Units • Edan Electrocardiograph (se 1200 Express) 3,500.00 3,500.00 15 1 Units • Mindray Beneheart D3 9,000.00 9,000.00 16 3 Units • Welch Allyn Bp Apparatus 500.00 1,500.00 17 1 Unit • Topcare Bp Apparatus 500.00 500.00 18 1 Units • Votem Patient Monitor Vp-1200 3,500.00 3,500.00 19 2 Units • Owgels Oxygen Concentrator (oz-5-01gw0) 4,000.00 8,000.00 20 1 Units • Shimadzu R/f Imaging System (ed125l) 30,000.00 30,000.00 21 1 Units • Mindray Mobile Digital Radiographic X-ray System 30,000.00 30,000.00 22 1 Units • Siemens Mobile Digital Radiographic X-ray System 30,000.00 30,000.00 23 1 Units • Skanmobile – 230 Mobile X-ray 30,000.00 30,000.00 Preventive Maintenance And Calibration Services Of Medical And Non-medical Equipment Of As Follows: Operating Room Out Patient Department Emergency Room Radiology Department General Instructions: (1) Accomplish The Rfq Completely And Accurately. (2) Alteration Of This Form In Any Way Is Not Allowed. (3) Failure To Comply With Any Of The Technical Specifications Required Will Disqualify Your Quotation. (4) Failure To Follow These Instructions Will Disqualify Your Quotation. Pgns-bac-005-fm Rev.00 2 Of 6 Effectivity Date: July 17, 2023 Rfq No.: 25-04-0126 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 24 1 Units • Ge Ultrasound Machine 15,000.00 15,000.00 25 1 Units • Infant Incubator (yp-970) 3,000.00 3,000.00 26 2 Units • Infu Volumetric Infusion Pump 2,000.00 4,000.00 27 1 Units • Medicpro Volumetric Infusion Pump 2,000.00 2,000.00 28 1 Units • Bistos Neonatal Phototherapy Unit Bt-4000 3,000.00 3,000.00 29 1 Units • Disonmed Infant Radiant Warmer (bn-100) 3,000.00 3,000.00 30 1 Units • Owgels Oxygen Concentrator (oz-5-01gw0) 4,000.00 4,000.00 31 2 Units • Bistos Infant Incubator (bt-500) 3,000.00 6,000.00 32 1 Units • Medcaptain Infusion Pump Hp 60 2,000.00 2,000.00 33 1 Unit • Philips Cardiac Monitor (g40e) 3,500.00 3,500.00 34 2 Units • Doctors Friend Portable Suction Df-7600 900.00 1,800.00 35 1 Unit • Nellcor Pulse Oximeter 2,000.00 2,000.00 36 1 Unit • Weighing Scale 750.00 750.00 37 2 Units • Ventilator 1700 Meditec 13,000.00 26,000.00 38 3 Units • Hunan Beyond Medical Technology Hf8 High Flow Nasal Cannula 4,000.00 12,000.00 39 1 Units • Votem Patient Monitor Vp-1200 3,500.00 3,500.00 40 1 Units • Doctors Friend Portable Suction Df-7600 900.00 900.00 41 2 Units • Welch Allyn Bp Apparatus 500.00 1,000.00 42 2 Units • Votem Patient Monitor Vp-1200 3,500.00 7,000.00 43 1 Units • Welch Allyn Bp Apparatus 500.00 500.00 44 1 Units • Infu Volumetric Infusion Pump 2,000.00 2,000.00 45 1 Units • Nebulizer 1,000.00 1,000.00 46 1 Unit • Bp Apparatus 500.00 500.00 47 1 Units • Welch Allyn Bp Apparatus 500.00 500.00 48 1 Units • Weighing Scale 750.00 750.00 49 2 Unit • Dental Chair W/ Compressor 3,000.00 6,000.00 50 1 Unit • Autoclave 3,000.00 3,000.00 51 1 Unit • Dental X-ray Wall 30,000.00 30,000.00 54 1 Units • Agglutnation Viewer 1,000.00 1,000.00 55 1 Units • Analytical Balance 800.00 800.00 56 2 Units • Autoclave, Vertical Table Top, 50l 3,000.00 6,000.00 Delivery Room/neo-natal Intensive Care Unit Bloodbank/clinical Lab/water Lab Intensive Care Unit Surgery Ward Medical Ward Private Ward Ob Ward Dental Clinic Pgns-bac-005-fm Rev.00 3 Of 6 Effectivity Date: July 17, 2023 Rfq No.: 25-04-0126 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 57 2 Units • Autoclave, Vertical Table Top, 80l 3,000.00 6,000.00 58 1 Units • Automoted Bacterial Incubator 3,000.00 3,000.00 59 2 Units • Automated Reagent Dipenser 3,000.00 6,000.00 60 1 Units • Automated Tissue Processor 3,000.00 3,000.00 61 2 Units • Bacterial Incubator 3,000.00 6,000.00 62 2 Units • Biological Safety Cabinet Class Iia 15,000.00 30,000.00 63 1 Units • Biosafety Cabinet Laminar Flow 15,000.00 15,000.00 64 1 Units • Blood Pressure Apparatus, Digital 500.00 500.00 65 1 Units • Blood Pressure Apparatus, Aneroid W/ Stethoscope 500.00 500.00 66 3 Units • Chemistry Analyzer, Fully Automated 6,000.00 18,000.00 67 2 Units • Coagulation Studies Machine 6,000.00 12,000.00 68 1 Units • Colony Counter 6,000.00 6,000.00 69 12 Units • Digital (rm/ref) Thermometer 1,000.00 12,000.00 70 3 Units • Dry Oven 3,000.00 9,000.00 71 3 Units • Electrolyte Machine 6,000.00 18,000.00 72 1 Units • Elisa Machine Set (reader, Washer & Incubator) 10,000.00 10,000.00 73 2 Units • Floatation Bath 6,000.00 12,000.00 74 1 Units • Genxpert Xdr Machine 6,000.00 6,000.00 75 2 Units • Hematocrit Centrifuge 2,000.00 4,000.00 76 1 Units • Hematology Analyzer, 5-part With Autoloader 7,000.00 7,000.00 77 4 Units • Hematology Analyzer, 5-part Without Autoloader 7,000.00 28,000.00 78 4 Units • Immunology Analyzer, Cartridge 6,000.00 24,000.00 79 1 Units • Magnetic Stirrer 2,000.00 2,000.00 80 4 Units • Microscope 1,000.00 4,000.00 81 2 