Oxygen Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is For Market Research To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform Or Provide A Potential Requirement. The Responses Received From Interested Vendor Will Assist The Government In Determining The Appropriate Acquisition Method. The Department Of Veterans Affairs (va), Network Contracting Office 16 (nco 16) Is Seeking To Identify Potential Qualified Vendors Capable Of Providing The Requirement. This Requirement Is For The Veterans Health Care System Of The Ozarks (vhso) At 1100 N. College Ave Fayetteville, Ar 72703. The North American Industry Classification Code (naics) Is 334512 (automatic Environmental Control Manufacturing For Residential, Commercial, And Appliance Use), And Psc Code 4120 (air Conditioning Equipment), With A Size Standard Of 650 Employees. Requested Responses: All Responsible Vendors And Interested Parties Please Respond To This Source Sought Announcement If You Can Fulfill The Requirements. Responses To This Source Sought Shall Include The Following Information: 1. Your Company Name, Address, Contact Person Name, Phone Number, Fax Number, E-mail Address(s), Uei Number, Number Of Employees, And Company Website If Available. 2. If You Are An Gsa/fss Contract Holder Are The Referenced Items Available On Your Schedule/contract? Provide Your Company Gsa/fss Contract Number And Contract Expiration Date, If Applicable. 3. If You Are A Nasa Sewp V Contract Holder Are The Referenced Items Available On Your Schedule/contract? Provide Your Company Nasa Sewp V Contract Number, Contract Group, And Contract Expiration Date, If Applicable. 4. Is Your Company A Contract Holder On Any Other Federal Contract? If So, Please Provide The Contract Number. 5. Socio-economic Status Of Business Such As But Not Limited To (service-disabled Veteran Owned Small Businesses (sdvosb) Or Veteran Owned Small Businesses (vosb) Sdvosb/vosb, 8(a), Hub Zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hub Zone Business, Large Business, Etc.). 6. Is Your Company Considered Small Under The Naics Code Identified In This Source Sought Announcement? 7. Is Your Company The Manufacturer, Distributor, Or An Equivalent For The Products Being Offered? If An Authorized Distributor Or Equivalent, Can You Provide Documentation From The Manufacturer Confirming Authorization To Provide The Referenced Items And/or Products Being Offered? If Not, Can You Provide Additional Information Shown Below. This Is To Confirm Compliance With The Non-manufacturer Rule In Accordance With Title 13 Cfr 121.406(b) Nonmanufacturers. Does Your Company Exceed 500 Employees? Is Your Company Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied? Does Your Company Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice; And Will Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States Or Obtains A Waiver Of Such Requirement Pursuant To Title 13 Cfr 121.406 Paragraph (b)(5). 8. If Your Company Is A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). 9. What Is The Manufacturing Country Of Origin Of The Items And/or Products Being Offered? 10. Delivery Timeframe The Government Would Like To Know The Standard Delivery Time Frame For A Requirement Like This. 11. Provide Warranty Information For The Items And/or Products Being Requested? 12. Vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g., If Contracting Officer Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside). Please Note That If No Responses To This Notice Are Received, From Either Authorized Distributors Of The Cited Brand Name Nor From Manufacturers Marketing A Potentially Equivalent Brand (with Authorized Distributor Letter), Then This Action Will Be Sole Sourced To The Manufacturer. Contact Information And Response Due Date: Please Email All Responses To Caleb.parker@va.gov. Please Respond To This Source Sought Notice No Later Than 2:00 Pm Central 04-17-2025. Disclaimer: This Source Sought Is Issued Solely For Informational And Planning Purposes And Does Not Constitute A Solicitation. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Department Of Veterans Affairs To Form A Binding Contract. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Source Sought Notice. Statement Of Work (sow) Replace Building 4 Chiller Veterans Health Care System Of The Ozarks (vhso) Fayetteville, Arkansas Contractor Must Furnish All Management, Supervision, Labor, Material, Equipment, Tools, Supplies, Consumables, Parts, And Related Services, In Accordance With The Sow To Replace Existing Building 4 Air Cooled Chiller. Electronic Portable Document Format (.pdf) Copies Of Drawings And Specifications To This Work Will Be Furnished By Va Upon Contractor S Written Request To The Contracting Officer (co). Hard Copies Of Sow, Drawings, And Specifications Are The Contractor S Responsibility And Expense At No Additional Cost To The Government. Contractor Must Verify Existing And New Dimensions, Locations, And Quantities To Complete This Project Located On The Vhso Main Campus 1100 N. College Avenue, Fayetteville, Ar 72703. General Requirements: Any Provision Or Partial Provision Of The Contract, Including But Not Limited To, Drawings And Specifications That Is Not Consistent With This Sow Will Be Null And Void Only To The Extent Of The Inconsistency. All Other Provisions Or Partial Provisions Of The Contract, Including But Not Limited To, Drawings And Specifications, Must Remain In Full Force And Effect. Information Security: The Certification And Accreditation (c&a) Does Not Apply, A Security Accreditation Package Is Not Required. Contractor Must Have The Following Requirements Completed Within Ten (10) Business Days Of Contract Award: Osha 10 And 30 Certifications: Submit As A Minimum Osha 10 Certification To The Cor For Every Contractor Employee That Will Be Working On Vhso Property. Osha 10 Cards Are To Always Remain On The Employee S Person. Contractor Point Of Contract: Notify The Cor In Writing Of The Name, Phone Number, Email Address Of The Contractor Appointed Point Of Contact. The Designated Individual Must Have Full Authority To Act For The Contractor On All Matters Relating To Work Performance, To Receive, Accept And Sign For Any Notices, Inspection Reports And All Other Correspondence On Behalf Of The Contractor From The Cor And / Or Contracting Officer. This Individual Must Oversee The Contractor S Worksite Operations And Ensure All Work Is Performed In Accordance With All Contract Requirements Including Scheduling, Quality, And Safety. This Individual Must Be Always Available When Contract Work Is In Progress, And Must Respond To The Work Site As Directed By The Cor. The Contractor Or Their Designated Point Of Contact Must Return Phone Calls Or Text(s) To The Cor Within 1 Hour Of Contact And Must Return Emails From The Cor Within 24 Hours Of Contact. Period Of Performance: Fourteen (14) Calendar Days. Work Site Access: Contractor Must Perform All Work On A Weekend Starting On A Friday At 1700 Hours And Be Completed By Sunday At 1700 Hours. Cor Must Provide Final Dates That Work Will Be Performed. This Project Must Be Turn-key In Accordance With This Sow, Drawings, And Specifications To Be Complete And Working System(s). Vhso Facility Must Continue To Operate During The Contract Period Of Performance, Including But Not Limited To, The Mechanical And Electrical Systems. Vhso Operations Take Precedence Over Contractor Work At No Additional Cost To The Government. Contractor S Work Must Be Conducted With The Least Amount Of Disruption To The Vhso Facility. Contractor Must Provide All Submittals For Equipment And Materials With Proposal. Prior To The Start Of Job Site Activities, Together The Contractor And Cor Must Conduct A Site Survey To Identify And Review Specific Work And Differing Site Conditions. Contractor Materials, Equipment, Tools, Supplies, Consumables, And Parts Must Not Be Left Unattended Within A Common Work Area. When Working In Common Areas, There Must Be A Minimum Of Two (2) Contractor Employees Present To Ensure That Contractor Building Materials, Including But Not Limited To, Equipment, Tools, And Supplies Are Not Accessible To Others. Warranty: Contractor Must Guarantee Workmanship For A Period Of One (1) Year After Cor Written Acceptance Of Work. Contractor Must Furnish A Minimum Five (5) Years Parts Warranty On Equipment, Components, And Materials Furnished Plus Any Manufacturer S Warranty Greater Than One (1) Year. Emergency Service: Contractor Emergency Service Must Be Available 24 Hours Per Day. Contractor Must Respond On-site To Emergency Service Calls Within Two (2) Hours Of Notification. Contractor Must Have The Issue(s) Corrected Or A Plan In Place (awaiting Parts) Within Four (4) Hours Of Arrival At Job Site. Any Temporary Repairs Must Have Prior Written Approval By The Chief, Engineering Service Or Their Designated Representative. Qualifications Of Contractor: Contractor And/or Subcontractor Must Possess A State Issued Class A Hvac Contractor License And A State Issued Electrical Contractor License. Contractor And/or Subcontractor Must Have 5 Continuous Years Of Chiller Installation Experience In A Healthcare Environment Of The Same Size And Complexity As Vhso. Contractor And/or Subcontractor Shall Posses The Required Skills And Factory Support To Install, Operate, Program, And Update The Alerton Building Management System. No Vhso Support Will Be Provided. Scope Of Work: Contractor Must Ensure That All Work, Equipment, And Materials Are In Compliance With The 2023 Nfpa 70 National Electrical Code, 2021 International Mechanical Code, Va Electrical Design Manual, March 1, 2025; Va Hvac Design Manual, November 1, 2017 Rev. March 1, 2024; And Manufacturer S Recommendations. Contractor Must Provide All Materials, Equipment, Labor, Supervision, Permits, Licenses, And Services Required To Replace A Failed Air-cooled Chiller. Remove And Properly Dispose Of Existing Mcquay Chiller, Model Number Agz130dhhnn-er10, Serial Number Stnu130800201 And All Parts And Materials Not Required For Installation Of New Chiller Located Behind Building 4. Provide And Install A York Ylaa0120sj17xfb (or Equal), 150-ton, Air Cooled Chiller. Provide And Install All Piping, Valves, Fittings, Water Thermometers, Water Pressure Gauges, Pipe Insulation With Aluminum Cladding. Test All Devices Prior To Insulation And Ensure No Leaks Exist In System. Repair Any Deficiencies. Provide All Parts And Materials Required To Connect New Chiller To Existing Alerton Building Automation System (bas). Ensure That All Current Outputs And Controls Are Available On The New Installation. Update Graphics Per Cor Requirements On All Alerton User Interfaces To Include All Laptops To Reflect New Chiller And All Associated Sensors And Components. Update Programing As Required. Test The New Chiller Bas Installation Ensuring: The Chiller Can Be Operated Remotely At Alerton User Interfaces. Chiller Outputs Are Neatly Displayed In Interface Graphics And Are Calibrated And Tested To Be Accurate Per Alerton Recommendations. Provide Parts And Perform Repairs As Required. Provide All Parts And Materials To Connect The New Chiller And All Associated Components To The Electrical Switch Gear Located In The Basement Of Building 4. Test The New Chiller Electrical Service Ensuring Proper Operation And Provide Any Required Materials And Labor To Complete Any Required Repairs Or Upgrades. The Cor Or Their Designated Representative Must Observe All Testing. Commission The New Chiller Per The Manufacturer S Recommendations And In The Presence Of The Cor Or Their Designated Representative. Complete And Submit All Required Commissioning And Warranty Documentation To The Equipment Manufacturer And The Cor. Contractor Access And Activities: Records Management: Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Federal Record As Defined In 44 U.s.c. â§ 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. The Term Federal Record: Includes U.s. Department Of Veterans Affairs (va) Records. Does Not Include Personal Materials. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Va Contract. May Include Deliverables And Documentation Associated With Deliverables. Contractor Must Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. In Accordance With 36 Cfr 1222.32, Contractor Must Maintain All Records Created For Government Use Or Created While Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. Va And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Va Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. The Contractor Must Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The Contract. The Contractor Must Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Must Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Must Be Returned To Va Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Must Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The Contract. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. The Contractor Must Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Policy. The Contractor Must Not Create Or Maintain Any Records Containing Any Non-public Va Information That Are Not Specifically Tied To Or Authorized By The Contract. The Contractor Must Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. The Va Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Va Must Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Va Provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. The Contractor Must Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This Contract, And Require Written Subcontractor Acknowledgment Of Same. Violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. Safety: Contractor S Highest Priority Must Be Safety. Contractor Work Must Be In Accordance With Federal, State, Local Osha Codes, Regulations, Latest Edition Of Nec, Latest Edition Of Nfpa 70e, And 01 35 26 Safety Requirements Specification. Contractor Must Furnish And Use Required Safety Items, Including But Not Limited To, Safety Signage, Cones, Barricades, And Must Furnish And Wear Required Personal Protective Equipment (ppe). Infection Control: Contractor Must Be Responsible To Develop A Phasing And Infection Control Risk Assessment (icra) That Incorporates Requirements Of Specifications 01 00 00 General Requirements To Meet Requirements Of Vhso And Vhso Icra. Site Supervision: Contractor Must Submit Written Qualifications Of Proposed Site Superintendent(s) To The Co And Cor For Consideration. Contractor Must Furnish Superintendent(s) With Written Cor Approval To Continuously Supervise On Site Contract Activities. Contractor Superintendent(s) Must Not Engage In Any Direct Trades Labor. Security: Contractor Must Coordinate With Va Police And Cor To Comply With The Vhso Security Management Program, Including But Not Limited To, Obtain Onsite Access Permission By The Va Police, Be Identified By Contractor And Project, And Restricted From Unauthorized Access. Badging: While On Campus, Contractor Must Wear A Visible Vhso Issued Identity Badge. Contractor Can Be Subject To Inspection Of Personal Effects When Entering Or Leaving The Project Site And Vhso Property. Contractor Site Superintendent Must Escort Contractor Employees To Engineering Shop (building 37) To Obtain Badge(s). Contractor Must Maintain A Badge Log With Employee Names, Badge Id Numbers, Start Date(s), Departure Date(s), Id Lost Date(s), And Id Return Date(s). Contractor Must Update Badge Log And Furnish To The Cor Weekly Or As Directed In Writing By Cor. Contractor Must Report Lost Badge(s) Immediately To The Cor And Document On Badge Log. Contractor Must Return Badge(s) Immediately On Day Of Departure Of Employee From Project To Cor And Document On Badge Log. Contractor Must Return Remaining Badge(s) At Project Closeout To Cor. Contractor Must Reimburse The Government A $100.00 Fee For Each Lost Or Unreturned Badge. Key Access: Contractor Site Superintendent May Check Out A Key To Access Mechanical And Electrical Rooms As Project Requires. Contractor Site Superintendent Must Check Out And Return A Key At Engineering (building 37) Daily And The Key Must Not Leave Vhso Property. Contractor Site Superintendent Must Notify The Cor When A Key Is Lost. Contractor Must Reimburse The Government A $3,500.00 Fee For Each Lost Or Unreturned Key(s). Utilities: Contractor Must Not Leave Unattended Out-of-service Any Utility, Fire Protection, Life Safety System, Or Security System Without Written Permission Of The Cor. If A Utility, Fire Protection, Life Safety System Or Security System Is Not Functional At The End Of A Work Period Without Written Permission Of The Cor, Then The Contractor Must Restore The System(s) To Working Order Prior To Leaving The Job Site Or Must Furnish An Around-the-clock Watch Subject To Cor Written Approval Until The System Is Functional. If The Contractor Fails To Do So, The Contractor Must Reimburse The Government A Fee Equal To The Amount Of Costs Incurred By The Government To Furnish Around-the-clock Watch And/or Repair The System(s). Parking: Contractor On-site Parking Is Limited To Availability Of Designated Contractor Parking. Contractor Must Have Prior Cor Written Approval Of On-site Contractor Parking. Vehicles And Construction Equipment: Contractors Key(s) To Unattended Vehicle(s) And Construction Equipment Must Be Removed And Vehicle(s) Locked. Unloading And Loading: Contractor Must Unload And Load Materials, Including But Not Limited To, Equipment, Tools, Supplies, Parts, And Construction Debris At The Loading Dock. Contractor Must Not Leave Vehicle(s) Or Construction Equipment Unattended At The Loading Dock. No Materials, Including But Not Limited To, Equipment, Tools, Supplies, Parts, And Construction Debris Are Permitted Through The Front Entry. Elevators: Contractor Must Use Cor Designated Elevators And Must Protect Elevator Cabs, Including But Not Limited To, Cab Interior Components And Controls During Contractor Use. Contractor Must Not Exceed Elevator Weight Limits. Cor Designated Elevator(s) May Not Be Immediately Available To The Contractor. The Contractor Must Account For This And Contractor Must Be Flexible In The Project Schedule Without Additional Cost To The Government. Storage And Staging: Contractor Storage And Staging Is Limited To Availability Of Designated On-site Contractor Storage And Staging. Contractor Must Submit A Written Request For Storage Or Staging To The Cor For Consideration A Minimum Of Seven (7) Business Days Prior To The Storage Or Staging. Contractor Must Have Prior Cor Written Approval Of On-site Contractor Storage And Staging. Contractor Must Relocate Or Remove On-site Storage And Staging, Including But Not Limited To, Contractor S Office Trailer(s), Dumpster(s), Storage Container(s) And Construction Materials A Maximum Of Seven (7) Business Days After Written Notification By The Cor Without Additional Expense To The Government. Equipment And Tools: Contractor Must Furnish Construction Equipment And Power And Hand Tools, Including But Not Limited To, Ladders, Scaffolds, Lifts, Backhoes, And Forklifts To Complete Contractor S Work. Radios And Mobile Devices: Contractor Must Use Mobile Devices At Low Volume Or Outside. Contractor Must Not Carry On Conversations In Hallways Or Near Any Patient Areas. Am/fm Radios And Other Media Producing Devices Must Not Be Used On Vhso Property. Hot Work: Contractor Must Perform And Safeguard Hot Work Operations In Accordance With Osha 1910 Subpart Q, Nfpa 241, And Nfpa 51b. Contractor Must Coordinate And Schedule With Cor Hot Work Operations. Hot Work Operation Is Defined As Operations Including, But Not Limited To, Open Flame, Producing Heat And/or Sparks, Burning, Welding, Processes Such As Arc Welding, Oxy-fuel Gas Welding, Open-flame Soldering, Brazing, Thermal Spraying, Cutting, Oxygen Cutting, Arc Cutting, Chipping, Grinding, Heat Treating, Sand Blasting, Torch-applied Roofing, Chemical Welding, Thawing Pipe, And Light Horizontal Welding, Or An Operation That Is Capable Of Initiating Fires Or Explosions. Contractor Must Obtain Hot Work Permit From Cor Prior To Activity. Energized Circuit Work: Contractor Must Perform, Maintain, And Safeguard The Integrity Of The Vhso Electrical Systems And Must Follow Procedures Around Energized Equipment In Accordance With Nfpa 70e Standards Including Proper Ppe. Contractor Must Coordinate And Schedule Energized Circuit Work With Cor. Contractor Must Submit To The Cor A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Vhso Electrician Or Electrical Engineer Must Monitor Work. Contractor Must Use Safety Equipment To Include But Not Be Limited To, 12 Calorie Arc Flash Suits With Hoods And 5kv Gloves. No Exits Will Be Blocked. Personnel Without Proper Ppe Must Be Prohibited Within The Working Area Around Live Electrical Panels With The Cover Removed. Contractor Must Have Cor Written Approval To Proceed Three (3) Business Days Prior To Activity. Utility Interruption: Contractor Must Coordinate And Schedule With Cor. Contractor Must Submit To The Cor A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Work Must Be Planned In Advance To Give As Much Time As Possible To Schedule A Utility Interruption. There May Be Times When A Utility Interruption Request Is Denied Because Of Insufficient Lead-time Or Interference With Ongoing Vhso Activities And Must Be Rescheduled At No Additional Cost To The Government. Contractor Must Have Cor Written Approval To Proceed Three (3) Business Days Prior To Activity. Disposal: Contractor Must Coordinate And Schedule With Cor. Contractor Must Have Cor Written Approval To Proceed Three (3) Business Days Prior To Activity. Contractor Must Submit A Written Request To Dispose Of Any Government Owned Materials, Equipment, Or Property In Advance To The Cor For Cor Written Approval. Contractor Must Remove And Properly Dispose Construction Debris, Materials, Equipment, And Substances From This Project And The Vhso Property Daily Into The Contractor Supplied Containers. Contractor Must Coordinate Disposal Container Location With Cor Contingent Upon Available Space And Any Future Cor Directed Relocation(s) Must Be At No Additional Cost To The Government. Construction Debris Created From The Project Must Not Be Disposed Of In Vhso Dumpsters Or On Vhso Property. Disposal Of Construction Debris, Materials, Equipment, And Substances From The Project Must Be In Accordance With Applicable Federal, State, And Local Laws, Rules, And Regulations. The Contractor Must Ensure And Furnish Appropriate Documentation To The Co And Cor That All Hazardous Waste Handlers, Haulers, And Disposal Facilities Are Properly Licensed. The Contractor Must Furnish Shipping Manifest And Documentation Of Disposal Of Construction Debris, Materials, Equipment, And Substances From The Project Prior To Final Payment.
Closing Date17 Apr 2025
Tender AmountRefer Documents
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 8.00 1.00 A. Low Bed Trailer Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Hours 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: 1.00 Lot Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days D. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 15.00 1.00 A. Safety Practitioner/officer (part Time) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances - Building Permit Processing Fees Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 16.56 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 16.56 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 14.61 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 14.61 M3 Embankment From Structure Excavation Direct Cost: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 " Structural Concrete (footing, Slab On Fill)" Quantity 6.09 M3 Dpwh Standard Output Per Hour (oph)= 0.357 M3 6.09 M3 "structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 " Structural Concrete (footing Tie Beam, Wall Footing)" Quantity 3.24 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 3.24 M3 "structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 " Structural Concrete (columns)" Quantity 2.08 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 2.08 M3 "structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 1.69 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 1.69 M3 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 786.93 Kg Dpwh Standard Output Per Hour (oph)= 143.438 Kg 786.93 Kg "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 32.81 M2 Dpwh Standard Output Per Hour (oph)= 3.24 M2 32.81 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Installation 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 88.86 M2 Dpwh Standard Output Per Hour (oph)= 3.825 M2 88.86 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(1) Cement Plaster Finish Quantity 177.72 M2 Dpwh Standard Output Per Hour (oph)= 7.125 M2 177.72 M2 Cement Plaster Finish Direct Cost: A. Materials: 0.33 Bag A. Cement 0.03 Cu.m B. Sand B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 321.66 Kg Dpwh Standard Output Per Hour (oph)= 85 Kg 321.66 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purlins Quantity 226.16 Kg Dpwh Standard Output Per Hour (oph)= 90.45 Kg 226.16 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)b Metal Structure Accessories (sagrods) Quantity 4.00 Pc Dpwh Standard Output Per Hour (oph)= 1 Pc 4.00 Pc Metal Structure Accessories (sagrods) Direct Cost: A. Materials: 1.00 Pc A. Sagrod With Nuts And Bolts 1.00 Pc B. 16 Mm Plain Round Bar With 16 Mm Turn Buckle B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 56.00 M2 Dpwh Standard Output Per Hour (oph)= 2.769 M2 56.00 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 22.00 M Dpwh Standard Output Per Hour (oph)= 10 M 22.00 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 8.00 M Dpwh Standard Output Per Hour (oph)= 11.8 M 8.00 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling Quantity 56.00 M2 Dpwh Standard Output Per Hour (oph)= 1.243 M2 56.00 M2 4.5mm Fiber Cement Board On Metal Frame Ceiling Direct Cost: A. Materials: 0.37 Pc "a. 4.5mm Fiber Cement Board Plywood" 1.13 Pc "b.metal Furring 3m Length" 0.36 Pc C. Carrying Channels 1.00 Pc D. Hanger Bars/rod 6.00 Pc E. Channel Clip 0.24 Pc F. Wall Angle 14.00 Pc G. Rivets 4.00 Pc H. 1" Metal Screw B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1009 (1)a Jalousie Window (glass) Quantity 5.76 M2 Dpwh Standard Output Per Hour (oph)= 0.27 M2 5.76 M2 Jalousie Window (glass) Direct Cost: A. Materials: 1.00 M2 A.jalousie Window (glass B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (1) Frames (jambs, Sill, Head, Transoms And Mullions Quantity 2.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 2.00 Set Frames (jambs, Sill, Head, Transoms And Mullions Direct Cost: A. Materials: 1.00 Set A.jambs, Sill, Head, Transoms And Mullion B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 2.00 1.00 A. Construction Foreman 2.00 1.00 B. Skilled Laborer 2.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (2)a Hollow Core Flush Door Quantity 3.78 M2 Dpwh Standard Output Per Hour (oph)= 0.32 M2 3.78 M2 Hollow Core Flush Door Direct Cost: A. Materials: 1.00 M2 A.hollow Core Flush Door B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= "1.00 " I.s. 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 2.00 Length A. Pvc Pipe Poly 3/4 20.00 Length B. Pvc Pipe Poly 1/2 2.00 Pcs C. Pvc Square Box Poly 5x5 30.00 Pcs D. Flexible Connector 1/2 5.00 Pcs E. Utility Box 2x4 10.00 Pcs F. Junction Box 4x4 2.00 Pcs G. 3/4 Ø Entrance Cap 4.00 Pcs H. Electrical Tape I. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 21.23 1.00 A. Construction Foreman 21.23 1.00 B. Skilled Laborer 21.23 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 70.00 M A. Thhn Wire Stranded # 8 1.00 Box B.thhn Wire Stranded # 12 40.00 M C. Thhn Wire Stranded # 10 1.00 Set D. Flush Type Single-gang Switch 0.00 Set E. Flush Type Two-gang Switch 1.00 Set F. Flush Type Three-gang Switch 3.00 Set G. Flush Type Outlet 3 Gang Universal H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 14.40 1.00 A. Construction Foreman 14.40 1.00 B. Skilled Laborer 14.40 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Pcs A. Panel Board Bolt On Type 4 Holes 1.00 Pcs B. 60 Amp. Plug-in Breaker 1.00 Pcs B. 30 Amp. Plug-in Breaker 0.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1103(1) Lighting Fixtures Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Lighting Fixtures Direct Cost: A. Materials: 12.00 Units A. Led Downlight 9w B. Manpower: Number Of Hours 12.00 1.00 A. Construction Foreman 12.00 1.00 B. Skilled Laborer 12.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)a Painting Works (masonry Painting) Quantity 156.12 M2 Dpwh Standard Output Per Hour (oph)= 2.1 M2 156.12 M2 Painting Works (masonry Painting) Direct Cost: A. Materials: 0.02 Gal A. Concrete Neutralizer 0.04 Gal B. Concrete Sealer/prime 0.05 Gal C. Patching Compound 0.08 Gal D. Semi Gloss Latex (two Coat Only) E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1018.00 Unglazed Tiles Quantity 30.00 M2 Dpwh Standard Output Per Hour (oph)= 1 .95 M2 30.00 M2 Unglazed Tiles Direct Cost: A. Materials: 1.05 M2 A. Unglazed Tiles 0.33 Bag B. Cement 0.03 M3 C.sand 0.13 Bag D. Tile Grout B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date4 Mar 2025
Tender AmountPHP 989.8 K (USD 17 K)
City Government Of Navotas Tender
Automobiles and Auto Parts
Philippines
Details: Description Request For Quotations: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative And Copies Of Eligibility Requirements (business Permit, Local/national Tax Clearance And Philgeps Certificate Of Registration) Not Later Than The Deadline For Submission. Items: Procurement For The Repair & Maintenance Of Transportation Equipment: Motor Vehicle Under The Repair & Maintenance Fund Of The City General Services Office Lot 1-repair & Maintenance Of Transportation Equipment: Motor Vehicle Unit Qty "item Description " Unit Cost " Lot 1 Repair And Maintenance Of Transportation Equipment : Motor Vehicle 1,000,000.00 Ordering Agreement - Supply Of Vehicle Parts For Minor Repairs And Maintenance At The Navotas Motorpool For 4 - Wheel Vehicles Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 950.00 Pc/s 50 Handle Switch 1,200.00 Pc/s 100 Oil Seal 950.00 Pc/s 100 Battery Terminal Ci Brass 260.00 Pc/s 50 Brake Master 4,700.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 2,500.00 Set/s 100 Brake Shoe 3,500.00 Pc/s 100 Drum Brake 6,900.00 Pc/s 100 Brake Hose 950.00 Pc/s 100 Bleeder Valve 1,250.00 Pc/s 100 Return Spring 950.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 300 Clips 75.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,900.00 Pc/s 100 Headlight Bulb 850.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Brake Light 250.00 Pc/s 100 Signal Light Bulb 150.00 Pc/s 100 Clutch Cable 3,900.00 Pc/s 100 Gas Cable 2,500.00 Mtr/s 50 Copper Tube 250.00 Pc/s 100 Hand Brake Cable 2,500.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 1,200.00 Pc/s 50 Hose-radiator Inlet 3,600.00 Pc/s 50 Hose-radiator Outlet "b" 3,100.00 Pc/s 50 Hose-radiator Outlet "c" 3,800.00 Pc/s 50 Hose-radiator Outlet 1,900.00 Pc/s 50 Hose-fill Line 1,350.00 Pc/s 50 Hose-heater 1,315.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 3,700.00 Pc/s 50 Ribbed Belt-v 3,400.00 Pc/s 100 Radiator Hose 1,700.00 Pc/s 100 Radiator Cap 1,200.00 Pc/s 100 Fan Belt 1,600.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 380.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 1,450.00 Pc/s 50 Wheel Cylinder 1,650.00 Pc/s 150 Seal 350.00 Box/s 30 Automotive Fuse 5a,10a,15a,20a,25a,30a 350.00 Assy/s 50 Horn 2,400.00 Pc/s 100 Relay 950.00 Ltr/s 150 Gear Oil 375.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 2,450.00 Pc/s 100 Tube 750.00 Pc/s 100 Truck Tubes 1,200.00 Pc/s 100 Flap 550.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 3,100.00 Assy/s 50 Secondary Master 2,500.00 Set/s 50 Fender Liner 2,500.00 Pc/s 50 Floor Guard Rubber 3,000.00 Pc/s 50 Steering Wheel Cover 2,200.00 Pc/s 50 Side Mirror 1,200.00 Pc/s 50 Side Mirror Glass Only 350.00 Pc/s 50 Oil Filter 850.00 Pc/s 50 Coil 1,500.00 Unit 20 Radiator Assy. 5,200.00 Bottle/s 50 Coolant 3l 750.00 Bottle/s 100 Engine Oil 800ml 650.00 Assy. 30 Starter Motor Assy 10,990.00 Assy. 30 Alternator Assy 11,500.00 Pc/s 20 Alternator Pulley 950.00 Assy. 30 Fan Motor Assy. 3,800.00 Bottle/s 100 Brake Fluid 3l 340.00 Assy. 20 Fuel Pump Assy. 1,750.00 Pc/s 20 Clutch Disc 4,700.00 Pc/s 20 Clutch Cover 4,450.00 Pc/s 20 Pressure Plate 4,650.00 Pc/s 20 Release Bearing 2,150.00 Pc/s 30 Timing Belt 3,500.00 Pc/s 30 Tensioner Bearing 2,250.00 Pc/s 30 Tensioner Adjuster 950.00 Pc/s 30 Camshaft Oil Seal 1,350.00 Pc/s 50 Fuel Filter 980.00 Pc/s 20 Hydrovac Brake Booster 9,500.00 Pc/s 20 Ignition Switch 3,800.00 Pc/s 20 Intake Manifold Gasket 1,200.00 Pc/s 20 Intake/exhaust Valve 850.00 Pc/s 20 Knucle Bearing 1,200.00 Set/s 20 Leaf Spring Set 4,350.00 Pc/s 20 Main Bearing 3,500.00 Pc/s 20 Connecting Rod 3,800.00 Pc/s 20 Thrust Washer 1,450.00 Pc/s 20 Regulator 2,500.00 Pc/s 50 Car Charger Cigar Port 490.00 Pc/s 20 Steering Bearing 2,500.00 Pc/s 50 Ignition Coil 1,950.00 Pc/s 50 U-bolt 350.00 Pc/s 20 Power Steering Fluid Reservoir 1,350.00 Pc/s 20 Rotor Disc 4,950.00 Pc/s 20 Ball Joint 1,950.00 Set/s 20 Stabilizer Link 2,450.00 Pc/s 20 Bearing 1,350.00 Assy. 20 Shock Absorber 4,500.00 Set/s 30 Coil Spring 3,500.00 Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 650.00 Pc/s 100 Oil Seal 350.00 Pc/s 100 Oil Filter 180.00 Pc/s 100 Engine Oil 550.00 Pc/s 100 Battery Terminal Ci Brass 100.00 Pc/s 50 Brake Master 950.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 850.00 Set/s 100 Brake Shoe 950.00 Pc/s 100 Drum Brake 950.00 Pc/s 100 Brake Hose 650.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,750.00 Pc/s 100 Headlight Bulb 250.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Clutch Cable 550.00 Pc/s 100 Gas Cable 750.00 Pc/s 100 Hand Brake Cable 890.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 550.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 1,200.00 Pc/s 150 Flyball 140.00 Pc/s 150 Slider 140.00 Pc/s 100 Pulley 950.00 Pc/s 100 Radiator Hose 650.00 Pc/s 100 Radiator Cap 490.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 650.00 Pc/s 5 E-cab 1000 Battery Charger 10,500.00 Pc/s 10 Wiper Motor 2,200.00 Pc/s 10 Meter Assy. 1,500.00 Pc/s 10 E-cab Braker 350.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 750.00 Pc/s 50 Wheel Cylinder 850.00 Pc/s 150 Automotive Fuse 65.00 Assy/s 50 Horn 950.00 Pc/s 100 Relay 320.00 Ltr/s 150 Gear Oil 375.00 Pc/s 20 Breaker 450.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 350.00 Pc/s 50 Fun350 395.00 Set/s 50 Sprocket & Chain Set 6,800.00 Pc/s 50 Ecargo 375.00 Pc/s 100 Tube 280.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 2,500.00 Pc/s 30 Side Stand 650.00 Pc/s 30 Center Stand 1,500.00 Pc/s 50 Wiper Arm 1,500.00 Assy/s 30 Exhaust Pipe 2,500.00 Pc/s 50 Stand Spring 150.00 Pc/s 50 Side Mirror 450.00 Pc/s 50 Chain 3,000.00 Pc/s 50 Front Sprocket 1,450.00 Pc/s 50 Rear Sprocket 2,800.00 Pc/s 50 Fender 980.00 Assy/s 50 Shock Absorber 2,500.00 Set/s 50 Sprocket & Chain Set 6,800.00 -tires Pc/s 10 10.00r20 18,500.00 Pc/s 10 11r22.5 25,500.00 Pc/s 10 165/80r13 5,400.00 Pc/s 30 185/60r15 5,700.00 Pc/s 50 185/70r14 6,000.00 Pc/s 30 185/70r15 8,600.00 Pc/s 30 185/80r14 7,100.00 Pc/s 40 185r-14c 6,700.00 Pc/s 10 195/70r15c 7,250.00 Pc/s 20 195r14c 8ply 7,600.00 Pc/s 50 195r15 7,680.00 Pc/s 30 205/65r16 8,600.00 Pc/s 20 205/85r16 13,100.00 Pc/s 50 205/65r15 8,400.00 Pc/s 30 215/70r - 16c 9,570.00 Pc/s 20 235/75r17.5 15,100.00 Pc/s 10 235/70r15 9,900.00 Pc/s 10 295/70r17 39,500.00 Pc/s 30 750/16 14,600.00 Pc/s 30 700/16 11,100.00 Pc/s 20 7.00/15 13,500.00 Pc/s 30 R(3.25-17) 3,100.00 Pc/s 30 F(2.75 - 17) 3,000.00 Pc/s 30 70-90-14 4,100.00 Pc/s 30 F(80-90-14) 4,100.00 Pc/s 30 (2.75-18) 2,850.00 Pc/s 30 (2.75-17) 2,500.00 Pc/s 30 (3.75-17) 2,800.00 Pc/s 30 (3.75 - 12) 2,900.00 Pc/s 30 (3.50 - 12) 2,750.00 Pc/s 30 (4.10-18) 3,600.00 Pc/s 30 (2.75-21) 4,300.00 Pc/s 30 (80/80-14) 3,800.00 Pc/s 30 (90/80-14) 4,100.00 Pc/s 30 2.75 – 17 2,650.00 Pc/s 30 3.00 – 17 2,850.00 -batteries Pc/s 30 Mg7l 4,000.00 Pc/s 30 Yb7bl 2,200.00 Pc/s 30 Ytx4l 2,200.00 Pc/s 30 12n9-4b-1 2,200.00 Pc/s 30 2sm 8,600.00 Pc/s 50 3sm 9,900.00 Pc/s 30 6sm 11,800.00 Pc/s 30 B24l 8,300.00 Pc/s 30 Ln3 11,000.00 Pc/s 20 2d 14,500.00 Pc/s 20 4d 16,200.00 Pc/s 20 8d 21,800.00 Pc/s 30 Ns60 8,300.00 Pc/s 15 E-cab Battery 11,200.00 -wiper Blades Pc/s 50 12" 500.00 Pc/s 50 14" 550.00 Pc/s 50 16" 600.00 Pc/s 50 17" 650.00 Pc/s 50 18" 700.00 Pc/s 50 19" 700.00 Pc/s 50 20" 750.00 Pc/s 50 21" 800.00 Pc/s 50 24" 850.00 Pc/s 50 26" 900.00 -lot 1 Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies 200,000.00 Gal. 100 Car Wash And Wax Shampoo 330.00 Bottle/s 100 Car Wax, Wax And Dry, 769ml 880.00 Oz. 100 Carnauba Cleaner Paste Wax 14 Fl 850.00 Bottle/s 100 High Gloss Tire Black, 250ml 330.00 Pc/s 150 Chamois Towel 380.00 Pack/s 150 Microfiber Absorbent Square Towel 40*40cm 250.00 Set/s 10 6-32mm Combination Wrench Set 4,500.00 Set/s 10 Professional Car Tools Socket Wrench Complete Set 7,800.00 Set/s 10 Diagonal Combination