Units • Nonmercurial Room Thermometer 1,000.00 2,000.00 82 1 Units • Plasma Separator 1,000.00 1,000.00 83 1 Units • Plasma Thawer 3,000.00 3,000.00 84 1 Units • Platelet Agitator 1,000.00 1,000.00 85 1 Units • Refrigerated Centrifuge 3,500.00 3,500.00 86 1 Units • Bloodbank Refrigerator, 30 Unit Cap. 2,500.00 2,500.00 87 2 Units • Bloodbank Refrigerator, 80-120 Unit Cap. 2,500.00 5,000.00 88 2 Units • Biomedical/pharmaceutical Refrigerator 2,500.00 5,000.00 89 1 Units • Tube Sealer 1,000.00 1,000.00 90 2 Units • Ultralow Freezer 3,000.00 6,000.00 91 1 Units • Vortex Mixer 2,000.00 2,000.00 92 1 Units • Waterbath 3,000.00 3,000.00 93 1 Units • Rayto Rt-a29 3,000.00 3,000.00 94 1 Units • Weighing Scale 800.00 800.00 95 2 Units • Digital Thermo - Hygrometer 2,500.00 5,000.00 Pharmacy Pgns-bac-005-fm Rev.00 4 Of 6 Effectivity Date: July 17, 2023 Rfq No.: 25-04-0126 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 96 1 Units • Pharma Ref 6,000.00 6,000.00 97 2 Units • Cardiac Monitor 98 3 Units • Infusion Pump 99 2 Units • Weighing Scale 100 2 Units • Bp Apparatus Dialysis 3,500.00 2,000.00 750.00 800.00 7,000.00 6,000.00 1,500.00 1,600.00 Ambulance Equipment 101 2 Units • Suction Machine 900.00 1,800.00 102 1 Units • Defibrillator Machine 103 2 Units • Automated Defibrallator Machine Total Remarks: Mailyn Balleta Canvasser Pgns-bac-005-fm Rev.00 9,000.00 5,000.00 5 Of 6 9,000.00 10,000.00 687,150.00 Proprietor/authorize Representative (signature Over Printed Name) Effectivity Date: July 17, 2023 Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information As Required In This Form. 2. The Price Quotation/s Shall Be Valid For A Period Of 60 Calendar Days From The Date Of Submission. 3. The Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 4. All Quotations Which Exceeds The Approved Budget For The Contract Shall Be Rejected. 5. The Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 6. Any Alterations, Interlineations, Or Overwriting Shall Not Be Allowed Including The Terms And Conditions Of Rfq. 7. The Service Shall Be Performed By The Supplier On The Activity Date Specified By The End-user In The Purchase Request. 8. The Provincial Government Of Northern Samar Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. 9. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Pgns 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 That The Pgns May Take. Pgns-bac-005-fm Rev.00 6 Of 6 Rfq No.: 25-04-0126 Effectivity Date: July 17, 2023
Mindanao State University Tender
Healthcare and Medicine
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 531.6 K (USD 9.2 K)
Details: Description The Western Mindanao State University, Through Its Bids And Awards Committee (bac), Is Inviting Philgeps Registered Suppliers To Apply For Eligibility And To Submit Bids For The Item Mentioned Hereunder: 1.) Two (2) Set Of Dental Surgery Set Must Include The Following: Upper Incisor (150) Upper Roots (65) Upper Molar Left (18l) Upper Molar Left And Right (210) Lower Incisors Pm (203m) Lower Roots (44m) Lower Molar (16) Lower Molar (17m) Molt, Buser, Mead Prichard & Currette Scalper & Scissor Hemostatic Forceps Allis & Tissue Forceps Mallet & Chisel Adison, Min, Russia Kelly Needle Holder Bone Rongeur & File Barbed Elevators Cryer Elevators Miller Elevator Crane Elevator Apex Elevator Lsr Instrument Carrying Organizer Dental. Abc: Php 99,998.00 2.) Three (3) Pcs Of Bag Valve Mask (ambu Bag) Specifications: Adult-sized, With Size 5 Mask, Semi-transparent, Silicone, Manual Resuscitator Bag Compatible With Size 5 Face Mask, Connector/oxygen Tubing, And Reservoir Bag, Tidal Volume: Approximately 1500 Ml, Latex Free, Individually Packed, Autoclavable, Iso Certified Medical Abc: Php 11,100.00 3.) Five (5) Set Of Blood Pressure Apparatus, Manual Specification: Aneroid Sphygmomanometer With Stethoscope With Storage Case, Iso Certified Medical. Abc: Php 9,000.00 4.) Five (5) Unit Of Blood Pressure Monitor, Automatic/electronic Specification: Unit Must Contain: Bp Device, 24-48 Cm Cuff, Charger/adaptor, Storage Case, And User Manual, Led Screen Shows Systolic And Diastolic Blood Pressure With Pulse Rate, Iso Certified Medical. Abc: Php 15,000.00 5.) Five (5) Unit Of Glucometer Rechargeable With Locally Available Strips, Iso Certified Medical. Abc: Php 12,500.00 6.) Two (2) Cylinder Of Medical Oxygen Tank 50 Lbs, Steel Or Aluminum Cylinder Tank Medical. Abc: Php 20,000.00 7.) Three (3) Unit Of Nebulizer Machine Specifications: Includes Compressor, Nebulizing Kit, Air Tube, Mask (adult & Pediatric), Air Filter, And Mouthpiece Medical. Abc: Php 7,500.00 8.) Eleven (11) Pcs Of Pulse Oximeter, Rechargeable Medical. Abc: Php 3,300.00 9.) Five (5) Pcs Of Thermal Gun/scanner Infrared Battery-operated Medical. Abc: Php 10,000.00 10.) Three (3) Unit Of Fogger/fumigation Machine Fuel (in Sealed Bottles/gallons) Medical. Abc: Php 10,500.00 11.) Three (3) Bottle/gallon Of Fogging/fumigation Biocide/insecticide Solution (in Sealed Bottles/gallons) Medical Abc: Php 10,500.00 12.) Ten (10) Pcs Of Thermometer Auxillary Digital Thermometer, Battery-operated Medical. Abc: Php 1,000.00 13.) Ten (10) Pcs Of First Aid Padded Splint Roll 11 X 46 Cm Material: Polymer Foam With Interlayer Of Malleable And Cuttable Aluminum Plates Medical. Abc: Php 6,000.00 14.) Five (5) Pcs Of First Aid Padded Splint Roll 11 X 92 Cm Material: Polymer Foam With Interlayer Of Malleable And Cuttable Aluminum Plates Medical Abc: Php 3,000.00 15.) Fifty (50) Pcs Of Medical Arm Sling Extra Large, Washable, Suitable For 40-50 Cm Forearm Length, Individually Packed Medical. Abc: Php 7,500.00 16.) Fifty (50) Pcs Of Medical Arm Sling Large, Washable, Suitable For 40-50 Cm Forearm Length, Individually Packed Medical. Abc: Php 7,500.00 17.) Fifty (50) Pcs Of Medical Arm Sling Medium, Washable, Suitable For 35-45 Cm Forearm Length, Individually Packed Medical. Abc: Php 7,500.00 18.) Fifty (50) Box Of Antiseptic Adhesive Bandage Strips At Least 1.9 Cm In Width And 7.0 Cm In Length 50 Strips/box, Consists Of Perforated, Adhesive Bantam Plastic, Color: White/brown, Medicated With Acrinol Fda-approved Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 8,750.00 19.) Ten (10) Box Of Antiseptic Adhesive Plasters, Extra Large 2 X 4.5 Inches, Consists Of Waterproof Material, 10-30 Pads/box, Color: Transparent/white/brown, Medicated With Acrinol, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 18,000.00 20.) Seventy-five (75) Pcs Of Medical Elastic Bandage 3 Inches X 5 Yards Polyester/rubber Thread With Metal Clip Closure, Open Weave Design Fda-approved, Year Manufactured: 2022 Or Later Medical Abc: Php 6,000.00 21.) Seventy-five (75) Pcs Of Medical Elastic Bandage 3 Inches X 5 Yards Polyester/rubber Thread With Metal Clip Closure, Open Weave Design, Fda-approved, Year Manufactured: 2022 Or Later Medical. Abc: Php 6,000.00 22.) Seventy-five (75) Pcs Of Medical Elastic Bandage 2 Inches X 5 Yards, Polyester/rubber Thread With Metal Clip Closure, Open Weave Design, Fda-approved, Year Manufactured: 2022 Or Later Medical. Abc: Php 6,000.00 23.) One Hundred (100) Pack Of Adhesive Cooling Gel Sheet 5 X 13 Cm/sheet, 2 Sheets/pack, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 25,000.00 24.) Twenty (20) Box Of Medical Examination Gloves Medium, Powder-free, Nitrile (blue), 100 Pcs/box, Fda-approved Expiration At Least 2 Years From Date Of Delivery Dental. Abc: Php 6,500.00 25.) Ten (10) Box Of Medical Examination Gloves Size 7, Powder-free, Nitrile (blue), 100 Pcs/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 5,000.00 26.) Ten (10) Box Of Medical Examination Gloves Size 8, Powder-free, Nitrile (blue), 100 Pcs/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 5,000.00 27.) One Hundred (100) Pcs Of Medical Syringe 1 Ml (tuberculin Syringe) Sterile, Single-use, Individually Packed, Needle: 25-27 G, 0.5 Inch, Fda-approved Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 1,500.00 28.) One Hundred (100) Pcs Of Medical Syringe 5 Ml, Sterile, Single-use, Individually Packed, Needle: 25-27 G, 0.5 Inch, Fda-approved Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 1,500.00 29.) Sixty (60) Roll/pc Of Gauze 3" X 3", 8 Ply, Fda-approved Expiration At Least 2 Years From Date Of Delivery Dental. Abc: Php 9,000.00 30.) Twenty (20) Box Of Sterile Gauze Pads 4"x 4" At Least 8-ply, 40's, 28 X 24 Mesh, Individually Packed, 100 Pack/box, Fda-approved Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 10,000.00 31.) One (1) Box Of Sterile Gloves Size 7, Material: Latex Or Nitrile, Individually Sealed, 1 Pair/pack, 50 Pack/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 900.00 32.) Two (2) Box Of Sterile Gloves Size 7.5, Material: Latex Or Nitrile, Individually Sealed, 1 Pair/pack, 50 Pack/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 1,800.00 33.) Two (2) Box Of Sterile Gloves Size 8, Material: Latex Or Nitrile, Individually Sealed, 1 Pair/pack, 50 Pack/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 1,800.00 34.) Thirty (30) Pack Of Sterile Wound Closure Strips 6 Mm X 100 Mm, 5 Strips Per Pack, Material: Sterile, Breathable Adhesive Strip Reinforced With Polymer/rayon Filaments, For Strong, Closure Of Incisions And Skin Lacerations, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 27,000.00 35.) Fifteen (15) Box Of Surgical Face Masks Disposable, 3-ply, 100 Pieces/box, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 7,500.00 36.) Twenty (20) Box Of Face Mask, 3 Ply, 100 Pcs/box Dental. Abc: Php 4,000.00 37.) Seventy-five (75) Roll Of Surgical Tape 9 