Long Nose Pump Plier Pliers Set 2,000.00 Set/s 10 Tools Original Rapid Cross Wrench 17,19,21,23mm 2,140.00 Set/s 10 Vise Grip Set 5wr And 10wr (set) 2,500.00 Pc/s 10 Adjustable Wrenches Set (6", 8", 10") 1,500.00 Pc/s 10 High Pressure Washer Water Spray Gun 726.00 Pc/s 10 High Pressure Hose 20meters 2,915.00 Set/s 10 Power Sprayer Repair Kit - V-packing And Valve Seal 600.00 Pc/s 10 Lengthened Squeegee Cleaner Brush Shower Car Wiper Sponge 450.00 Pc/s 10 Industrial Multi-function Grease Gun (500g - 8500psi) 1,500.00 Unit 10 Electric Car Polisher Machine Auto Polishing Buffing 2,200.00 Pc/s 10 Soft Wool Clean Polishing Buffing Bonnet Pad For Car Auto 180mm/7" 420.00 Unit/s 1 Hydraulic Press 10 Ton 39,200.00 Unit/s 3 Bottle Jack 20tons 6,000.00 Unit/s 10 3 Tons Industrial Jack Stand 2pcs / Pair Iht 3,100.00 Unit/s 10 70mai Car Jump Starte Portable 70mai Car Jump Starte Portable 4,100.00 Pc/s 10 High Pressure Washer Brass Quick Coupler Connectors 600.00 Pack/s 50 Tubeless Tire Seal Strip Repair Plug 250.00 Pack/s 50 Tire Patches 50mm 1,000.00 Set/s 20 Auto Tire Repair Kit Tool 650.00 Can 50 Vulcanizing Solution 400.00 Pc/s 10 Car Tire Repair Kit Roller Auto Patch Roller 850.00 Gallon/s 20 Bac-to-zero Solution 4,000.00 Gallon/s 20 Disinfectant Solution 1,100.00 Set/s 10 Booster Cable 800amp Heavy Duty 5.0m 12/24v With Plastic Case 4,500.00 Pc/s 10 Heavy Duty Plastic Tool Box 980.00 Unit 2 Original Industrial (empty) Roller Cabinet With 7pcs Drawers 29,000.00 Set/s 10 Spark Plug Wrench Set 16" And 21" 1,700.00 Set/s 10 8pcs Screwdriver Set - Heavy Duty 1,545.00 Unit 10 6t/8t/12t Hydraulic Crimper Tool Kit Tube Terminals Lugs Battery Wire Crimping Force 3,800.00 Set/s 10 18pcs Hex Key And Torx Key Set(allen) 914.00 Pc/s 10 Philip Screw 200mm 310.00 Pc/s 10 Screw Driver 200mm 310.00 Set/s 1 Mini Obd2 Scanner Car Diagnostic Tools 25,000.00 Can 100 Brake Cleaner 650.00 Can 100 Electronic Contact Cleaner 650.00 Can 100 Anti Rust Lubricant 277ml 550.00 Pc/s 100 Epoxy Steel 210.00 Pc/s 100 Electrical Tape, Big 90.00 Pc/s 50 Tapelon 30.00 Unit 1 3 Jawed Puller 1,500.00 Set/s 1 Inner Bearing Puller 1,500.00 Set/s 1 Car Steering Wheel Puller Removal Tool 1,200.00 Set/s 1 Caliper Piston Compressor Press Tool Kit 1,200.00 Set/s 1 Snapring Plier Set 1,500.00 30 Can Grease 350.00 30 Can Chain Lube 950.00 50 Pc/s Electrical Tape, Small 60.00 20 Pc/s Boat Battery 3sm 9,900.00 50 Pc/s Floor Matting 1,600.00 50 Pc/s Seat Cover 2,800.00 60 Pc/s Dashboard Matting 650.00 150 Pc/s Car Headlight Cleaner 350.00 150 Pc/s Car Glass Cleaner 350.00 2 Set/s High Pressure Washer 1700w, 220v 6,000.00 20 Assy./s Car Key Duplicate 800.00 50 Unit/s Bottle Jack 4tons 3,000.00 100 Pc/s Car Air Freshener 210.00 1 Unit/s 2hp Air Compressor, Cylinder: 2, Phase: 1, Pressure: 115, Psi Capacity: 88liters 32,500.00 100 Btls Acid Rain Remover (250ml) 450.00 1 Unit Water Dispenser 8,000.00 1 Unit Dc Inverter Mma-300 Welding Machine 20,000.00 1 Unit " Oxy-acetylene Cutting Outfit W/complete Accessories Oxygen Cylinder, Acetylene Cylinder W/content 28,000.00 2 Unit Heavy Duty Soldering Iron 300a/200a 6,300.00 10 Kilos " Stainless Steel Electrode 308-1/16 1,500.00 20 Kilos Bronze Rod 1/8" 150.00 20 Can Soldering Paste Soldering Paste 300.00 20 Roll Lead Soldering Wire (250g) 500.00 20 Pound Borax 1 350.00 1 Unit Cordless Impact Wrench 18v 12,500.00 1 Unit Hydraulic Floor Jack (double Pump, Low Profile), Model:asj-5l Max Lifting Cap: 5tons, Lifting Height: 75-500mm, Net Weight: 45kgs 20,000.00 2 Unit 40" Car Creeper 2,100.00 1 Unit Automatic Wire Stripper Cutting Crimper 8 1/4" Detection Cutter 4in1 1,800.00 5 Set/s T- Handle Socket Wrench #8,10,12,14,17,19 1,500.00 10 Set/s Wrench 8-32mm 2,000.00 3 Unit Air Blow Gun / Air Duster 16mm 350.00 5 Unit Vice Grip 1,000.00 5 Unit Hammer 650.00 5 Unit Voltage Tester Car Truck Circuit Tester Pen Automotive 450.00 5 Unit Battery Load Tester 100amp Load 1,100.00 5 Unit Spout Funnel For Oil 1,600.00 5 Unit Car Repair Inspection Lamp Work Light 450.00 5 Set/s Torque Wrech 1/2drive Click Type 2,000.00 Unit 5 Jack Stand 6 Tons, Min Height: 382mm, Max Height: 600mm 5,600.00 Set/s 5 Steel Toe Rubber Boots 1,200.00 Set/s 10 Mechanical Heavy Duty Working Gloves 200.00 Set/s 5 Safety Shoes High Cut Sewed And Vulcanized Leather Safety Shoes Boots 650.00 Pc/s 5 Leather Long-sleeved Apron Waterproof Oil-proof 900.00 Set/s 10 Arm Band Heat Protector 450.00 Pc/s 5 Cover All Safety Suits 1,100.00 Pc/s 5 Hard Hat Safety Helmet 500.00 Gallon/s 20 Water Soluble Oil Degreaser 400.00 Pc/s 300 Rags 3.00 Pc/s 300 Sand Paper- #600,#1000,#1,200 10.00 Set/s 10 Wire Brushes Set Nylon,steel,stainless 100.00 Pc/s 10 Top Box Alloy, 45l 10,800.00 Set/s 10 Top Box Bracket 2,200.00 Abc:php1,000,000.00 Delivery Schedule: By Ordering Agreement (terms Of Reference Attached To The Pr) -spare Parts Must Be Deliver Within 3 Calendar Days -tools & Supplies Within 15 Calendar Days Upon Receipt Of The Delivery Ordering Contract Note: For Other Information, Queries And Specifications Pertaining To The Said Request Please Coordinate With Our Canvasser (please Secure Complete List And/or Rfq Form From Ms. Maricar E. Pablo, At 09676781263 Pauline Anne S. Sioco At 09338100230, And Roxette May P. Poblete At 0936-493-5632 Or Email Address: Procurement@navotas.gov.ph) Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required. 2. Bidders May Quote For All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Days Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Delivery Period Expressed Merely In Days Or Working Days Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 9. The Item/s Shall Be Delivered As Indicated In The Approved Bac Resolution/purchase Order. 10. The Procuring Entity Concerned Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The City Government Of Navotas Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. For The Committee Original Signed Atty. Joel Joselito D. Parong Bac Chairperson
Closing Date13 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 8.00 1.00 A. Low Bed Trailer Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Hours 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: 1.00 Lot Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days D. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 15.00 1.00 A. Safety Practitioner/officer (part Time) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances - Building Permit Processing Fees Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 18.74 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 18.74 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 32.33 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 32.33 M3 Embankment From Structure Excavation Direct Cost: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses 804(4) Gravel Bedding Quantity 11.87 M3 Dpwh Standard Output Per Hour (oph)= 1.20 M3 M3 11.87 M3 Gravel Bedding Direct Cost: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Plate Compactor (5 Hp) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 " Structural Concrete (footing, Slab On Fill)" Tax (vat/withholding Tax) Quantity 9.32 M3 Dpwh Standard Output Per Hour (oph)= 0.357 M3 9.32 M3 "structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 " Structural Concrete (footing Tie Beam, Wall Footing)" Quantity 2.87 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 2.87 M3 "structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 " Structural Concrete (columns)" Quantity 3.74 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 3.74 M3 "structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 1.40 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 1.40 M3 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 2,112.34 Kg Dpwh Standard Output Per Hour (oph)= 143.438 Kg 2112.34 Kg "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 71.61 M2 Dpwh Standard Output Per Hour (oph)= 3.24 M2 71.61 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Installation 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 150 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 124.20 M2 Dpwh Standard Output Per Hour (oph)= 3.825 M2 124.20 M2 150 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 150 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(1) Cement Plaster Finish Quantity 112.77 M2 Dpwh Standard Output Per Hour (oph)= 7.125 M2 112.77 M2 Cement Plaster Finish Direct Cost: A. Materials: 0.33 Bag A. Cement 0.03 Cu.m B. Sand B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 1,389.92 Kg Dpwh Standard Output Per Hour (oph)= 85 Kg 1389.92 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purlins Quantity 796.55 Kg Dpwh Standard Output Per Hour (oph)= 90.45 Kg 796.55 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)b Metal Structure Accessories (sagrods) Quantity 5.00 Pc Dpwh Standard Output Per Hour (oph)= 1 Pc 5.00 Pc Metal Structure Accessories (sagrods) Direct Cost: A. Materials: 1.00 Pc A. Sagrod With Nuts And Bolts 1.00 Pc B. 16 Mm Plain Round Bar With 16 Mm Turn Buckle B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 135.60 M2 Dpwh Standard Output Per Hour (oph)= 2.769 M2 135.60 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 29.00 M Dpwh Standard Output Per Hour (oph)= 10 M 29.00 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 39.00 M Dpwh Standard Output Per Hour (oph)= 11.8 M 39.00 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= "1.00" I.s. 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 0.00 Length A. Pvc Pipe Poly 3/4 25.00 Length B. Pvc Pipe Poly 1/2 3.00 Pcs C. Pvc Square Box Poly 5x5 50.00 Pcs D. Flexible Connector 1/2 12.00 Pcs E. Utility Box 2x4 15.00 Pcs F. Junction Box 4x4 1.00 Pcs G. 3/4 Ø Entrance Cap 5.00 Pcs H. Electrical Tape I. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 30.21 1.00 A. Construction Foreman 30.21 1.00 B. Skilled Laborer 30.21 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 0.00 M A. Thhn Wire Stranded # 8 2.00 Box B.thhn Wire Stranded # 12 0.00 M C. Thhn Wire Stranded # 10 3.00 Set D. Flush Type Single-gang Switch 2.00 Set F. Flush Type Three-gang Switch 5.00 Set G. Flush Type Outlet 3 Gang Universal H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 11.50 1.00 A. Construction Foreman 11.50 1.00 B. Skilled Laborer 11.50 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Pcs A. Panel Board Bolt On Type 6 Holes 1.00 Pcs B. 60 Amp. Plug-in Breaker 1.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1103(1) Lighting Fixtures Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Lighting Fixtures Direct Cost: A. Materials: 10.00 Units A. Led Pinlight 12w B. Manpower: Number Of Hours 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 Ls 1.00 I.s. Sewer Line Work Direct Cost: A. Materials: 6.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 4.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 4.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 3.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 3.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 2.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 0.00 Pcs H. Pvc Coupling (50mm D) 3.00 Pcs I. Pvc Coupling3 (101mm D) 0.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 1.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) B. Manpower: Number Of Hours 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 Ls 1.00 I.s. Storm Drainage And Downspout Direct Cost: A. Materials: 10.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 20.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 20.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.00 I.s 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 4.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 10.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 4.00 Pcs C.13 Mm Ø Ppr Elbow 2.00 Pcs D.13 Mm Ø Ppr Coupling 4.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 8.00 Pcs G.13 Mm Ø Ppr Tee B. Manpower: Number Of Hours 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(5) Plumbing Fixture Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.00 I.s. 1.00 I.s. Plumbing Fixture Direct Cost: A. Materials: 2.00 Set A. Water Closet With Complete Accessories 0.00 Set B. Urinal With Complete Accessories 2.00 Set C. Lavatory (wall Hung) 2.00 Set D. Floor Drain 2.00 Set E. Soap Holder (toilet Soap / Liquid Soap) 2.00 Set F. Toilet Tissue Holder/dispenser 2.00 Set G. Bidet 2.00 Set H.lavatory Faucet 2.00 M I. 38 Mm Stainless Steel Grab Bar 2.00 Sq.m. J. Facial Mirror (60cm X 60 Cm) B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 16.48 1.00 A. Construction Foreman 16.48 1.00 B. Skilled Laborer 16.48 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 61.92 M2 Dpwh Standard Output Per Hour (oph)= 2.00 M2 61.92 I.s. Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date10 Mar 2025
Tender AmountPHP 1.4 Million (USD 26.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Description
this Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products And/or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort.
the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Sources Sought Notice In Accordance With (iaw) Far Part 15.201(e).
the Purpose Of This Sources Sought Notice Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Products And/or Services Described Below.
documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following:
company Name;
address;
point Of Contact;
phone, Fax, And Email;
uei Number;
cage Code;
tax Id Number;
type Of Small Business, E.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business, Etc.;
state If Your Business Has An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Below And Provide The Contract Number; And
must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below.
requirement:
the Va Heartland Network 15 Contracting Office Located At 3450 South 4th Street, Leavenworth, Ks, 66048-5055 Is Seeking A Potential Qualified Contractor To Provide A Cost-per-test (cpt) Blanket Purchase Agreement (bpa) For Automated Antinuclear Antibody (ana). It Is The Intent Of The Government To Award A Contract To A Single Contractor For Indirect Fluorescent Antibody (ifa) System And Reagents For The Kansas City Va Medical Center, Located In Kansas City, Missouri, And The John J. Cochran Veterans Hospital, Located In St. Louis, Missouri. This Is A Brand Name Or Equal Requirement. Please See The Statement Of Work For More Specifics And Details.