M/roll, Material: Transpore Polyethylene, Width: 1 Inch, Length: 9 Meters/roll, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 7,500.00 38.) Two (2) Box Of Sterile Surgical Suture 4-0 Chromic Catgut, 1/2 Circle Curved Cutting 26 Mm, Individually Packed, 12 Pcs/box Dental. Abc: Php 1,400.00 39.) Two Hundred (200) Pcs Of Tongue Depressor 5-7 Inches In Length, Wooden, Single Use, Individually Packed, Fda-approved Medical. Abc: Php 2,000.00 40.) Twenty (20) Bag Of Warm/cold Compress Bag Reusable/washable Medical. Abc: Php 5,000.00 41.) Ten (10) Gallon Of Glutaraldehyde Soaking Solution Dental. Abc: Php 20,000.00 42.) Thirty (30) Container Of Double-tipped Cotton Buds Plastic Tube 2.5 Inches In Length, 100 Buds/container, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical Abc: Php 3,000.00 43.) One Hundred Twenty (120) Bottle Of Rubbing Alcohol (in Sealed Bottles), 500 Ml/bottle, 70% Isopropyl Alcohol With Moisturizer, Hypoallergenic, Dermatologist-tested, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical - 50 Dental - 70 Abc: Php 14,400.00 44.) Twenty-five (25) Bottle Of Liquid Hand Soap (with Moisturizer), 400-500 Ml/bottle, In Dispenser Pump Bottle, Dermatologist-tested, Hypoallergenic, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical - 15 Dental - Abc: Php 3,750.00 45.) Thirty (30) Pcs Of Hypoallergenic And Unscented Soap, Original, White Color Dental. Abc: Php 1,800.00 46.) Ten (10) Packs Of Medical Cotton Balls 150 Balls/pack, Fda-approved, Expiration At Least 2 Years From Date Of Delivery Medical. Abc: Php 750.00 47.) One Hundred (100) Pack Of Cotton Balls 500gms/pack Dental. Abc: Php 22,800.00 48.) Fifty (50) Pack Of Toothbrush For Adult Gentle Bristles 30 Pcs/pack Dental. Abc: Php 9,000.00 49.) Fifty (50) Pcs Of Toothbrush For Kids Gentle Bristles 30 Pcs/pack Dental. Abc: Php 9,000.00 50.) Five (5) Box Of Toothpaste Sachet, Triple Pack, 144 Sachet/box Dental. Abc: Php 3,250.00 51.) Ten (10) Tube Of Toothpaste Tube 170 Ml/tube Dental. Abc: Php 2,000.00 52.) Thirty (30) Pack Of Waxed Dental Floss 50 Yards Dental. Abc: Php 3,750.00 53.) Thirty (30) Bottle Of Oral Antiseptic Solution 50 Ml/bot Dental. Abc: Php 3,900.00 54.) Thirty (30) Bottle Of Oral Mouthwash 250ml/bottle Dental. Abc: Php 9,000.00 55.) Six (6) Piece Of Self Aspirating Syringe 1.8 Ml. Abc: Php 16,218.00 The Criteria To Be Used For The Eligibility Check Of The Prospective Bidders, Examination And Evaluation Of Bids, Post Qualification And All Matters Relevant To This Procurement Shall Be In Accordance With Republic Act No. 9184 (the Government Procurement Act) And Its Implementing Rules And Regulations. Interested Bidders May Obtain Further Information From Wmsu Bac Secretariat Regarding The Checklist Of Eligibility And Technical Requirements. Important Notice For Bidders: 1. Bidding Papers May Be Acquired Starting March 5 To March 12, 2025 Monday To Friday 8:00am To 5:00pm, From The Bac Office Or Download From Website (www.wmsu.edu.ph). The Western Mindanao State University Shall Allow The Bidder To Present Its Proof Of Payment For The Bidding Documents Fees Before The Submission Of Their Bids, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php.1,000.00). (please Attached The Machine Copy Of The Official Receipt) 2. All Bidders Are Required To Post A Bid Security, At Least Two (2%) Percent Of The Abc In The Form Of Cash, Cashier’s Check Or Manager’s Check Or May Submit Bid Securing Declaration. Bids Without Bid Security Will Not Be Considered. 3. The Bidder Shall Prepare An Original Of The Eligibility Documents & Technical Components And Original Of Financial Proposal And Clearly Mark Each “original – Eligibility Documents And Technical Components”, And “original – Financial Proposal”, Respectively. Bidders Shall Submit One (1) Set Of The First And Second Components Of Its Bid. State The Unit Price Of Each Item And The Total Bid Price And Also State The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative In A Sealed Envelope. 4. Bid Submission Will Be On Or Before March 12, 2025 9:30 Am Through Manual Submission. 5. Bid Opening Shall Be On March 12, 2025 9:30 Am At Bac Office, 2nd Floor Administration Building, Wmsu, Zamboanga City, Philippines, 7000. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 6. Price Validity Shall Be For A Period Of 120 Calendar Days. 7. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 8. Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials. One (1) Year For Equipment, From Date Of Acceptance By Western Mindanao State University. 9. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Western Mindanao State University Reserves The Right To Reject Any Or All Bids And To Accept The Bid Most Advantageous To The Government, And To Award The Contract By Lot, If Warranted.