the North American Industry Classification System Code (naics Code) Is 334516 (analytical Laboratory Instrument Manufacturing), Size Standard 1,000 Employees. Based On This Information, Please Indicate Whether Your Company Would Be A Large Or Small Business And Have A Socio-economic Designation As A Small Business, Vosb Or Sdvosb.
important Information:
the Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set- Aside Or Full And Open May Be Used.
responses To This Notice Shall Be Submitted Via Email To Lisa Buchanan At Lisa.buchanan1@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Friday, April 26, 2024, At 8:00am Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
statement Of Work
scope Of Procurement:
kansas City Has The Intent To Establish A Cost-per-test (cpt) Blanket Purchase Agreement (bpa) For Automated Antinuclear Antibody (ana). It Is The Intent Of The Government To Award A Contract To A Single Contractor For Indirect Fluorescent Antibody (ifa) System And Reagents. The Reagents Are Required To Perform Specialized Diagnostic Testing On Clinical Patient Specimens And Must Meet Stringent Quality Control And Compliance Standards. Ordering Of Reagents Will Be Done On An As Need Basis With Shipments Delivered Within At Least 5 Business Days. No Minimum Or Maximum Threshold Will Be In Place. The Quantity And Type Of Reagents Purchased Cannot Be Predicted And Is Based On Mission Requirements During The Performance Period.
attachment A Provides An Estimated Volume By Test. Pricing Is Based On The Average Daily Test Volume Per Instrument/analyzer. The Volumes Listed Per Facility In Attachment A, Are Estimates Only.
this Will Be A Base Year (12 Mo) Plus Four (4) Years (12 Mo) Optional Years. The Period Of Performance Is 01/02/2026 - 12/31/2031.
the Instrumentation Shall Have The Capability Of Performing And Reporting The Clinical Parameters As Defined In This Statement Of Requirements. The Instrument Shall Be Able To Simultaneously Perform The Complete Profile As Described Below Meet The Performance Characteristics For Accuracy And Precision As Defined By The 1988 Clinical Laboratory Improvement Act (clia) And The Clinical And Laboratory Standards Institute (clsi).
the Contractor Will Be Required To Provide A Continuously Stocked Inventory Of:
reagents
standards
controls
supplies
disposables
any Other Materials Required To Properly Perform Tests On The Equipment Such That Equipment Operations Are Not Interrupted.
these Items Shall Be Of The Highest Quality, Sensitivity, Specificity And Tested To Assure Precision And Accuracy.
expiration Date Must Be Clearly Marked On Reagent, Standards, And Control Containers.
any Unexpected Changes In Methodology/technology Shall Be At The Expense Of The Contractor.
alert/notification Of Any Delays In Shipment As Well As Any Or All Technical Advisory/recalls/alerts, Prior To Or Simultaneously With Field Alerts Should Be Forwarded To The Designated Individuals Determined At Contract Award.
ordering Of Reagents Will Be Done On As Needed Basis With Shipment Delivered Within At Least 5 Business Days.
special Handling For Emergency Orders Of Supplies: In The Event That The Supplies Are Found To Be Defective And Unsuitable For Use With The Contractor S Equipment, Or The Contractor Has Failed To Comply With The Requirements For Routine Supply Delivery, The Contractor Is Required To Deliver The Supplies Within 24 Hours Of Receipt Of A Verbal Order For Emergency Delivery. If Either Circumstance Has Occurred, The Contractor Shall Deliver To The Government Site In The Most Expeditious Manner Possible The Necessary Consumables In Sufficient Quantity As Required To Allow Operation Of The Contractor S Equipment For One Week (under Normal Government Test Load Volume). If Additional Requests For Emergency Supply Delivery Are Required By The Government, They Shall Be Honored By The Contractor Until The Arrival At The Laboratory Of The Monthly Standing Order/routine Supplies Delivery.
the Contractor Shall Pay All Shipping And Handling Fees For Supplies.
the Contractor Shall Package Reagents In Such A Manner As To Ensure The Integrity Of The Reagents During Transport.
the Contractor Shall Explain Their Policy On Replacement Of Unsuitable Or Damaged Products Or Products Shipped In Error.
vendor Shall Provide A Va Acceptable Itemized Bill For All Items Shipped For Payment With Each Shipment.
definitions
cost Per Test (cpt)- As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers Contractors Are Required To Provide A Price For Each Test That Can Be Performed On Its Equipment. The Per Test Price Shall Include Costs Covering (1) 4 Year Equipment Use, (2) All Reagents, Standards, Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation And Reporting Of A Test Result, (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Are Required To Provide Delivery, Installation, And Removal Of Equipment At No Additional Charge.
general Requirements
the Contractor Is Required To Maintain The Equipment. All Work Shall Be Performed In Accordance With The Guidelines Established By Federal, State, And Local Ordinances, Fda Manufacturer S Guidelines, And With All Terms, Conditions, Provisions, And Specifications Provide Herein.
vendor Shall Provide An Automated Indirect Fluorescent Antibody (ifa) Slide Processing And A Digital Immunofluorescence Imaging System.
the Contractor Must Be A Manufacturer Of All Listed Products And Reagents.
vendor Shall Provide Latest Model/version Of Instrumentation. Refurbished Or Discontinued Models Are Not Acceptable.
technical Features- The Instrumentation Must Be Approved By The Food And Drug Administration (fda) And Shall Have The Following:
reagents, Kits, And Supplies:
the Contractor Shall Provide Fda Approved Antinuclear Antibody Products To Include Reagents, Kits, Supplies, And Consumables Used To Perform Patient Testing Slide Stage Instruments.
these Items Must Be Of The Highest Quality, Sensitivity And Tested To Assure Precision And Accuracy.
expiration Dates Must Be Clearly Marked On All Reagent Containers And No Shorter Than 12 Months Out.
unexpected Changes In Methodology/technology Shall Be At The Expense Of The Contractor.
the Contractor Shall State The Open Date Stability For The Reagents For Room Temperature, Refrigeration And Frozen.
the Contractor Shall Supply All Safety Data Sheets For Their Proposed Reagents.
the Contractor Shall Inform The Serology Laboratory Supervisor Of Any Reagent Recalls Or Bulletins Due To Product Unavailability Due To Manufacturing Issues.
data Management System:
must Be Able To Interface With Vista Via Data Innovations Instrument Manager
shall Be Capable Of Maintaining All Data And If Interfaced, Retransmit Data For Up To 24 Hours In The Event Of Normal Electrical Power Interruptions Via Battery Backup.
shall Have A Built-in Quality Control Program To Regularly Monitor Performance Of Vital Components.
shall Possess Capability To Backup All Data To A Secondary External Storage Format (e.g. Compact Disk).
shall Have Sufficient Memory To Store Patient Information And Test Results For 10,000 Records With Downloading Capability To An External Medium For Long Term Storage Of Patient Records And Other Information.
hardware Features The Instrumentation Shall Have The Following:
a Total Equipment Footprint That When Installed In The Laboratory Shall Not Impact The Functionality/operations Of That Laboratory.
an On-board Monitor/screen That Is Easily Readable.
a Printer That Has The Capability Of Printing A Patient Report With Patient Demographic Information That Includes Minimally The Patient S Name And Accession Number Or Unique Identifier Number (uid).
an Uninterruptible Power Supply With Line Conditioner For Each Instrument Provided, Including Replacement Of Batteries.
ancillary Support Equipment:
the Contractor Shall Provide, Install, And Maintain Through The Life Of The Bpa , As Indicated, All Ancillary Support Equipment To Fully Operate Or Place The Analyzer Within A Laboratory As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer, Water Systems (including Consumable Polishers, Filters, Etc.), And Universal Interface Equipment, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Line Conditioners, Ups, And Ups Batteries, Etc.
method Validation Requirements
the Contractor Shall Assist Each Site In The Performance All Comparison And Validation Studies To Include Any Materials And Reagents Needed For Such Correlation At No Cost To The Government. The Contractor Shall Perform All Statistical Analysis, As Applicable, And Report Data In An Organized, Clearly Comprehensible Format. This Process Shall Be Consistent With Current Clsi Standards And Related Documents, The Joint Commission Standards, Cap Standards, And Federal Regulations.
implementation/transition Timeframe
need Validation Of Equipment Completed Validated 90 Days Before Final Award.
the Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After Award. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government.
upon Award The Transition Period For The Awarded Bpa To Have All Equipment And Peripherals Installed And Operational By January 2, 2026. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed.
contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. Contractor S Submitted Plan Shall Project For The Transition Of All Services Under The Awarded Bpa Including Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents, And Supplies, Etc., Performance Of All Correlations And Validations With A Start Date Of January 2, 2026. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Bpa For Cause Under The Termination For Cause Clause Of The Bpa.
equipment Relocation: In The Event Of Moving The New Equipment To A New Location (such As A New Laboratory, Final Destination), The Contractor Shall:
move Contracted Lab Equipment From The Current Location To The New Lab Space.
assist With Instruments Validations After Relocation.
support Features
commercial Marketing. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. Discontinued Models That Are Only Being Made Available As Remanufactured Equipment Are Not Acceptable.
start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories, And Any Other Item Included On The List Of Supplies Defined In The Federal Supply Schedule Contract And Required To Establish Instruments For Operation For Performance Of Acceptance Testing. The Contractor Shall Assist The Government With Validation And Method Comparison Studies. All Materials And Reagents Needed For Such Correlation At No Cost To The Government. The Contractor Shall Perform All The Statistical Analysis And Report Data In An Organized, Clearly Comprehensible Format. This Process Shall Be Completed Within Two Weeks Of Installation Of The Analyzer At Each Site And Shall Be Consistent With Current Clsi And Related Documents, Cap Standards And Federal Regulations.
training
upon Installation: The Contractor Shall Provide Advanced (key Operator) Instrument Training Program For At Least Three Operators Per Facility At No Charge To The Government That Is Coordinated With And Timely With The Equipment Installation, Sufficient To The Size And Scope Of The Facility S Services And Minimally Equivalent To The Terms And Conditions For Training Defined In The Contractor S Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers Contract. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Troubleshooting And Repair.
thereafter: The Contractor Shall Provide Training For Minimally One Operator Per Facility Per Year At The Discretion Of The Government For Each Model Of Instrumentation Placed. Utilization Of The Training Slots Shall Be Mutually Agreed Upon Between The Va And The Contractor. A Training Program That Involves Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant.
equipment Preventative Maintenance/repair Service. The Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On All Primary Instrumentation And Any Incremental Support Equipment, E.g. Water System, Offered According To The Following Terms:
service Requirements
a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hours.
equipment Repair Service Shall Be Provided During Core Business Hours. See Attachment A Defining Core Business Hours Of Each Facility Included In This Solicitation. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel.
equipment Repair Response Time Shall Be No More Than 24 Hours.
preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer S Operator S Manual And Within 2 Weeks Of The Scheduled Due Date.
a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following:
date And Time Notified
date And Time Of Arrival
serial Number, Type, And Model Number Of Equipment
time Spent For Repair, And
proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance.
each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call.
upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Upgrades That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Bpa; However, It Does Refer To Significant Changes In The Hardware Operational Capability.
interface Requirements The Contractor Shall Be Responsible For Providing All Hardware Required For The Connection, Implementation, And Operation Of The Interface To The Universal Interface And Any Incremental Fee That Is Required Each Time An Instrument Is Added To An Existing Universal Interface System (see Attachment A).
shall Be Capable To Connect And Integrate Results Through A Middleware System
work With The Laboratory Information Managers To Interface The Middleware System With Vendor Provided Instruments.
provide Remote Or Onsite Guidance On Validation Techniques And Assist Troubleshooting.
the Contractor Shall Provide All Necessary Software Support Ensuring That Successful Interfacing Has Been Established. Specific Requirements For The Communication Of The Data Streams Will Be Unique To The Instrument System Involved And Dictated By The Manufacturer Itself. Information Necessary To Make The Determination For Type And Amount Of Interfacing Equipment Is Supplied In Attachment A.
if A Site Already Has A Universal Interface Box, The Contractor Is Responsible For Everything Leading Up To The Box Including Any Incremental Fee Required To Add Additional Equipment (e.g. Lantronix Box, Licenses, Ports/cards, Cables, Software, Etc.) To The Universal Interfacing System.
if A Site Does Not Have A Universal Interface And One Is Needed To Optimally Interface The Instrument, Then The Contractor Is Responsible For The Acquisition Of The Universal Interface Box And Everything Else Needed To Connect With Va Computerized Hospital Information System.
if There Are Any Software Upgrades In The Instrument During Its Life, The Contractor Is Responsible For Seeing That The Interface Can Accommodate Any Changes In The Data Stream Going To The Va Computerized Hospital Information System.
vendor Must Supply The Following Documentation For All Analyzers And Data Management Systems Proposed To Visn 15:
mds2 - Manufacturer Disclosure Statement For Medical Device Security.
va Directive 6550 Appendix A- Pre-procurement Assessment
acl Communication Profile
commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g. Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software.
characterization Of Waste The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated.
the Determination And Description Shall Address The Following:
waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24)
waste Ignitability (reference 40 Cfr §261.21)
waste Corrosivity (reference 40 Cfr §261.22)
waste Reactivity (reference 40 Cfr §261.23)
hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31)
discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33)
solid Waste (reference 40 Cfr §261.2)
exclusions (reference 40 Cfr §261.4)
the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices.
contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response:
barium (total)
cadmium (total)
chromium (total)
copper (total)
cyanide (total)
lead (total)
mercury (total)
nickel (total)
silver (total)
zinc (total)
arsenic (total)
selenium (total)
tin (total)
ph
flash Point (to Higher Than 200f)
bod; Biochemical Oxygen Demand
the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether Or Not The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System.
standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Bpa] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor S Technical Specification Or As Quoted In Any Bpa At An Effectiveness Level Of 90% Or More.
if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue On A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days.
if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled Termination For Cause. (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.)
operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor S Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition.
during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When In Excess Of The Minimum Of 100 Hours.
the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes.
during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer S Instructions, Shall Be Solely That Of The Contractor. Each Instrument Provided By The Contractor Shall Maintain An Uptime Of 90% In Each Month Of The Term Of The Agreement For Equipment.
the Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility.
prior To Termination Or Completion Of This Bpa, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Bpa Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Bpa.
all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Bpa Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Bpa Or Disposal Or Return Of The It Equipment, Whichever Is Earlier.
bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
contractor Must Accept The System Without The Drive;
va S Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then;
the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And;
any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Bpa.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation.