Department Of Education Division Of Tangub City Tender
Machinery and Tools
Philippines
Closing Date11 Jun 2025
Tender AmountPHP 235.2 K (USD 4.2 K)
Details: Description 1. The Deped, Division Of Tangub City, Through The General Appropriations Act Fy 2025 Intends To Apply The Sum Of Two Hundred Thirty-five Thousand Two Hundred Thirty-eight Pesos And Fifteen Centavos (p 235,238.15) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools With Identification Number Tvl-pb-2025-05-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Stock/ Property No. Unit Item Description Quantity Total Abc Lot 1. Maquilao Integrated School (shielded Metal Arc Welding Nc Ii) P 235,238.15 1 Piece Anvil 1.type: Forging Type 2.body Shape: Rectangular With Horn 3.material: Cast Iron 4.anvil Face Dimension: 5-1/2" X 2" 5.horn Length: 3-1/2" 6.height: 4" 7.weight: 9 Lbs 2 2 Piece Apron, Leather 1.type: Longer Bib Style With Single Pocket In Front 2.material: Plain Leather 3.size: 400mm Width X 1027mm Length (approx.) Furnished With Metal Grommets And Leather Ties With Steel-staple Reinforcement At Stress Points 12 3 Piece Brush, Steel 1.material: Steel Wire 2.handle: Wood 3.brush Length: 5 Inches 4.over-all Length: 10 Inches 5.bristle Length: 1 Inch (minimum) 12 4 Piece Disc Grinder, Portable, Electric 1.type: Angle Grinder 2.material: Plastic Body 3.rated Input Power: 900w 4.disc Diameter: 100mm, 100mm(4") 5.rated Voltage: 220v-240v 6.no-load Speed: 12000 Rpm 7. Package Includes: (1) 4-1/2 In. Angle Grinder, (1) Grinding Wheel Guard, (1) Auxilliary Handle, (1) Inner (clamping) Flange, (1) Outer (round Nut) Flange, (1) Spanner Wrench, (1) 4 In. Abrasive Grinding Wheel With Plastic Storage Box With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safely Procedure, And Maintenance; Warranty Period Of 1 Year; 5 5 Piece Fan, Exhaust 1.frame Material: Steel 2.voltage: 220 V Ac; 3.airflow: 45000 Cubic Meter/hour; With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safely Procedure, And Maintenance; Warranty Period Of 1 Year; 1 6 Piece Fan, Industrial 1.type: 3 Speed Control Industrial High Speed Pedestal Stand Fan 2.material: Metal 3.power Source: Electric 4.power (w): 100w 5.voltage (v): 220v 6.size: 20 X 26 X 30 Inch 7.air Volume: 7000~16200 M3/h 8.speed: 1350 Rpm 9.motor Type: Ac Copper Motor 10.blade: 3 Alumimium Blades With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance; Warranty Period Of 1 Year; 1 7 Piece Gas Cutting Machine, Automatic 1.type: Automatic Cutting Torch; 2.body Shape: Rectangular; 3.material: Steel; 4.fuel: Gas Type Oxy-acetylene; 5.diameter Of Circular Cutting: 200mm (minimum); 6.linear Cutting Length: 1.8 Meters (minimum); 7.cutting Thickness: 3mm To 50 Mm; 8.cutting Speed: 200 To 700 Mm/min; 9.power Supply: 230 Vac/12 Vdc; 10.total Length: 500mm; 11.includes Oxygen And Acetylene Gas Regulators, T-grade Oxygen And Acetylene Hoses (20 To 25 Feet); 12. With Flashback Arrestor; 13. Packaging: Carton Box; 14. English User's Manual That Contains: Operation Guide, Maintenance/troubleshooting Guide, Safety Guide And List Of Parts. 1 8 Piece Gauge, Fillet 1.type: Fillet Weld Gauge 2.material: Stainless Steel Blades, Polished 3.fillet Weld Sizes: 1/8 Inch Through 1 Inch 4.gauges Has Inch And Metric Readings 5.size: 4-1/2 Inches X 2 Inches 6.includes Plastic Carrying Case 2 9 Piece Gloves, Leather, Long 1.type: Flexible Leather Welder's Gloves 2.material: Soft, Pliable Leather 3.with Spark Protector Patch Covering Back, Thumb Patch, Index Finger Patch, Thumb Strap And Chrome-leather Gauntlet Cuff 4.over-all Length: 13 Inches 5.sizes: Xs= 5.5"-6.5" - 2 Pairs, S= 6.6"-7.5" - 2 Pairs, M= 7.5"-8.5" - 4 Pairs, L= 8.5"-9.5" - 2 Pairs, Xl= 9.5"-10.5" - 2 Pairs 6. Comes With A Vinyl Storage Pouch 12 10 Piece Goggles, Oxy-acetylene 1.type: Flip-up Welders Glasses 2.lens: Shaded Rating #5 3.clear Lenses Underneath Plus Integral Top And Opaque Side Shields 4.conforms To Ansi Standard Z87.1 Permanently Marked On The Lense Or Goggles 5.clear Lens Size: 52mm (minimum) 6.shaded Lens: 50mm (minimum) 7.packed In A Plastic Pouch 2 11 Piece Goggles, Safety 1.safety Goggles; 2.clear Polycarbonate - One Piece Lens With 180 Panoramic View, Non-fog; 3.size/dimension: L:17 To 18.5 Cm X W:8 Cm X D:5 To 7.5 Cm; 4.high Impact Resistant, Ansi "z87" Compliant; 5.firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust; 6.adjustable Head Strap; 7.shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. 2 12 Piece Grinding Machine, Bench, Pedestal 1.type: Bench Type / Pedestal 2.material: Steel, Rubber, And Hard Plastic 3.rated Voltage: 220/240 Volts, Ac 4.power In Watts: 550 Watts (minimum) 5.frequency: 60 Hertz 6.rated Speed: 11,000 Rpm (minimum) 7.grinding Stone Diameter: 6 Inches With Grinding Wheel Guard; Comes With 1.5 Meters Power Cord With Molded Male Plug; 8.comes With Spanner Wrench, Chuck Key, 360 Degrees Auxiliary Handle, Inner Flange And Lock Nut; 9.with English User's Manual That Contains: Operation Guide, Maintenance/troubleshooting Guide, Safety Guide And List Of Parts; 10.warranty Period For Parts And Service: 1 Year. 1 13 Piece Hacksaw, Power 1.type: Horizontal; 2.material: Cast Steel; 3.main Motor: 1hp, 220 Volts; 4.single Phase; 5.blade Size: 350mm X 32mm X 1.6mm; 6.cutting Capacity Square H: 190mm (minimum); 7.cutting Capacity Square W: 200mm (minmum); 8.maximum Swivel Degree: 45/90 Degrees; 9.recirculating Coolant Control With Coolant; 10.fully Adjustable Material Length Stop; 11.material Support Stand; 12.power Saw Blade Ready For Cutting; 13.complete With A Set Of Required Tools And Toolbox; 14.with User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. 1 14 Set Hammer, Ball Peen, 12 Oz. 1.type: Ball Face; 2.material: High Carbon Steel 3.handle Material: Hard Wood With Natural Color 4.head Weight: 12 Oz. (etched/engraved On The Head) 5.overall Length: 10 Inches (minimum) 6.fully Polished Head 8 15 Piece Hammer, Chipping 1.head Type: Chisel And Cone 2.material: Forged Steel Head 3.handle: Hardwood 4.head Length: 7 3/4" 5.12 Inches Overall Length 6.comes With A Vinyl Storage Pouch 12 16 Piece Hand File, Bastard Cut 1.material: High Carbon Steel 2.type: Bastard Cut, Double Cut On Both Sides And Single Cut On Both Edges 3.slightly Tapered In Width And Thickness 4.length: 12 Inches 5.size: 1 5/32 Inch. W X 9/32 Inch. T 6.furnished With Plastic Handle 10 17 Piece Hand File, Half Round 1.material: High Carbon Steel 2.type: Half Round File, Bastard Cut, Double Cut On Back 3.over-all Length: 12 Inches 4.size: 1-1/8 Inches W X 11/32 Inches T 5.furnished With Plastic Handle 10 18 Piece Head Shield / Helmet 1.visor Type: Auto Darkening, Shading #4 2.color: Black 3.adjustable Ratcheted Headband With Quality Foam Head-strap 4.battery Type: Lithium (included) 5.viewing Area: 3.7 X 1.73 Inch (minimum) Light Shade: Din4 6.dark State: Din9-13 7.din4 And Din 9-13 Should Be Permanently Marked On The Welding Mask Or Its Equivalent 8.delay Time Setting: (slow/fast): 0.2s - 0.8s 9.uv Penetration: <0.003 @ 313mm - 365mm 10.ir Penetration: <0.027 @ 780mm-1300mm / <0.085 @1300mm - 2000mm 11.comes With A Vinyl Storage Pouch 12.with User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. 