Closing Date25 Apr 2025
Tender AmountRefer Documents
Municipality Of Consolacion, Cebu Tender
Healthcare and Medicine
Philippines
Details: Description 1. The Municipality Of Consolacion, Through The General Fund Intends To Apply The Sum Of Twenty-five Million Pesos (p 25,000,000.00) Being The Abc To Payments Under The Contract For Procurement Of Mobile Diagnostic And Dental Clinic For The Municipality Of Consolacion. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Consolacion Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 60cd. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The Pertinent Provisions Of Republic Act (ra) No. 12009 And Its Irr. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bac Office Of The Municipality Of Consolacion And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 19, 2025 To June 9, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (p 25,000.00). 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. 6. The Municipality Of Consolacion Will Hold A Pre-bid Conference On May 27, 2025 At 10:00 O’clock In The Morning At The Bac Office Located At The 4th Floor, Municipal Building, Poblacion Oriental, Consolacion, Cebu, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 10:00 O’clock In The Morning, June 9, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 9, 2025 At 10:00 O’clock In The Morning At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Consolacion Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Pertinent Provisions Of Ra No. 12009 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Sharon Rose Gigremosa Jakhelene C. Tubin Bac Office 4th Floor, Municipal Building Poblacion Oriental, Consolacion, Cebu 268-3736/239-2371 Bacconsolacion@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: A. Lguconsolacion.gov.ph Or B. Philgeps Website Atty. Paolo Crispino C. Sucalit Bac Chairperson Mobile Diagnostic And Dental Clinic: 20 Feet Length, 7.5 Feet Width, 7.5 Feet Height. Composed Of Galvanized Iron And Aluminum Composite Panel Board. 1 ▪ X-ray Room: Division With Lead Sheets And Viewing Lead Glass. Provided With An Aluminum Composite Panel Division. Print ▪ Workstation For Dr System Room: It Is Provided With A Working Table, A Fixed Drawer, And A Cabinet, As Well As An Aluminum Composite Panel Division. ▪ Exam/ecg/ultrasound Room: This Division Has A Patient Bed, Side Table, Cabinet, And Hanging Cabinet. It Is Provided With An Aluminum Composite Panel Division. ▪ Dental Room: Division With Dental Chair Set, Water Supply. Provided With An Aluminum Composite Panel Division. ▪ Comfort Room: Provided With Toilet Bowl And Exhaust Fan. ▪ Waiting Area: Provided With A Motorized Canopy With 2 Adjustable Chair Stools. I. Vehicle Cab & Chassis • Engine Size (l) 7.8l • Engine Type 4-cylinder Turbocharged, 4 Stroke Intercoolers, Water Cooled, • Cylinder Count 4 • Valve Count 16 • Transmission Type: Manual • No. Of Gears 6 Speed • Drive Type 4x4 • Max Power (hp) 155hp • Max Torque (nm) 419nm • Fuel Type Diesel • Fuel Capacity (l) 200l • Emission Standard Euro 4 • Gross Weight (kg) 11,000kg • Overall Width (mm) 2,200mm • Overall Height (mm) 2,680mm • Overall Length (mm) 8,155mm • Wheelbase (mm) 4,770mm Note: Lto Registration - 3 Years 1-year Vehicle Insurance Warranty: 3 Years Warranty Of The Vehicle Parts Lgu Logo, Color & Designs Public Address System (pa System) Ii. Body Specifications 1. Baby Chassis- C-channel 5” 2. Floor Joist- C-channel 4” 3. Flooring- G.i. Sheets, Phenolic Board, Rubber Vinyl 4. Frames- Bended G.i. Sheets, Tubulars 5. Side Skirts- Bended G.i. Sheets 6. Interior/exterior Walls- Aluminum Composite Panel 7. Roofing- Pre-painted G.i. Sheets 8. Pull Downstairs- Tubulars, Stainless Steel Checkered Plate 9. Swing Door- Tubulars, Aluminum Composite Panel, Fixed Glass Sliding Windows- Extruded Aluminum Profile, Tempered Glass Note: 1 Year Warranty For All Medical Equipments Iii. Medical Equipments X Ray Machine 100ma Iray X10 5. 6kw Portable X Ray Unit With Separate Console Panel Model Parameters Ysx056 Power 5.6kw Power Supply Ac100v~240v/ Dc48v Power Supply 220v/50hz (rated Current ≥16a; Internal Resistance ≤0.20) Ma 5-100 Ma Stepping R'10 Or R20 Mas 0.1--320mas Stepping R'10 Or R'20 Kv 40—125kv Stepping 1kv Exposure Time 1~10000ms X-ray Tube Focus 0.6mm/1.8mm Double Focus Target Angle 15° Anode Heat Capacity 42khu Working Frequency 80-200khz Exposure Mode Hand Brake, Remote Control Lithium Battery Exposure Times (optional) 200times Exposures After Full Charging. Xray Film : 100 Pcs Warning Light: Suitable For Nicu, Icu, Trauma & Ortho Digital Radiography System • Cassette Detector Per Iso 4090, Fits In Bucky 139 Pm Pixel Pitch, With 16-bit Adc For More Image Details, Stable Isync+ Automatic Exposure Detection (aed) • Venu 1717x Is A 17×17-inch, Tethered Cassette-sized Fpd For Radiographic Imaging. It Features A 139 Pm Pixel Pitch With Direct Deposition Csl And With A Reliable Aed, Enabling A Smart Workflow. It Is The Optimal Choice For A High-end Dr System. • Innovative A-si Cassette-size Portable Flat Panel Detector • Technical Specifications Detector Technology Scintillator Active Area (inch) Pixel Matrix Pixel Pitch (μm) Spatial Resolution (ip/mm) Ad Conversion(bit) • Data Transmission Trigger Mode Preview Image Time (s) Full Image Time (s) Dimensions(mm3) Weight (kg) Power Dissipation(w) Operating Temperature (0c) Storage & Transport Temperature With Package (0c) Operating Humidity(% Rh) • Storage & Transport Humidity With Package (% Rh) I Dimensions Venu 1717x • Sucure Ups- 650va • A4tech Krs-8572- Keyboard • Epson Printer Ecotank L121 • Viewpoint 20’’ Led Monitor • Cpu Amd Ryzen 5 High Definition Capability Msi Board Gigabit Lan 8gb Ram 120gb Ssd 1tb Hdd Storage 22" Monitor Epson Temperature (0c) Storage & Transport Temperature With Package (0c) Operating Humidity (% Rh) • Storage & Transport Humidity With Package (% Rh) I Dimensions Venu 1717x • Sucure Ups- 650va • A4tech Krs-8572- Keyboard • Epson Printer Ecotank L121 • Viewpoint 20’’ Led Monitor • Cpu Amd Ryzen 5 High Definition Capability Msi Board Gigabit Lan 8 Gb Ram 120 Gb Ssd 1 Tb Hdd Storage 22" Monitor Epson Printer Ups Diagnostic Ultrasound System 3 Probes (convex, Linear, And Phased Array) Operating System: Linux Platform (stable And Will Not Be Infected By A Virus) Size Maximum: L×w×h(mm): 352mm×378 Mm×114mm Weight Less Than 6.5kg Multiple Beam Processing Required Applications Have A Wide Range Of Applications, Including: Abdominal, Ob/gyn, Cardiology, Urology, Small Parts, Vascular, Orthopedic, Anesthesia, And Msk. Application Icon All The Application Shows In A Unique Icon Monitor: No Less Than A 15.6-inch Lcd Monitor, Widescreen, Anti-flickering, Can Be Vertically Swiveled, High Resolution (1920 X 1080 Pixels) Keyboard: Pc Back Light Keyboard On The Control Panel, With At Least 4 User-defined Keys Monitor And Keyboard Brightness Auto Adjustment: Monitor And Keyboard Brightness Auto Adjustment Wifi Connection: Required (with Portable Wi-fi Provided) Solid State Drive (ssd): Not Less Than 1tb Fast Boot Up: Within 30s Stand By: Required Operation Mode: B Dual B Quad B Pure Inversion Harmonic Imaging (phi) Trapezoid Imaging (linear And Convex) Real-time Panoramic Imaging (b Mode) Panoramic Support In Linear And Convex. Velocity Indicator And Image Rotation. M Pw Cw Hd Zoom Compound Imaging (0,1,2,3,4) U-scan (5 Levels Adjustment) Needle Enhancement ( Vis-needle ) Transducer Socket: 2(1 For Standard/1 For Optional) Active Transducer Connectors, Which Can Support All Transducers. Should Have A Transducer Extender That Can Extend To 3 Sockets. Transducers: Can Supply More Than 7 Transducer Choices, Covering Linear, Convex, Endocavity, Micro-covex, And Intre-operation Probe. Scanning Methods: "electronic Convex Secter Electronic Linear Secter" Clipboard Function: Capture And Review The Archived Images, Support Output The Images And Video To Usb And Dvd In The Scanning Interface. Image Optimization 1: Images Can Be Optimized With One Button In B Mode Image Optimization 2: Images Can Be Optimized With One Button In Pw/cw Mode Tgc: Required Lgc: Required The Zoom Value Can Be Shown. The Minimum Zoom Ratio Can Low To 0.8. The Max Zoom Ratio Can Up To 10. Support Pip. Auto Imt Required Full Screen Zoom Required Biopsy: Support 2 Needle Guide Line And 1-gun Guide Line Warranty: Spare Parts Should Be Provided With System For 18 Months Scanning Parameters B Mode C-field Beam: Focusing On An Area Without Limitation Dynamic Range: At Least 20-200db(probe Dependent) Can Be Adjusted By 20db/step. Gain: 1~255, Adjustable Depth: 30cm Maximum Chroma: Maximum 12 Selectable Frequency: 5 Bands Persistence: 4 Levels Adjustable Grayscale Curve:16 Types Line Density: Can Choose The Lower Line Density For Higher Frame Rate, And Line Density Can Be Adjusted By 3 Levels: Low/med/high U-scan Speckle Reduction Imaging, Adjustable Compound Imaging: Required Live Panoramic Imaging: Required Trapezoidal Imaging: Image Area Extend For Linear Convex Extension: Image Area Extend For Convex Biopsy Guide Function: Required, And The Biopsy Line Adjustable. Imaging Width And Position: Adjustable Tissue Specific Imaging: Provide Different Choices For Tissue Scanning When Scanning In Different Organs Image Optimization By One: Button Required B-steer: Required, At Least The Linear Probe M Mode Sweep Speed: Adjustable, At Least 5 Levels Video Inversion Function: Required Chroma: At Least 12 Types Display Format At Least 5 Types Spectral Doppler Prf "pw: 1~16khz Maximum Velocity Range: Pw: 0.0004~18 M/s Baseline: 9 Steps Frequency: 3 Bands Angle Correction: 0~88-degree, 2 Degree Per Step Or Less Auto Angle Correction: Auto 60 Degree Of Angle Correction By One Button Sample Volume In Pw Doppler: 0.5~24 Mm, Adjustable Sweep Speed Adjustable, At Least 5 Levels Chroma: 12 Types Video Inversion Function: Required Spectrum Inversion: Required Real Time Auto-trace: Required Wall Filter: 5 Levels, Adjustable One-key Auto Optimization: At Least Can Adjust The Baseline, Prf, And Correct Angle Steer Angle: 4 Levels 0, ±8, ±12, ±16 Display Format: 5 Transducer Transducer Warranty: Transducers Are Manufactured By Supplier, And The Warranty Should Last 18 Months Transducer Frequency: Broadband (1.0~16mhz) With Multiple 5 Frequencies Range In B Mode/color Mode/pih Mode/pw Mode/cw/mode Transducer Elements: At Least 128 Linear Transducer: Frequency Range: 4~16mhz Convex Transducer: Frequency Range: 2~15mhz Endocavity Transducer: "frequency Range: 3~15mhz Scanning Angle: 135°" Biopsy Guide: Required Image Storage Cine Loop: Available For All Mode Retrospective Storage: 27s Retrospective Saved In Real Time Prospective Storage: 480s Prospective Saved In Real Time Freeze Storage: Required Image Format: Jpg, Bmp, Tif Clipboard Function: Is Available In Frozen B Mode Clip Format: Wmv, Avi One Key Save: Required Doppler Cine Playback : Speed Is Adjustable, Sound Can Be Played Back Print & Store Region: Full Screen, Image &result Area, Us Image Image Share Service: Required Store To Usb Disk: Required Storage Capability: Hard Disk Can Up To 500g/1t; Ssd Can Up To 128gb Report Tables: Abdominal, Ob/gyn, Cardiology, Urology, Small Parts, Vascular,imt Report Format Txt, Pdf Report Templet: At Least 6 Images Can Be Displayed In Report Measurements Measurement Packages: Abdominal, Ob/gyn, Cardiology, Urology, Small Parts, Vascular, Orthopedic, And Measurement Packages Can Be Chosen For Icon Driven Or All Packages Measurement In B Mode: Distance, Angle, Ratio(distance, Area), Area/circumference(ellipse, Trace),volume(3 Axis/2 Axis) Measurement In M Mode: Distance, Time, Slope, Hr Measurement In Pw Mode: Flow Velocity, Acceleration, Time, Heart Rate, And Has Automatic Measurement Functions Short Cut Key For Obstetrics Measurement: At Least 9 Keys Quick Measurements Measurement Can Be Select By One Button Obstetrics Packages Measurement Items 28 Types, Including Gs, Crl, Bpm, Hc, Ac And Afi. Formula: Users Can Define The Formula By Themselves Fetal Growth Chart Systems Can Display Fetal Growth In A Graph Chart According To Some Measurement Items And Their Ob Tables. Up To 4 Charts Cardiac Packages B Mode: Single-plane Ellipse, Bi-plane Ellipse, Bullit, Simpson M Mode: Cube, Teichholz, Gibson Pw Mode: Real Time Automatic Measurement Ecg Machine 3 Channel -300g, Digital, Automatic Lead: Standard 12 Leads Acquisition Mode: Simultaneous 12 Leads Acquisition Measurement Range: ±5mvpp Input Circuit Floating; Protection Circuit Against Defibrillator Effect Input Impedance: ≥50mω Input Circuit Current: <0.05µa Record Mode Automatic:3ch×4+1r,3ch×4,3chx2+2chx3,3chx2+2chx3+1r,6chx2; Manual: 3ch, 2ch, 3ch+1r, 2ch+1r; Rhythm: Any Lead Selectable. Filter Emg Filter: 25 Hz / 30 Hz / 40hz/75 Hz / 100 Hz / 150hz Dft Filter: 0.05 Hz/ 0.15 Hz Ac Filter: 50 Hz / 60hz Cmrr: >100db Patient Leak Current: <10µa (220v-240v) Frequency Response: 0.05hz~150hz (-3db) Sensitivity: 2.5mm/mv, 5 Mm/mv, 10 Mm/mv, 20 Mm/mv (error:±5%) Anti-baseline: Drift Automatic: Time Constant:≥3.2s Noise Level: <15µvp-p Paper Speed: 12.5 Mm/s, 25 Mm/s, 50 Mm/s Recording Mode: Thermal Printing System Paper Specification Roll 80mmx20m Normal: 1000sps/channel Power Supply Ac: 100~240v, 50/60hz, 30va~100va Dc: 14.8v/2200mah, Built-in Lithium Battery Semi-auto Blood Chemistry Analyzer 1. End Point, Kinetic, Fixed Time, Rate, Etc. 2. Filter Wavelength: 340/405/450/510/546/578/630nm, 2 More Open 3. Filter Positions, Others On Request. 4. With 20 Incubating Positions. 5. Large Memory To Store 144 Test Programs And 5600 Testing Results. 6. Excellent Q.c Function, Q.c Chart Can Be Stored, Displayed And Printed. 7. 37℃ Temperature In Flow Cell And Incubating. 8. Real Time Graph Can Be Displayed And Printed Dental Chair • 3-way Syringe (one For Straight And One For Angled) • Powerful Suction Device • Saliva Ejector (central Vacuum System For Options) • Dentist Stool • Dental Light • Strong And Weak Two-set Led Sensor Operation Lamp • Automatic Thermostatic Water Supply System • Integral Ceramic Spittoon Water Purification System With A Bottle Of External • Warm Water System • Pure Water System Supply • Pure Water One-touch Switch System • Rotatable Ceramic Spittoon • Dc 24v Noiseless Motor Driver Chair • With Dental Surgical Tools • The Patient Seating Body Is Formed With A Highly Flexible Design Enabling Various Seating Angles. • All Controlled By Computer • Spirit Lock Tight Equilibrium Equip • Foot Pedal • Dental Stool • Multi-adjustable Headrest Gives Patient A Pleasant Position During Treatment • 4-hole/2-hole Handpiece Tubing With Standard Fittings 3 Sets Dental Oral Surgery Set • Extraction Forceps #16 • Extraction Forceps #17 • Extraction Forceps #18l • Extraction Forceps #18r • Extraction Forceps #44 • Extraction Forceps #69 • Extraction Forceps #150 • Extraction Forceps #151 • Aspirating Syringe • Minnesota Retractor • Bone File • Bone Curret • Gum Separator • Seldin Retractor • Root Tip Pick Str • Root Tip Pick L • Root Tip Pick R • Blade Handle #3 • Elevator #301 • Elevator #304 • Surgical Mallet • Iris Scissor Str • Tissue Forcep • Molt • Hemostat Curved • Hemostat Str • Chisel • Periosteal Elevator • Bone Ronguer • Allis Tissue • Needle Holder • Elevator L #302 • Elevator R #303 • Crossbar L • Crossbar R Auto Clave Can Be Heated By Electricity Only. Disinfecting Pressure: 0.14-0.165mpa Volume: 18l Electric Supply: 220v Power: 2kw Box Dimension: 41x41x50cm Hematology Analyzer · 10.4 Inch Touch Screen · 2 Counting Modes · Automatic Re-counting · Lyse Inside The Analyzer, High Space Utilization · 3 Calibration Methods: Manual, Calibrator, Blood · 9 Language Clinical Centrifuge Model: Dsc-200t Dsc-156t Speed: 300~3000rpm At 60hz ; 300~2500rpm At 50hz Timer: 0~30 Min. Mechanical Timer Motor: Brushless Induction Motor Rotor Ar-1506 R.c.f. 1,066g Capacity: 6 X (10~15)ml Standard Accessory: 6 X (10~15)ml Tube Adapter Optional Accessory: (5~7)ml Or (1.5~2.0)ml Tube Adapter Weight (kg): N.w. 3.5 / G.w. 4.5 Overall Dimension: W280xd2805xh255mm Power Supply: Ac 110v 50/60hz (220v 50/60hz Available) 1. Microscope Obtain Clear Images At Three (40x, 100x And 400x) Or Four (40x, 100x, 400x And 600x Or 1000x) Magnifications With 18mm Field Number. All In A Compact And Easy To Carry Size. The Entire Series Is Equipped With 1w X-led1 Illumination For Bright And Uniform Light. If A Cordless Microscope Is Needed, The R Models Are Is Your Choice As They Come With A Rechargeable Battery. Stable, Yet Compact And Light Weight Long-lasting, 8-15h Operating Time Can Be Transported For Being Used On Site Micro Hematocrit Centrifuge 1. Speed12,000rpm (fixed)r.c.f.14,648g 2. Timer0~15 Min. Mechanical Timer 3. Motor Universal Motor 4. Capacity 24 X Capillary Tube (diam. 1.5x75mm) 5. Standard Accessory 6. Percentage Reader (aluminum) 7. Optional Accessory 8. Disc Reader (plastic) 9. Weight (kg)n.w. 9.0 / G.w. 9.5 10. Overall Dimensionw300xd300xh240mm 11. Power Supply Ac 110v 60hz (220v 50/60hz Available) Medical Refrigerator Type: Medical Cryostat Shape: Vertical Over Temperature Alarm : With Alarm Function Scale : Small Non Customized Product Name: Laboratory Refrigerator External Size (mm) : 495x548x683 Capacity : 50 L Temperature Range : 20c-8c Temperature Accuracy: 0.1 Control System : Microprocessor Control Alarm: Audible And Visual Alarm For High And Low Temperature Refrigerator Type: Forced Air Refrigeration System Refrigerant : R600a Climate Type: N,sn Glassdoor: Toughened With Electric Heating Function, No Code Constructure: Unibody Design & High Pressure And High Density Cy Internal Material: Cold-rolled Steel Coated Examination Light • Flexible Holder Light Head ‘ • Led White Light ‘ • Adjustable