13.warranty Period Of 1 Year. 12 19 Piece Plier / Tong 1.material: Forged Steel With A Black Painted Finished 2.type: Single Pick Up Tongs 3.lip Size: 3/8 Inch Thick X 7/8 Inch Wide (minimum) 4.over-all Length: 16 Inches (minimum) 5.jaw Length: 3-3/4 Inches (minimum) 12 20 Set Steel Square 300mm. Long 1.type: Metric 2.body Shape: L-shape 3.blade Material: Stainless Steel 4.blade Length: 300mm Graduation: 1mm 5.blade Width: 30mm (minimum) 6.blade Thickness: 1mm (minimum) 7.handle Length: 150mm (minimum) 8.graduation Are Marked Permanently 9.numbers And Graduations Are Engraved And Filled With Black Or Red Color 10.packed In A Plastic Pouch. 12 21 Piece Try Square, 300mm Long 1.blade Material: Aluminum, Machined & Parallel 2.blade Length: 300mm 3.blade Width: 30mm (minimum) 4.blade Thickness: 1mm (minimum) 5.handle Length: 124mm (minimum) 6.graduation Are Marked Permanently In Metric And English Scale 7.numbers And Graduations Are Cut And Filled With Black Or Red Color 8.packed In A Plastic Pouch. 12 22 Piece Welding Positioner 1.type: Rotary; 2.body Shape: Rectangular With Round Chuck; 3.material: Steel Input Voltage: 220v / 50hz; 4.load Capacity 0/90: 30kg (horizontal), 15kg (vertical); 5.table Diameter: 310mm (minimum) 6.worktable Height: 380 To 50mm; 7.worktable Speed: 1-15rpm; 8.table Turning Angle: 0-90; 9.rotary Motor: 80w; 10.central Hole Diameter: 25.4mm; 11.rotary Method: Manual Activation; 12. 200mm Diameter 3 Jaw Welding Chuck; 13.must Be Stable; 14.with Anti-slip Foot Switch; 15.with Time Controller Box; 16.furnished With Welding Torch Bracket; 17.with User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. 2 Total Abc P 235,238.15 2. The Deped, Division Of Tangub City Now Invites Bids For The Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools. 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 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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 Deped, Division Of Tangub City And Inspect The Bidding Documents At The Address Given Below During Office Hours (monday-friday From 8:00 Am-5:00 Pm). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 23, 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 Five Hundred Pesos (p 500.00), Deped, Division Cashier. Only Bidders Who Purchased The Bidding Documents Will Be Allowed To Submit Bids. Three (3) Sets (original, Copy 1, Copy 2) Of The Technical And Financial Documents Shall Be Submitted, In Hard Copies, On Or Before The Opening Of Bids Schedule. 6. The Deped, Division Of Tangub City Will Hold A Pre-bid Conference On May 30, 2025, 08:30 Am At Division Office Conference Hall 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 June 11, 2025 At 08:30 O’ Clock In The Morning. 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. Bid Opening Shall Be On June 11, 2025, 08:30 Am At The Division Office Conference Hall, Deped, Division Of Tangub City, Anecito Siete St., Mantic, Tangub City. Activity Date & Time Of Conduct Venue Pre-bid Conference May 30, 2025 08:30 Am Division Office Conference Hall, Deped, Division Of Tangub City, Tangub City Opening Of Bids June 11, 2025 08:30 Am 9. The Deped, Division Of Tangub City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Gina L. Mandawe Head, Bac Secretariat Deped, Division Of Tangub City, Anecito Siete St., Mantic, Tangub City 7214 (088) 530-5988 Depedtangub.bacsec@deped.gov.ph Https://tangub.deped.gov.ph/ Erlinda G. Dael, Phd., Cese Assistant Schools Division Superintendent Bac Chair
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date14 Apr 2025
Tender AmountRefer Documents
Description: Contact Information|4|n743.49|wvn|7176052147|benjamin.t.spangler.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
markings Level I/subsafe/dss-soc/triper|5||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|136|n/a|n/a|n39040 - Certifications|n/a|n
/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Benjamin.t.spangler.civ@us.navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
this Amendment Is Issued To Extend The Closing Date To 14apr2025.
\
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286.
3. The Following Proposed Delivery Schedule Applies:
submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract.
4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas).
5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000.
6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Beta.sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The Solicitation.
7. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf).
8. This Item Requires Oxygen Cleaning. See Local Textwsstermdz01 And Wsstermez01.
9. This Item Requires Oxygen Cleaning And Requires Navy Sourcecertification Prior To O2 Cleaning.
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
drawing Data=eb-4147 |96169| B|sp |d|0001 | B|49998|9999999
drawing Data=7284884 |53711| F| |d|0001 | F|49998|0125575
drawing Data=7284884 |53711| F| |d|0002 | F|49998|0133395
drawing Data=8544033 |53711| G| |d|0001 | G|49998|1215409
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-1330 | | |e |220516|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;a Parts Kit Consisting Of One Ball, Item 2 On Navsea Drawing 8544033 And Two Mating Seats, Piece 43 On Navsea Drawing 7284884, Except As Amplified Or Modified Herein.;
3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;ball - Item 2 Of Drawing 8544033;
material - ;sae Ams-qq-s-763, Class 304, Condition A;
part - ;seats - Piece 43 Of Drawing 7284884;
material - Torlon 4503, 4203, Or 4203l (unfilled Polyamide-imide) Per Electric Boat Specification 4147. (certificate Of Compliance Only Is Required)
3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As
listed Below.
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;ball - Item 2 On Drawing 8544033;
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
test - Non-destructive Tests
item - ;weld Repair And/or Production Weld (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
3.4 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General.
3.5 Chemours Company (formerly Dupont) Teflon Coating 850g-204 And 852g-201. Use Of Chemours Company (formerly Dupont) Teflon Coating 851n-204 And 852n-201 Is Acceptable Until Exhausted - Teflon Coating Of Ball(s) Must Be In Accordance With General Note ;6; Of
drawing ;8544033; .
3.5.1 Naval Ordnance Systems Command Od 10362 First Revision Dated 15 Aug 1961 Is Provided By Contract Support Library Reference Number Csd018 In Ecds At Https://register.nslc.navy.mil/
3.6 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On The
drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be
required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension.
3.7 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications,
or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be
submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.8 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.8.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.8.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.8.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change.
3.9 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.10 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.11 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.11.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^
3.12 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.13 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met.
3.13.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.13.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.13.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And
the Contract.
3.13.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.13.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.13.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.13.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.13.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.13.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.13.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.13.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified Thateach Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.13.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor,the Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.14 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.14.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.14.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.14.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.14.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.14.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.15 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.15.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices
and For Verification Of Their Accuracy And Condition.
3.15.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.16 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.17 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.17.1 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.17.2 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.17.3 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must
be Established. Records Of This Effort Must Be Available For Review By The Government.
3.17.4 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.18 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.18.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.18.2 Inspection For Completeness And Proper Type.
3.18.3 Verification Of Material Quality Received.
3.18.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.18.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.18.6 Identification And Protection From Improper Use Or Disposition.
3.18.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.18.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.18.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.19 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.19.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein.
3.20 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, As Applicable, Which Must Also Be Marked On The
material. This Traceability Marking On The Material Must Provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples
must Be Taken No Less Than Once In Every Eight Hours Of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The
finished Component.
3.20.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.20.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.20.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;balls Must Be Marked In The Airway And Seats To Be Marked On The Outer Cylindrical Surface.;
3.20.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size
scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats.
seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification.
3.20.5 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Item Identifying The Part
number, Piece Number, Traceability Number, And The Location Of The Permanent Mark.
3.21 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply:
3.21.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As
applicable, Of The Material Supplied.
3.21.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or
composition, As Applicable, Of The Material Supplied.
3.21.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical
composition Or Mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A
process Is Used During Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The
altered Material Must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties
are Altered, The Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking________________________________________________ (marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number _______________ And Heat Treat Number ______________________ (when Applicable)
_________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.)
3.21.4 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.21.5 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.21.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.22 Material Handling - The Written Material Control Process Must Include The Following:
3.22.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.22.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.22.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.22.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.22.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.22.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And
marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.23 Receiving Inspection
3.23.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.23.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.24 Discrepancy Reporting
3.24.1 Nonconforming Products Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To The Responsible Sub-tier
supplier In Accordance With Established Procedures. Nonconforming Material Records Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.25 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.25.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.25.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.25.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.25.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.25.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch.
3.26 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Jun 14 2012 - Changed To Eb Spec 4147 Properties
- Jun 05 2013 - Material Changed To Torlon 4503, 4203, Or 4203l (unfilled Polyamide-imide) Per Electric Boat Specification 4147. (certificate Of Compliance Only Is Required)
- Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed
- Oct 29 2010 - Added Sampling Std For Li In-process Testing
- Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock
- Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes
- Mar 30 2012 - Approved Dupont 850g-204 And 852g-201