Dimmer Knob • 220 Volts, 60hz • Wall Or Ceiling Mounted • Power Switch On Headlights • Flexible And Durable Conduit Bp Apparatus • Desk Or Wall-type Bp Apparatus With Large Dial Blood Pressure Monitor Precision Tested • Square Shapes, 14cm Diameter Dial • Adjustable Vertical Angulation For Easy Reading • Specially Designated Base For Desk Or Wall Mounting • Durable Closed System Provides Excellent Accuracy • 300mm Aneroid Meter • Velcro Cuff • Durable Air Chamber, Pump And Control Nebulizer • Power : 220v 60 Hz • Current : 0.8a • Medication Capacity: 6 Ml • Sound Level: <60dba • Average Nebulization Rate : Min. 0.2 Ml/min • Compressor Pressure Range: 8 To 16 Psi • Liter Flow Range : 6-10 Lpm • Operating Temperature Range: 10 C To 40 C • Operating Humidity Range: 10 To 95 % Rh • Storage Temperature Range: - 20 C To 70 C • Storage Humidity Range : 10 To 95% Rh • Dimension (lxwxh): 6.1’’x 5.5’’x 3.5’’ • Weight : 1.2 Kg (2.7lbs) Manual Resuscutator- Adult And Pedia • Material – Silicone, Pc, Pvc. Pe • Size- Adult, Pediatric (child), Infant • Bag Volume -1600ml & 2000ml • Stoke Volume – Infant – 150ml. Pediatric- 400ml & Adult – 800ml • Volume – Infant -280ml, Pediatric – 600ml & Adult – 1650 Ml • Weight -infant – 350g, Pediatric – 410g & Adult 600g Pulse Oximeter • Dual Color Led Display ‘ • Low Perfusion: 0.2% • Anti-shaking • Alarm Value Adjusted In Friendly Menu • 6 Display Mode • Big Font Display Oxygen Tank W/ Regulator 20lbs With Regulator And Dehumidifier. Supplied With Stainless Steel Belt Type Harness. It Must Have A Bracket Stand Or Holder. Examination Table Hamelton Type • Powder Coated Steel Frame • 3 Panel Paddle Foam Mattress • Pullout Foot Stool • Easy To Clean, Stain Resistant Upholstery • Four Front Storage Drawers • Large Drawer • Elevating Backrest • One Pair Of Stirrup • Adjustable Leg Rest Specifications: • Backrest Angle : 0-80 Degrees • Legrest Angle: 270-360 Degrees • Max Capacity :300lbs • Total Mattress Length: 178 Cm • Foot Stool Sized : 29x18x2 Cm • Product Size : 141 X51x87 Cm Iv. Inclusions 1 Window Type Air-con - 1 Horsepower, 220v, Inverter Type 3 Split Type Air-con - 1 Horsepower, 220v, Non-inverter Led Smart Tv - 32 Inches, Internet Capable, Screen Mirroring Features With Internet Modem. Clearance Lights - Led Lights, 24vdc Illuminated Blue, Installed At The Body Perimeter In A Required Interval. Lightnings - Led 220volts Surface Mounted Water Tank - Stainless Steel 304, Rectangular Fabricated, With Breather And Float Switch, With Service Access For Cleaning And Disinfecting. Wastewater Tank - Made Of Stainless-steel Sheet. Bended And Fabricated, With Discharge Valve, Service Access For Cleaning. Wind Breaker - Fiberglass, Molded Cured Resin, Painted With Acrylic Paint, And Top Coated. Balancer - Drop Leg Manual Adjustment Pulldown Stairs - Pull Out The Flat Form And Pull-down Stairs And Retractable Stainless-steel Tube Railings Motorized Canopy - Electric, Remote Controlled, 220v : Both Manual And Electic Doors - Tubular Frame With Aluminum Composite Panel Windows - Extruded Aluminum Frame With Tempered Glass Electricals - Electrical Diagram, Safety Switches, Breakers And Controls, Led Lights, Convenience Outlets, Branches, And Double-throw Switches, External Lines, Genset Lines, Vehicle Engine Accessory Lines, Loads, And Ampacity Schedule. Paintings - Rustproof Undercoating, Acrylic Body Paint, Cabinet, And Table Tops Hasped Finish. Sticker And Labeling - Room Labels, Area Labels, Caution, And Safety Signs. Agency Logo, City Or Municipality Logos, Upholstered Chair And Cabinet - Wooden Frames, Under Cabinets With Upholstered Foam Cushion. 10 Kva Generator Set - 220vac, Diesel-fed, Silent Type, Pull-out Housing Emergency Light - Twin Head, Rechargeable, Lead Acid Battery, 220v-60hz Stabilizers - Dropped Leg, Manual Height Adjustment, Full Fabricated Fire Extinguishers - 10lbs. Abc Type, Dry Chemical Manual Transfer Switch Electrical Wirings, Lighting, And Finishing 1. Layout For Ac 220 Volts, Lighting, And Power Outlets 1.2 Main Power Box For Breaker Distribution 1.3 Connecting Power Cable. 1.4 Power Inverter Ac220 4 Kilowatts. 2. Ceiling Lights- Choosing The Right Light Fitting For Medical Rooms. 3. Wailing And Partition – ¼ Mm Thick Aluminum Composite With Galvanized Frame 4. Finishing: 4.1 All Ceilings And Walls Are Finished In Aluminum Composite. 4.2 Flooring Finished With Vinyl Or (aluminum Checkered Plate – Separate Payment) 4.3 Working Table Top, Cabinets, And Shelves Are Made Of Stainless Steel.
Closing Date9 Jun 2025
Tender AmountPHP 25 Million (USD 449.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products And/or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort.
the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Sources Sought Notice In Accordance With (iaw) Far Part 15.201(e).
the Purpose Of This Sources Sought Notice Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Products And/or Services Described Below.
documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following:
(a) Company Name;
(b) Address;
(c) Point Of Contact;
(d) Phone, Fax, And Email;
(e) Uei Number;
(f) Cage Code;
(g) Tax Id Number;
(h) Type Of Small Business, E.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business, Etc.;
(i) State If Your Business Has An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Below And Provide The Contract Number; And
(j) Must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below.
requirement:
the Va Heartland Network 15 Contracting Office Located At 3450 South 4th Street, Leavenworth, Ks, 66048-5055 Is Seeking A Potential Qualified Contractor To Provide Cost Per Test (cpt) For Automated Microbiological Blood Culture Testing/systems.
the North American Industry Classification System Code (naics Code) Is 334516 (analytical Laboratory Instrument Manufacturing), Size Standard Of 1000 Employees. Based On This Information, Please Indicate Whether Your Company Would Be A Large Or Small Business And Have A Socio-economic Designation As A Small Business, Vosb Or Sdvosb.
important Information:
the Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open May Be Used.
responses To This Notice Shall Be Submitted Via Email To Maria Riza Owen At Maria.owen2@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Friday, March 7, 2025, At 4:30pm Cst.
if A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Source Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam Located On The Web At Www.sam.gov). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Sba Vetcert At Https://veterans.certify.sba.gov/
va Heartland Network- Visn 15
statement Of Work
clinical Laboratory Microbiological Blood Culture System
scope Of Procurement:
visn 15 Is Looking To Initiate A Cost Per Test (cpt) For Automated Microbiological Blood Culture Testing/systems. The Cpt Pricing Would Include The Testing Meters/equipment To Support The Needs Of Each Facility.
kansas City Vamc
topeka Vamc
columbia Vamc
st. Louis Vamc
marion Vamc
poplar Bluff Vamc
wichita Vamc
would Like The Capability To Add, Remove Or Alter;
the Estimated Volume Of Tests Needed At Each Facility,
add Or Remove Reagents
upgrade Instrumentation As New Technology Becomes Available On The Market.
new Equipment Shall Be Acquired For Each Of The Clinical Laboratories Located At The Visn Facilities.
the Instrumentation Shall Have The Capability Of Performing And Reporting The Clinical Parameters As Defined In This Statement Of Requirements. The Instrument Shall Be Able To Simultaneously Perform The Complete Profile As Described Below Meet The Performance Characteristics For Accuracy And Precision As Defined By The 1988 Clinical Laboratory Improvement Act (clia) And The Clinical And Laboratory Standards Institute (clsi).
the Contractor Will Be Required To Provide A Continuously Stocked Inventory Of;
reagents
standards
controls
supplies
disposables
any Other Materials Required To Properly Perform Tests On The Equipment Such That Equipment Operations Are Not Interrupted.
these Items Shall Be Of The Highest Quality, Sensitivity, Specificity And Tested To Assure Precision And Accuracy.
expiration Date Must Be Clearly Marked On Reagent, Standards, And Control Containers.
any Unexpected Changes In Methodology/technology Shall Be At The Expense Of The Contractor.
alert/notification Of Any Delays In Shipment As Well As Any Or All Technical Advisory/recalls/alerts, Prior To Or Simultaneously With Field Alerts Should Be Forwarded To The Designated Individuals Determined At Contract Award.
special Handling For Emergency Orders Of Supplies: In The Event That The Supplies Are Found To Be Defective And Unsuitable For Use With The Contractor S Equipment, Or The Contractor Has Failed To Comply With The Requirements For Routine Supply Delivery, The Contractor Is Required To Deliver The Supplies Within 24 Hours Of Receipt Of A Verbal Order For Emergency Delivery. If Either Circumstance Has Occurred, The Contractor Shall Deliver To The Government Site In The Most Expeditious Manner Possible The Necessary Consumables In Sufficient Quantity As Required To Allow Operation Of The Contractor S Equipment For One Week (under Normal Government Test Load Volume). If Additional Requests For Emergency Supply Delivery Are Required By The Government, They Shall Be Honored By The Contractor Until The Arrival At The Laboratory Of The Monthly Standing Order/routine Supplies Delivery.
definitions
cost Per Test (cpt)- As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers Contractors Are Required To Provide A Price For Each Test That Can Be Performed On Its Equipment. The Per Test Price Shall Include Costs Covering (1) 4 Year Equipment Use, (2) All Reagents, Standards, Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation And Reporting Of A Test Result, (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Are Required To Provide Delivery, Installation, And Removal Of Equipment At No Additional Charge.
cost Per Patient Reportable Result (cprr)- As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers - Contractors Are Required To Provide A Price For A Reportable Patient Result. The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5-year Equipment Use; (2) All Reagents, Standards, Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories, And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation Of A Patient Reportable Result. The Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution; Repeat And Confirmatory Testing Required To Produce A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi); (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs); And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation, And Removal Of Equipment At No Additional Charge.
business Associate Agreement (baa)- A Business Associate Is An Entity, Including An Individual, Company, Or Organization That, On Behalf Of Vha, Performs Or Assists In The Performance Of Functions Or Activities Involving The Use Or Disclosure Of Phi, Or That Provides Certain Services Involving The Disclosure Of Protected Health Information (phi). Vha Is A Covered Entity Under The Hipaa Privacy Rule (privacy Rule). Hipaa Regulations Require Vha To Execute Hipaa-compliant Baas With Certain Entities That Receives, Uses, Or Discloses Vha Phi In Order To Perform Some Activity For Vha. These Baas Obligate Vha Business Associates To Provide The Same Protections And Safeguards To Phi That Is Required Of Vha Under The Privacy Rule.
general Requirements
primary Analyzer(s) Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements). Depending Upon The Technical Functionality And The Capabilities Of The Individual Manufacturer S Instrumentation, One Analyzer Or Multiple Analyzers May Be Required To Meet The Productivity Specifications Defined Herein. In Those Instances, The Additional Analyzer(s) Shall, Likewise, Be Considered Primary Instrumentation And Shall Meet All The Technical Specifications Of This Solicitation.
vendor Shall Provide Latest Model/version Of Instrumentation
operational Features / Required Testing Protocols
the System Shall Provide Self-contained, Continuous, Computerized, Automated Monitoring Of Blood Culture Bottles With Immediate, Active (e.g. Audible Alarm) Notification Of Microorganism Growth Based Upon Preprogrammed Criteria And Notification Of Termination Of Maximum Programmed Incubation Period When No Microorganism Growth Is Detected.
the System Shall Allow For Operator Extension Of Programmed Incubation Times, While Testing Is In Progress, Without Interruption Of Automatic Continuous Monitoring.
the Data Management System Shall Accept Manual Entry Of Organism Identification And Other Additional Microbiological Information (i.e., Gram Stain And Organism Identification).
a Varied Selection Of Blood Culture Bottle Configurations (low Volume Samples; Antimicrobial Agent Removal Resins) And Formulations Capable Of Maximizing Growth Potential Of Various Microorganisms (e.g., Aerobic, And Anaerobic Bacteria, And Fungi) Shall Be Available.
sufficient Capacity And Throughput To Meet The Volume, Blood Culture Bottle Variety, And Service Demands.
capability To Auto-verify Negative Cultures.
provide All Materials Required For Validation Including Blood Culture Bottles, Organisms, Collection/transfer Devices And Sterile Defibrinated Horse Blood.
blood Culture Bottles Must Be Compatible For Use With Diversion Devices.
ability For Instrument To Detect Blood Culture Volume Automatically.
ability For Instrument To Unload Automatically.
ability To Have A Conveyor Belt With Auto Load Function.
ability To Run Automatic Cell Qc.
safety Features To Avoid Unnecessary Exposure To Biohazardous And Chemical Material. The Exposure To And The Volume Of Biohazardous And Chemical Material Generated By The Equipment Must Be Minimal And Require A Minimum Amount Of Handling.
a Bi-directional, Bar-coded Computer Interface Compatible With The Current Va Laboratory Information System. The Fully Operational Interface (both Hardware And Software) Shall Be Immediately Available For Implementation To The Va Computerized Hospital Information System.
the Accuracy Of The Barcode Reading Must Have Less Than A 1% Failure Rate.
equipment Must Be Able To Support Multiple Barcode Formats (code 39, Code 128) That May Be Enabled Concurrently.
equipment Must Accept, At A Minimum, 10 Characters In Specimen Identifier That Is Alphanumeric.
an Operational System That Is Automated And Provides Continuous Unattended Testing Throughout The Day For A Minimum Of Five Days.
the System Will Be Capable Of Processing Inoculated Bottles That Have Been Incubated Off Line At Room Temperature For Up To 12 Hours.
minimal Daily And Periodic Maintenance.
the Reading Chambers Must Be Modular In Nature Allowing For The Isolation Of A Given Problem Without Having To Shut The Entire System Down.
analyzer Utilizes Windows Operating Software Or Another Va Approved Operating System.
vendor Will Complete And Return The Following Attachments:
6550 Pre-procurement Assessment
mds2 Manufacturer Disclosure Statement For Medical Device Security
acl Communication Profile
technical Features- The Instrumentation Must Be Approved By The Food And Drug Administration (fda) And Shall Have The Following:
bar-code System:
the System Shall Support Bar-code Recognition Of Inoculated Bottles For Tracking Of Bottles At Entry Into The System And Throughout Incubation Until Such Time As The Incubation Has Finalized As Positive Or Negative For Growth.
data Management System:
the Capability To Record, Store And Print The Following Information:
blood Culture Bottle Location
length Of Incubation
time To Detection
growth Curve Analysis Of Positive Vials
required Quality Control And Instrument Maintenance Information
patient Demographic Information And Specimen Results
the Fill Volume Of The Blood Culture Bottle
detailed Epidemiology Reports
shall Be Capable To Connect And Integrate Results Through A Middleware System.
shall Be Capable Of Maintaining All Data And If Interfaced, Retransmit Data For Up To 24 Hours In The Event Of Normal Electrical Power Interruptions Via Battery Backup.
shall Have A Built-in Quality Control Program To Regularly Monitor Performance Of Vital Components.
shall Possess Capability To Backup All Data To A Secondary External Storage Format (e.g. Compact Disk).
shall Have Sufficient Memory To Store Patient Information And Test Results For 10,000 Records With Downloading Capability To An External Medium For Long Term Storage Of Patient Records And Other Information.
blood Culture Bottles:
shall Be Easily Distinguished (e.g. Color Coded) For Utility Or Intended Purpose.
shall Be Approved For Culture Of Normally Sterile Body Fluids Other Than Blood.
shall Be Barcoded With Unique Identifiers For Loading And System Monitoring.
shall Be Formulated As Not To Require Venting Prior To Incubation Of Aerobic Bottles.
shall Have Expiration Date Clearly Marked. The Minimum Acceptable Expiration Date Will Be No Less Than 9 Months.
the Vendor Must Maintain And Supply Records For Each Lot Of Media Produced And Received By The Laboratory, Such As A Certificate Of Conformance , Which Indicates That The Qc Was Performed And Meets The Clsi/nccls Standard And Checklist Requirements Listed In Standard M22-a3, Quality Control For Commercially Prepared Microbiological Culture Media.
the Media And Incubation Conditions Shall Have Been Validated For The Detection And Recovery Of Fastidious Bacteria (such As N. Meningitidis, S. Pneumoniae, H. Influenzae) And Yeast.
specific Equipment Requirements
transparent Plastic Bottles Are Desirable For Safety (glass Bottle Could Break If Dropped) And Disposal Cost Savings (glass Bottles Weigh More).