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats
- Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Department Of Education Division Of Quezon Tender
Others
Philippines
Closing Date3 Jun 2025
Tender AmountPHP 998.4 K (USD 17.9 K)
Details: Description Bids And Awards Committee Rfq No. 2025-39-rfqs Date: May 27, 2025 Request For Quotation The Department Of Education, Division Of Quezon, Through Its Bids And Awards Committee (bac), Will Undertake An Alternative Method Of Procurement Through Small Value Procurement For The “supply Of Food, Venue And Accommodation For The Conduct Of Revised K To 12 Curriculum Phase 2 Implementation-expansion Of Core Training Faculty For Elementary Grades 2, 3, And 5” In Accordance With Section 53.9 Of The Implementing Rules And Regulations Of Republic Act No. 9184 Name Of Project : Supply Of Food, Venue And Accommodation For The Conduct Of Revised K To 12 Curriculum Phase 2 Implementation-expansion Of Core Training Faculty For Elementary Grades 2, 3, And 5 Approved Budget For The Contract : Nine Hundred Ninety Eight Thousand Four Hundred Pesos & 00/100 (php 998,400.00) Specifications : See Attached Annex “b” For The Technical Specifications Location : Talipan, Pagbilao, Quezon Delivery Term : 30 Cd Upon Receipt Of Purchase Order Interested Suppliers Are Required To Submit Their Valid And Current Mayor’s Permit, Income/business Tax Return (for Abcs Above Php500k), Philgeps Registration, Dti Or Sec Registration, Bir Certificate Of Registration And Original Notarized Omnibus Sworm Statement, And Original Special Power Of Attorney Of The Owner Or All Members Of The Joint Venture Giving Full Power And Authority To Its Officer Or Designated Person To Sign The Oss And Do Acts To Represent The Bidder, Upon Submission Of Quotation. Award Of Contract Shall Be Made To The Lowest Quotation, Which Complies With The Minimum Description As Stated Above And Other Tems And Conditions Stated In The Price Quotation Form. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If There Are Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative/s. Submission Of Quotation And Eligibility Documents Is On Or Before 10:00 A.m. Of June 3, 2025 At Deped, Division Of Quezon, Talipan, Pagbilao, Quezon. Please Submit Your Quotation In A Sealed Envelope Addressed To: Joepi F. Falqueza Bac Chairman Deped, Division Of Quezon Talipan, Pagbilao, Quezon You May Also Download The Quotation Form At Www.depedquezon.com.ph. For Inquiries, You May Contact Us At Tel. No. 042-784-0366 And Look For Hilariona E. Coronado. Very Truly Yours, Joepi F. Falqueza Bac Chairman Approved Budget For The Contract Project Description Item No. Item Description Unit Quantity Unit Cost (php) Total Cost (php) Supply Of Food, Venue And Accommodation For The Conduct Of Revised K To 12 Curriculum Phase 2 Implementation-expansion Of Core Training Faculty For Elementary Grades 2, 3, And 5 June 9-10 2025 June 9-10 2025 Day 1 June 9, 2025 Food/venue/accommodation Food: Breakfast, Am Snack, Lunch, Pm Snacks & Dinner Day 2 June 10, 2025 Food/venue Food: Breakfast, Am Snack, Lunch, Pm Snacks & Dinner Pax Pax 312 312 2,000.00 1,200.00 624,000.00 374,400.00 Grand Total 998,400.00 Annex “c” Price Quotation Form _______________________ Date The Bids And Awards Committee Deped, Division Of Quezon Talipan. Pagbilao, Quezon Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s, As Follows: Project Description Item No. Item Description Unit Quantity Unit Cost (php) Total Cost (php) Supply Of Food, Venue And Accommodation For The Conduct Of Revised K To 12 Curriculum Phase 2 Implementation-expansion Of Core Training Faculty For Elementary Grades 2, 3, And 5 June 9-10 2025 June 9-10 2025 Day 1 June 9, 2025 Food/venue/accommodation Food: Breakfast, Am Snack, Lunch, Pm Snacks & Dinner Day 2 June 10, 2025 Food/venue Food: Breakfast, Am Snack, Lunch, Pm Snacks & Dinner Pax Pax 312 312 Grand Total Total Amount In Words ____________________________________________________________________________________________________________________________________________________________________________________ _____________________________________ Signature Over Printed Name Of Bidder Annex “d ” Technical Specifications Bidders Must State Here Either “comply” Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Project Description Item No. Item Description Statement Of Compliance Supply Of Food, Venue And Accommodation For The Conduct Of Revised K To 12 Curriculum Phase 2 Implementation-expansion Of Core Training Faculty For Elementary Grades 2, 3, And 5 June 9-10 2025 June 9-10 2025 Day 1 June 9, 2025 Food/venue/accommodation Food: Breakfast, Am Snack, Lunch, Pm Snacks & Dinner Day 2 June 10, 2025 Food/venue Food: Breakfast, Am Snack, Lunch, Pm Snacks & Dinner Assisted Buffet • Breakfast – Rice , 2 Viands, Fresh Fruits , Bread And Butter And Coffee • Morning Snacks- Snacks And 250 Ml Drinks Or Juice • Lunch – Rice, Vegetables, 2 Viands, Soup, Dessert & 250 Ml Drinks • Afternoon Snacks- Snacks And 250 Ml Drinks Or Juice • Dinner – Rice, Vegetables, 2 Viands, Soup, Dessert & 250 Ml Drinks • Free Flowing Purified Water And Coffee • Flexibility Of Menu To Accommodate Guest With Preference In Food Due To Religious Belief And Health Conditions 2. Session Hall • Provision Of One (1) Plenary Hall • Provision Of 2 Overhead Projectors • Provision Of 2 Microphones • Provision Of One (1) 4x6 Tarpaulin • Fully Air-conditioned Halls And Rooms • With Reliable Internet Service • Provision Of Extra Extension Cords • Provision Of Eight (8) Break Out Session Rooms 3. Room Accommodation June 9-10 2025– 312 Pax • Fully Airconditioned Rooms • Provision Of Rooms For Participants Preferably 4-6 Pax In A Room For 1 Night • With Bottled Water And Individual Personal Kit (bath Towel, Toothpaste, Toothbrush, Shampoo, Bath Soap) For The Entire Duration Of The Event • Provision Of Two (2) Rooms For Facilitators Preferably 2 Pax Each In A Room For 1 Night Other Inclusions: • With Available Front Desk Personnel 24/7 • With Daily Supply Of Toiletries And Cleaning Of Rooms • With Facilities For Disabled Guest • With Clean Comfort Rooms And Continuous Water Supply • Provision Of Vehicle To Transport Guest To The Hospital In Case Of Emergencies • Provision Of Mini Clinic For Emergency Cases With Small Bed, Oxygen Tank And Wheel Chair • With Safe, Secured Premises And Wide Parking Area • With Electrical Generator System • Location Shall Be Within Lucena City. • Shall Be Held In A Single Compound That Can Accommodate The Total Number Of Participants ** And In Case The Service Provider Needs To Transfer The Participants To Another Venue/accommodation Due To Unforeseen Events, They Must Ensure The Following: 1) The Choice Of Venue/accommodation Must Still Follow The Details Required In The Contract; 2) Additional Cost, If Any, For The Transfer Of Accommodation To Other Hotel Will Be Shouldered By The Service Provider, Including The Shuttle Service To & From The Venue. I Hereby Certify To Comply With All The Above Technical Specifications. _______________________ _______________________________________ __________________ Name Of Bidder Signature Over Printed Name Of Representative Date Checklist Of Eligibility And Technical Documents For Submission Class “a” Documents 1. Legal Documents • Philgeps Registration • Mayor’s/business Permit • Dti Or Sec Registration • Bir Certificate Of Registration (line Of Business Shall Be Relevant To The Kind Of Goods Or Services To Be Supplied) • Income/business Tax Return (for Abcs Above 500k) 2. Technical Documents • Notarized Omnibus Sworn Statement • Authority Of The Signatory Class “b” Documents • Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of The 2016 Revised Irr, If Applicable Notes: 1. All Documents Must Be Prepared In Two (2) Sets Of Copies, One (1) Original Copy And One (1) Photocopy 2. The Proposal Shall Be Accompanied By The Aforementioned Documents, Otherwise, Non-submission Of Which Shall Result To Disqualification Of Proposal. 3. Documents Must Be Fastened To Avoid Missing Of Pages And Must Be Have Ear Tags For Easy Identification
5361-5370 of 5542 archived Tenders