if Special Adapters Are Needed For Direct Blood Draw Into The Collection Bottles, Cost Of Adapters Must Be Included In Price Proposal.
shall Be Approved For Culture Of Normally Sterile Body Fluids Other Than Blood.
shall Be Formulated As Not To Require Venting Prior To Incubation Of Anaerobic Bottles.
hardware Features The Instrumentation Shall Have The Following:
a Total Equipment Footprint That When Installed In The Laboratory Shall Not Impact The Functionality/operations Of That Laboratory.
an On-board Monitor/screen That Is Easily Readable.
a Printer That Has The Capability Of Printing A Patient Report With Patient Demographic Information That Includes Minimally The Patient S Name And Accession Number Or Unique Identifier Number (uid).
an Uninterruptible Power Supply With Line Conditioner For Each Instrument Provided, Including Replacement Of Batteries.
method Validation Requirements
the Contractor Shall Assist Each Site In The Performance All Comparison And Validation Studies To Include Any Materials And Reagents Needed For Such Correlation At No Cost To The Government. The Contractor Shall Perform All Statistical Analysis, As Applicable, And Report Data In An Organized, Clearly Comprehensible Format. This Process Shall Be Consistent With Current Clsi Standards And Related Documents, Cap Standards, And Federal Regulations.
implementation/transition Timeframe
need Validation Of Equipment Completed Validated 90 Days Before Final Award. Current Contract Expires On 07/31/2025.
the Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After Award. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government.
upon Award The Transition Period For The Awarded Bpa To Have All Equipment And Peripherals Installed And Operational By August 1, 2025. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed.
contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. Contractor S Submitted Plan Shall Project For The Transition Of All Services Under The Awarded Bpa Including Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents, And Supplies, Etc., Performance Of All Correlations And Validations With A Start Date Of 08/01/2025. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Bpa For Cause Under The Termination For Cause Clause Of The Bpa.
equipment Relocation: In The Event Of Moving The New Equipment To A New Location (such As A New Laboratory), The Contractor Shall Move Contracted Lab Equipment From The Current Location To The New Lab Space.
support Features
commercial Marketing. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. Discontinued Models That Are Only Being Made Available As Remanufactured Equipment Are Not Acceptable.
start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories, And Any Other Item Included On The List Of Supplies Defined In The Federal Supply Schedule Contract And Required To Establish Instruments For Operation For Performance Of Acceptance Testing. The Contractor Shall Assist The Government With Validation And Method Comparison Studies. All Materials And Reagents Needed For Such Correlation At No Cost To The Government. The Contractor Shall Perform All The Statistical Analysis And Report Data In An Organized, Clearly Comprehensible Format. This Process Shall Be Completed Within Two Weeks Of Installation Of The Analyzer At Each Site And Shall Be Consistent With Current Clsi And Related Documents, Cap Standards And Federal Regulations.
training
upon Installation: The Contractor Shall Provide Advanced (key Operator) Instrument Training Program For At Least Three Operators Per Facility At No Charge To The Government That Is Coordinated With And Timely With The Equipment Installation, Sufficient To The Size And Scope Of The Facility S Services And Minimally Equivalent To The Terms And Conditions For Training Defined In The Contractor S Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers Contract. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Troubleshooting And Repair.
thereafter: The Contractor Shall Provide Training For Minimally One Operator Per Facility Per Year At The Discretion Of The Government For Each Model Of Instrumentation Placed. Utilization Of The Training Slots Shall Be Mutually Agreed Upon Between The Va And The Contractor. A Training Program That Involves Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant.
equipment Preventative Maintenance/repair Service. The Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On All Primary Instrumentation And Any Incremental Support Equipment, E.g. Water System, Offered According To The Following Terms:
service Requirements
a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hours.
equipment Repair Service Shall Be Provided During Core Business Hours. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel.
equipment Repair Response Time Shall Be No More Than 24 Hours.
preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer S Operator S Manual And Within 2 Weeks Of The Scheduled Due Date.
a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following:
date And Time Notified
date And Time Of Arrival
serial Number, Type And Model Number Of Equipment
time Spent For Repair, And
proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance.
each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call.
upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Upgrades That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Bpa; However, It Does Refer To Significant Changes In The Hardware Operational Capability.
ancillary Support Equipment - The Contractor Shall Provide, Install, And Maintain Through The Life Of The Bpa , As Indicated, All Ancillary Support Equipment To Fully Operate Or Place The Analyzer Within A Laboratory As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer, Water Systems (including Consumable Polishers, Filters, Etc.), And Universal Interface Equipment, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Line Conditioners, Ups, And Ups Batteries, Etc.
interface Requirements The Contractor Shall Be Responsible For Providing All Hardware Required For The Connection, Implementation, And Operation Of The Interface To The Universal Interface And Any Incremental Fee That Is Required Each Time An Instrument Is Added To An Existing Universal Interface System.
shall Be Capable To Connect And Integrate Results Through A Middleware System
work With The Laboratory Information Managers To Interface The Middleware System With Vendor Provided Instruments.
provide Remote Or Onsite Guidance On Validation Techniques And Assist Troubleshooting.
the Contractor Shall Provide All Necessary Software Support Ensuring That Successful Interfacing Has Been Established. Specific Requirements For The Communication Of The Data Streams Will Be Unique To The Instrument System Involved And Dictated By The Manufacturer Itself.
if A Site Already Has A Universal Interface Box, The Contractor Is Responsible For Everything Leading Up To The Box Including Any Incremental Fee Required To Add Additional Equipment (e.g. Licenses, Ports/cards, Cables, Software, Etc.) To The Universal Interfacing System.
if A Site Does Not Have A Universal Interface And One Is Needed To Optimally Interface The Instrument, Then The Contractor Is Responsible For The Acquisition Of The Universal Interface Box And Everything Else Needed To Connect With Va Computerized Hospital Information System.
if There Are Any Software Upgrades In The Instrument During Its Life, The Contractor Is Responsible For Seeing That The Interface Can Accommodate Any Changes In The Data Stream Going To The Va Computerized Hospital Information System.
vendor Must Supply The Following Documentation For All Analyzers And Data Management Systems Proposed To Visn 15:
mds2 - Manufacturer Disclosure Statement For Medical Device Security.
va Directive 6550 Appendix A- Pre-procurement Assessment
acl Communication Profile
commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g. Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software.
characterization Of Waste The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated.
the Determination And Description Shall Address The Following:
waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24)
waste Ignitability (reference 40 Cfr §261.21)
waste Corrosivity (reference 40 Cfr §261.22)
waste Reactivity (reference 40 Cfr §261.23)
hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31)
discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33)
solid Waste (reference 40 Cfr §261.2)
exclusions (reference 40 Cfr §261.4)
the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices.
contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response:
barium (total)
cadmium (total)
chromium (total)
copper (total)
cyanide (total)
lead (total)
mercury (total)
nickel (total)
silver (total)
zinc (total)
arsenic (total)
selenium (total)
tin (total)
ph
flash Point (to Higher Than 200f)
bod; Biochemical Oxygen Demand
the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether Or Not The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System.
standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Bpa] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor S Technical Specification Or As Quoted In Any Bpa At An Effectiveness Level Of 90% Or More.
in The Event That Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue On A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days.
if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled Termination For Cause. (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.)
operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor S Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition.
during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When In Excess Of The Minimum Of 100 Hours.
the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes.
during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer S Instructions, Shall Be Solely That Of The Contractor. Each Instrument Provided By The Contractor Shall Maintain An Uptime Of 90% In Each Month Of The Term Of The Agreement For Equipment.
the Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility.
prior To Termination Or Completion Of This Bpa, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Bpa Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Bpa.
all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Bpa Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Bpa Or Disposal Or Return Of The It Equipment, Whichever Is Earlier.
bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
contractor Must Accept The System Without The Drive;
va S Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then;
the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And;
any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Bpa.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation.
Closing Date7 Mar 2025
Tender AmountRefer Documents
City Of Malabon Tender
Healthcare and Medicine
Philippines
Details: Description Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon 1. The City Government Of Malabon, Through The Malasakit Fund Intends To Apply The Sum Of Thirty Million Pesos Only (p 30,00,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Malabon Now Invites Bids From Eligible Bidders For The Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Delivery Of Goods Is Required Within The Period Specified Under Section Vi. Schedule Of Requirements. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act,” And Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below From February 12, 2025 – March 4, 2025; 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of Twenty-five Thousand Pesos (p 25, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On February 20, 2025 (thursday); 3:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. 7. Bids Must Be Delivered To The Address Below On Or Before March 4, 2025 (tuesday); 12:00 N.n. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms Set In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On March 4, 2025 (tuesday); 4:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The City Government Of Malabon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information Please Refer To: (originally Signed) Florlinda Ayroso Head- Bac Secretariat (originally Signed) Mr. Alexander T. Rosete, Ph.d. Chairperson - Bids And Awards Committee 1 1 Unit Automated Identification/anticrobial Sensitivity Testing Machine Physical Dimensions: Approx. 535 (h) X 815 (w) X 765 (d) Mm Operating Conditions Temperature: 18-30°c (64.4-86°f) Humidity: 20-80% Rh, Non-condensing Electrical Requirements Input Voltage: 100-240 Vac Input Current: 6 Amp Input Line Frequency: 50/60 Hz Unsurpassed Performance: Resistance Marker And Emerging Resistance Detection Detection Of Esbl Production Among Species Of Enterobacteriaceae Detection Of Vancomycin Resistance In Enterococcus Species (vre) Detection Of High-level Aminoglycoside Resistance In Enterococcus And Streptococcus Species (hlar) Detection Of Methicillin-resistance In Staphylococci (mrs) Detection Of B-lactamase Production In Staphylococcus Species (bl) Detection Of Macrolide Resistance In Streptococcus Species (mlsb) Detection Of Meca-mediated Resistance With S. Aureus (meca) Detection Of Vancomycin Resistant Staphylococcus Aureus (vrsa) Standards Compliance: Clsi (clinical And Laboratory Standards Institute) Eucast (european Committee On Ast) Sfm (antibiotic Committee - French Society For Microbiology) Din (german Institute For Standardization) Capacity: 50 Panels Flexibility Of Panel Configuration: Id-ast Combination (combo) Panels- Simultaneous Running Of 50 Id Tests And 50 Ast Tests Can Be Done, Therefore 100 Simultaneous Tests At One Time Id Only Panels Maintenance Requirement Very Minimal Technologist Intervention Instrument Design: Built In Reliability Instrument Has 1 Moving Part, No Reagents, Pumps Or Tubes Resulting In Low Maintenance And Decreased Down Time (mtbf – Mean Time Before Failure) Automatic Adjustment Of Light Sources Reagent Storage: Room Temperature: (15-25oc) Id Broths Ast Broths Panels Refrigerated Storage: Ast Indicator Panels Safety Feature: Panels Are Closed After Inoculation. Panels Are Spill Proof. Other Requirements: Bidder Must Be An Authorized Distributor Of The Automated Identification/anticrobial Sensitivity Testing Machine. Must Submit A Document Issued By The Manufacturer Or Its Authorized Entity Stating That They Are The Only Distributor Authorized To Carry The Brand For This Bid 2 1 Unit Laboratory Centrifuge Can Accomodate Both Tubes And Gel Cards Automatic Detection Of The Head Type Automatic Selection Of The Appropriate Program 28 Tube Capacity With Touch Screen Display With Easy To Use Interface With 4 Compatible Centrifuge Heads Dimensions: Approx. 380 (w) X 230 (h) X 500 (d) Mm Weight: Approx. 13 Kg Laboratory Incubator Incubator For Both Tubes And Gel Cards Independent Incubation Areas For Gel Cards And/or Tubes) Up To 36 Gel Cards And 24 Tube Capacity With Touch Screen Display With Easy To Use Interface Batch Specific Timers (3 For Gel Cards, 2 For Tubes) Standard Program: 15 Minutes At 37°c Programmable Incubation Time Dimension: Approx. 380 (w) X 230 (h) X 500 (d) Mm Weight: Approx. 13 Kg 3 1 Unit Immuno-analyzer System:fully Automatedcontinuous Loadingrandom Access Principle: With Electrochemiluminiscence (ecl Technology) Throughput: 86 Tests Per Hour Or More Time To Result: Approx. 9 - 27 Minutes Reagents: Liquid, Ready To Use, No Manual Preparation Needed 18 Reagent Slots (cooled And Kept At Constant Temperature) Reagent Compartment: Automatic Closure Of Reagent Lids, Cap Opener Mechanism To Prevent Deterioration, Contamination And Preserves The Reagent For Optimum Reaction Sample Types: Serum, Plasma, Urine And Other Body Fluids Sample Slots: 30 Sample Slots (disk-type) Stat Loading: Disk System (capable): Any Unoccupied Position On The Sample Disk Sample Container Types:primary Tubes: 5–10 Ml; 16x100, 16x75, 13x100, 13x75 Mmsample Cup: 2.0 Mlcups On Tube Sample Volume: 10-50 Ul Sample Database: 2,000 Capable Of Rerun, Repeat, Reflex Capable Of Automatic Dilution Sample Pipettor Principle: Conductive Disposable Tip Handling Reaction Vessel: Disposable Assay Cups Display: User-friendly Interface And Colored Touchscreen Standardized To Other Systems Inclusive Of Printer And Ups Lis Capable With Built-in Barcode Reader For Samples And Reagents Reagents Have Cap Opener Mechanism To Prevent Deterioration, Contamination And Preserves The Reagent For Optimum Reaction External Water Reservoir: 3l For 250 Tests Waste Container Capacity: 4l Parameters 9 Minutes Stat Application For Troponin T, Troponin I, Myoglobin, Beta-hcg, Pth Troponin T-high Sensitive As Gold Standard To Distinguish Between Ami And Non-ami Ecl Technology Allows A Wider Measurement Range, Greater Sensitivity And Needs Smaller Quantities Of Serum. Intelligent Clot Detection And Liquid Level Detection Carryover-free Pipetting With The Use Of Disposable Tips For Individual Sample To Avoid Cross-contamination Automated Sample Rerun Capability Broad Test Menu Of More Than 100 Assays Covering Different Areas Of Indication Such As Thyroid Function Panel, Hepatitis, Infectious Diseases, Cardiac Markers, Hormones, Tumor Markers, Fertility, Critical Care, Bone, Anemia And Maternal Care, Etc. Compact Design, Benchtop Analyzer Ready To Use Reagents Convenient And Error-free Handling Of Reagent Packs Assays: Anti-sars-cov-2, Anti-sars-cov-2 S (quantitative), Sars-cov-2 Antigen, Anti-tg, Calcitonin, Anti-tpo, Anti-tshr, Ft3 Iii, Ft4 Iv, T3, T4, T-uptake, Tg Ii, Tsh, Acth, C-peptide, Dhea-s, Fsh, Hcg+β, Lh, Estradiol Iii, Progesterone Iii, Prolactin Ii, Shbg, Testosterone Ii, Cortisol Ii, Hgh, Amh Plus, Insulin, Anti-hav, A-hav Igm, A-hbc Ii, A-hbc Igm, A-hbe, Anti-hbs Ii G2, Anti-hcv Ii, Hbeag, Hbsag Ii, Cmv Igg, Cmv Igm, Cmv Igg Avidity, Hsv-1 Igg, Hsv-2 Igg, Hiv Combi Pt, Rubella Igg, Rubella Igm, Toxo Igg, Toxo Igm, Syphilis, Digoxin, Ck-mb, Myoglobin Stat, Probnp Ii, Troponin T Hs (high Sensitive), Troponin I Stat, Ferritin, Folate Iii, Folate Rbc, Vitamin B12 Ii, Afp, Ca 125 Ii, Ca 15-3 Ii, Ca 19-9, Ca 72-4, Cea, Cyfra 21-1, Free Psa, Nse, Total Psa, He4, Progrp, Pivka Ii, B-crosslaps, Vitamin D Total Iii (25-hydroxyvitamin D), Pth (intact), Pth (intact) Stat, N-mid Osteocalcin, Pth (1-84), Total P1np, Free-bhcg, Papp-a, Plgf (placental Growth Factor), Sflt, Tacrolimus, Cyclosporine, Sirolimus, Everolimus, 4 1 Unit Abg Machine Measured Parameters Ph / Total Specified Range: 6.5 - 8.0 Pco2 / Total Specified Range: 10 - 150 Mmhg Po2 / Total Specified Range: 10 - 700 Mmhg Na+ / Total Specified Range: 100 - 200 Mmol/l K+ / Total Specified Range: 1 - 15 Mmol/l Ca2+ / Total Specified Range: 0.1 - 2.5 Mmo/l Cl- / Total Specified Range: 70 - 150 Mmol/l Glucose / Total Specified Range: 1.0 - 30.0 Mmol/l Lactate / Total Specified Range: 1.0 - 20.0 Mmol/l Hct / Total Specified Range: 10 - 7 5% Calculated Values: H+, Chco3, Ctco2(p), Ctco2(b), Be, Beact, Beecf, Bb, Cto2, Phst, Cho3 St, Pao2, Ri, Nca2+,, Q/qt, Qt, P50, Fo2hb, So2, So2(c), Aado2, A/ao2, Avdo2, Ag, Mchc, Osm, Oer, Osmopt, Osmpt Gap, Hct (c), Pf Index, Bo2, Thb, O2hb, Hhb, Cohb, Methb, So2 Calculated Values At The Patient's Temperature: Pao2t, Rit, Aado2t, Pht, Pco2t, Po2t, Cht Reagents Number Of Reagents: At Most 3 Sensor Cartridge:2-8 Degrees Celsius Qc Material: 2-8 Degrees Celsius Fluid Pack: 15-25 Degrees Celsius Stability During Operation/onboard Cartridge Shelf Life (days): At Least 42 Number Of Samples Per Disposable Reagent: At Least 200,700 (fluid Pack) Number Of Disposable Reagent System Units In Standard Package: 1 Sensor Cartridge, 1 Aqc Pack, 1 Fluid Pack Sample Types: Whole Blood, Dialysate, Qc Materials / Aqueous Operating Conditions Aspirate From Syringe: Yes Syringe Volume: Approx. 123 Ul Sample Volumes Bg-ise-hct-glu-lac: At Least 102 Ul Bg-ise-hct-glu-lac-coox: At Least 123 Ul Coox: Only 25 Ul Bg(3) (micro Sample): 37 Ul Bg(3)-coox (micro Sample): 55 Ul Time To Result (s): 120 Sample Throughput Per Hour: 30 Power Supply: 100-240 V, 50/60 Hz, Max 120 W Ambient Temperature (degrees C): 15-32 Relative Humidity, Not Condensed (%) [15 < T < 31 Degrees C]: 15-85% Method Of Analyst Id In System: Password (customizable) Hardware Failure Message: Diagnostics Codes With Descriptions Software Failure Message: Diagnostics Codes With Descriptions Calibration And Qc Calibration: Auto Programmable System Calibration: Every 24 Hours 1 Point-calibration: Every 60 Min (programmable 30 Or 60 Minutes) 2 Point-calibration: Every 12 Hours Are Programmable 4, 8 Or 12 Hours Number Of Qc Test On Board: 24 Qc Lockout: Yes Qc Failure Message: Diagnostics Codes With Descriptions Data Processing Monitor: Built In Flat Color Tft-lcd 10.4-inch Touchscreen Thermal Printer Resolution: 203 Dp (8 Dots/mm); Full Graphics: 832 Dots/line; Speed: < 10 Seconds Barcode Scanner: Yes Does Not Require Maintenance Dimensions (cm): Approx. 32w X 47h X 33d Weight In Kg: Approx. 20 Kg Without Fluid Pack And Auto Qc Pack, 24.5 Kg With Fluid Pack And Auto Qc Pack Data Handling / User Interface User Interface: Color Touchscreen - Lcd Technology Remote Diagnostics: Yes Remote Control: Yes Onboard Video Training: Yes Interface Standards Supported: Astm, Poct1-a Smart Chip On Consumables Eliminates The Need For Scanning Barcodes Protected Sample Input Area Reduces The Risk For Contamination Wireless Connectivity 5 1 Unit Bpap Machine Modes Of Operation: Auto Bipap, Fixed Bipap Pressure Range: 4 To 25cm H20 Ramp Time: Adjust 0-45 Minutes (5 Mins. Increment) Starting Ramp Pressure: Patient Adjustable Weight: Approx. 3 Lbs (<1.36kg.) With Compliance Reporting, Automatic Altitude Compensation, Bi-flex Mode 6 1 Unit Cpap Machine Modes: Auto, Cpap, Cpap-check Therapy Features: Auto-trial, Ez-start, Opti-start Flex Pressure Relief: At Least 0 To 3 Smart Ramp Time: At Least 0 To 45 Min, With 5 Min Increments Starting Ramp Pressure Is Patient Adjustable Humidification: Heated Humidification: Fixed, Adaptive, Heated Tube Modes Device Controls: Color Lcd/control Wheel/push Button Lcd Backlight Control: Ambient Light Sensor Filters: Reusable Pollen And Disposable Ultra-fine Data Storage Capacity: 1 Day, 7-day, 30-day Averages; Sd Card >1 Year With Automatic Altitude Compensation With Display Of Simple Trend Patients Nightly Use To Help Track Progress On The Path To Adherence Has Automatic, Personalized Adjustments To Cpap Pressure That Helps Patients Gradually Acclimate To Their Prescribed Level Of Therapy 7 1 Unit Mechanical Ventilator With At Least 12" Tft Color Touch Screen That Is Detachable Display: 3 Waveforms And 3 Loops Modes Of Ventilation: Vcv (a/c), Pcv (a/c), Prvc, Simv (vcv) + Psv, Simv (pvc)+psv, Simv (prvc)+psv, Spont/cpap + Psv, Bivent + Psv, Niv/cpap, Niv-t, Niv-s/t With Invasive And Non-invasive Modes Of Ventilation With Auto-detect And Adjust Leak Compensation With Detachable And Autoclavable Exhalation Valve Made Of Metal With Built-in Inspiratory And Expiratory Flow Sensor With Nebulizer O2, Air Gas Supply: 0.28 Mpa - 0.6 Mpa Tidal Volume: 20-2000ml Respiratory Rate: 1-80 Bpm Tinsp: 0.2-9 Seconds Tslope: 0-2 Seconds Tpause: 0-4 Seconds I:e Ratio: 1:10-4:1 Fio2: 21%-100% Peep: 0-35 Cmh2o Trigger Sensitivity: Pressure (-20 To 0 Cmh2o, Above Peep)e Flow (0.5-20 Lpm)" Pinsp: 5-70 Cmh2o Psupport: 0-70 Cmh2o Esense: 5-80% With 360° Visible Alarm Lamp With Built In Battery Communication Interfaces: Rs-232 Port, Nurse Call Port, Ethernet Port Dimensions (w X D X H): Main Unit: Approx. 322 Mm X 375 Mm X 366 Mm Cart: Approx. 547 Mm X 675 Mm X 950 Mm Weight Of Main Unit, Excluding Cart Must Not Be More Than 13 Kg Must Be Supplied With Avr Must Include The Following Consumables: 5 Pcs. Breathing Circuit, Adult, Disposable 5 Pcs. Breathing Circuit, Pediatric, Disposable 8 2 Units Cardiac Monitor Atleast 13.3-inch Color Tft With 1920 × 1080 Resolution, Supporting Touch Screen Dimensions: At Least 334 Mm (w) × 264 Mm (h) × 162 Mm (d) Weight: <3.8 Kg (kg (standard Configuration, Excluding Battery, Accessories, And Recorder) Displays Maximum Of 10 Waveforms Parameters: 5-lead Ecg, Spo2, Nibp, Temp, And Respiratory Rate Parameter Ranges Include Adults, Pediatrics, And Neonates With Continuous Non-invasive Blood Pressure Technology (cnbp) That Eneables Continuous Nibp Monitoring Without Pressurization Data Storage Trend Data: 2400 Hours @ 1second Nibp Measurement: Up To 1200 Sets Alarm Events: Up To 1000 Sets Ecg Lead Mode: 3 Electrodes: I, Ii, Iii 5 Electrodes: I, Ii, Iii, Avr, Avl, Avf, V Heart Rate Adult: 15 Bpm To 300 Bpm Ped/neo: 15 Bpm To 350 Bpm Accuracy ±1% Or ±1 Bpm, Whichever Is Greater Pvc Adu: (0 To 300) Pvcs/ Min Ped/neo: (0 To 350) Pvcs/ Min St Value Range -2.0 Mv To +2.0 Mv Accuracy -0.8 Mv To +0.8 Mv: ±0.02 Mv Or 10%, Whichever Is Greater. Arrhytmia Analysis: Asystole, Sustain Vt, V-fib/v-tach, Extremetachy, Extremebrady, V Tach, Vent Brady, Tachy, Brady, Wide Qrs Tachy, Non-sustain Vt, Afib, Ventrhythm, Acc. Vent Rhythm, Pause, Pauses/min High, Pvcs High, R On T, Pvcbigeminy, Pvc Trigeminy, Pacer Not Pacing, Pacer Not Capture, Missed Beat,veb, Pvc, Couplet, Run Pvcs, Ipvc, Irr Rhythm, Pac Bigeminy, Multiformpvcs, Pac Trigeminy, Low Voltage (limb) Resp Method Impedance Between Ra-ll, Ra-la Measurement Lead Options Are Lead I And Ii (the Default Is Lead Ii) Rr Measuring Range 0 Rpm To 200 Rpm Resolution 1 Rpm Nibp Method Oscillometry Mode Manual, Auto, Continuous, Sequence Measuring Type Sys, Dia, Map, Pr Cnbp Measuring Range (adult): Sys: 25 To 290 Mmhg; Dia: 10 To 250 Mmhg (pediatric) Sys: 25 To 240 Mmhg; Dia: 10 To 200 Mmhg Alarm Type Sys, Dia Spo2 Measuring Range 0% To 100% Resolution 1% Ecg Cable, Adult Reusable Spo2 Sensor, Pediatric Reusable Spo2 Sensor, Nibp Pvc Hose, Infant Cuff, Pediatric Cuff, Adult Cuff, Large Adult Cuff, And Skin Temperature Probe 9 2 Units Infant Incubator With Servo Control Mode: Air And Skin Temperature With Double Wall And Air Curtain With Low Operation Noise Has An In Built X-ray Tray With Autoclavable Water Tank With Trendelenburg And Reverse Trendelenburg Six (6) Hand Ports Dimension: Approx. 1024 (w) X 690 (d) X 1354 (h) Mm Weight: Approx 99.3 Kg Air Filter Particle: 0.3 Micron Air Filter Efficiency: 99.8% Air Temperature Control Range: 23.0°c - 37.0°c Air Temperature Override Range: 37.1°c - 39.0°c Measurement Range: At Least 20.0 - 45.0 ± 0.5°c Skin Temperature Control Range: 35.0°c - 37.5°c Skin Temperature Override Range: 37.6°c - 39.0°c Measurement Range: At Least 25.0 - 45.0± 0.5°c 10 2 Units Infant Warmer Servo Temperature Control (manual, Baby, Pre-warm Mode) Swivel Head And X-ray Trays For Other Procedure Tilting Mattress For Trendelenburg Movement Easy And Removable Side Wall For Easy Access And Cleaning Apgrar Timer For 1, 5, 10 Minutes Led Examination Light For 3 Level Brightness Temperature Control Range: At Least 34 - 38°c Heater: Infrared Type Heater Control: Atleast 0 - 100 % Or 20 Level Heater Life Time: Atleast 5, 000 Hour Heater Rotation: Atleast 90° Examination Power: 40w Led Examination Control: At Least 3 Level Illumination: Not Less Than 7000 Lux Display: With At Least 7" Tfc Color Lcd Dimensions: Approx. 1890 (h) X 1027 (w) X 690 (d) Mm Weight: Approx. 83 Kg 11 2 Units Bilirubin Light/photo-therapy Machine With At Least 2.4” Tft Color Lcd Display Must Have Flexible Neck With 2 Levels Adjustable Intensity With Timer Function Light Source: Type: Blue Led Variation In Intensity Over 6 Hours: ±10% Effective Area: 40 X 20 Cm Wavelength: Peak Between 450~470 Nm Electrical: Heat Output: Over 6 Hours: <10˚c Dimension: Main Unit: Approx. 75mm(h) X 340mm(l) X 210mm(d) Audible Noise: <60db Led Lifetime: At Least 20,000 Hours 12 2 Units Operating Room Light, Mobile Or Light Unit: Single Head Compatible With Laminar Flow Systems Covered And Reinforced With Aluminum That Is Resistant To Fire, Heat, And Shock With At Least 32 Leds With Sterilizable Handle Max Central Light Intensity (ec): At Least 160 000 Lux Adjustable Illumination Intensity: From 50 000 To 160 000 Lux Minimum Diameter Of Light: 11 Cm; Maximum Diameter Of Light: 26 Cm Electronic Management Of Led Aging Electronically Adjustable Diameter Of The Illuminated Field With Constant Central Illumination Adjustment Of Illuminated Spot Without Mechanical Movement Gesture Control Of Light Intensity, Focus, Colour Temperature Color Rendering Index Ra: At Least 96 Color Rendering Index Of Bright Red R9: At Least 96 Color Rendering Index Of Skin R13: At Least 99 Minimum Constant Focal Depth* L1+l2 (60% Ec): 77 Cm Minimum Constant Focal Depth L1+l2 (20% Ec) 2003: 128 Cm Color Temperature: 3500k To 4500k Can Dim To At Least 2% Brightness Power Supply: 100 To 240v, 50/60hz Voltage: 27.3v Dc Max Power Consumption: 75w Led Life Time: >60 000 H With Cold White And Warm White Led Types Light Head Weighs No More Than 15kg With Ip54 Ingress Protection Rating Or Higher Endoscopy Mode Available 13 1 Unit Orthopedic Instrument Set 1 Pc. Scalpel Handle #3 2 Pc. Scalpel Handle #4 1 Pc. Mayo Operating Scissors Straight 14.5 Cm 1 Pc. Mayo Operating Scissors Curved 14.5 Cm 1 Pc. Mayo Dissecting Scissors Straight 14.5 Cm 1 Pc. Mayo Dissecting Scissors 14.5 Cm 1 Pc. Metzenbaum-nelson Scissors Curved 18.0 Cm 1 Pc. Angled Bandage Scissors 20.0 Cm 1 Pc. Tissue Forceps Narrow 1x2 14.5 Cm 1 Pc. Allis Tissue Forceps 4x5 15.0 Cm 2 Pcs. Adson Tissue Forceps 1x2 12.0 Cm 6 Pcs. Crile Artery Forceps Cvd 1x2 14. Cm 4 Pcs. Rochester-pean Artery Forceps Straight 20.0 Cm 6 Pcs. Backhaus Towel Forceps 13.0 Cm 1 Pc. Mayo-hegar Needle Holder 14.0 Cm 1 Pc. Crile Needle Holder 15.0 Cm 1 Set Parker-langenbeck Us-army Set 1 Pc. Israel Retr. 4 Prongs 40x40mm 25.0 Cm 1 Pc. Volkmann Retr. Sharp 4 Prongs 21.5 Cm 2 Pcs. Volkmann Retr. Blunt 4 Prongs 21.5 Cm 1 Pc. Hohmann Bone Lever Width 22mm 25.0 Cm 1 Pc. Hohmann Bone Lever Width 24mm 28.0 Cm 6 Pcs. Allis Tissue Forceps 4x5 15.0 Cm 1 Pc. Frazier Suction Tube Charr 8/ Wl 9 Cm 1 Pc. Frazier Suction Tube Charr12/ Wl 9 Cm 1 Pc. Beyer Rongeur Forceps 18.0 Cm 2 Pcs.prince Tonsil Scissors Curved 17.5 Cm 1 Pc. Rongeur Forceps 18.0 Cm 1 Pc. Stille-luer Bone Rongeurs Curved 22.0 Cm 2 Pcs.kern Bone Holding Forceps W/o Ratchet 21 Cm 1 Pc. Lane Bone Holding Forceps W/o Ratchet 33 Cm 1 Pc. Gerster-lowman Bone Holding Clamp 20.0 Cm 1 Pc. Gerster-lowman Bone Holding Clamp 20.0cm 2 Pcs. Volkmann Retractor 1 Prong Sharp 21.5 Cm 1 Pc. Williger Mallets 400g 30mm Diam. 1 Pc. Bone File 13mm 24.5 Cm 14 3 Units Infusion Pump Infusion Mode: Rate, Time, Weight, Trapezia, Loading Dose, Sequence, Drip, And Micro Infusion Rate Range: 0.1-1500ml/h With A Minimum Increment 0.01ml/h Vtbi Range: 0.10-99.99ml With Minimum Increment 0.1ml Volume Accumulated: 0-99999.99ml Accuracy: ≤±5% With Purge Function At A Rate Of 1500ml/h Bolus Mode: Manual, Rapid Quantitative, And Automatic Kvo Rate: 0.1-30.00 Ml/h Single And Cumulated Bubbles With The Minimum Single Bubble Level Being 20 Ul. (single Bubble Levels: 20, 50, 100, 200, 300, 500, And 800 (ul)) With An Anti-free Flow Intelligent Blocking Technology To Ensure That The Liquid Will Not Flow Out Arbitrarily When The Pump Door Is Opened. With An Electric Anti-free Flow Clamp And Electric Pump Door Control With At Least 3.5-inch Touch Screen Display And An Automatic Door 10-level Adjustable Screen Brightness With An Auto Occlusion Detection Function Supports Upstream And Downstream Occlusion Detection Downstream Occlusion Level Of 75mmhg-975mmhg, With A 13-level Selection. Dynamic Display Of Iv Sets Pressure Status. There Is No Need To Stop Or Suspend The Infusion When Changing The Infusion Rate. Users May Customize Other Infusion Sets That Meet The Standard With The Infusion Accuracy Auto Correction Function Alarm: Near Finished, Finished, Occl, Up Occl, Low Battery, Battery Empty, No Battery, No Power Supply, Air Bubble, No Drop Sensor, Drop Error, Reminder Alarm, Standby End, Pre Occl, And Door Open. Repeat Alarm: Alarm Sounds Again In 2 Minutes, If There Are Still Alarms If Alarm Is Mute. Able To Store At Least 3000 Drug Types In Library With A Maximum 2000 Events That May Be Stored And Reviewed Capable Of Recording 20 Recent Therapies And Can Be Used For Rapid Infusion 10-level Adjustable Sound Volume Patient Information May Be Inputted Through Bar-code Scanning Wireless And Wire Networking Capability With A Power Switching Function That Allows Infusion Pump To Automaticallyswitch To Built-in Battery When Ac/dc Power Supply Stops With A Standard Built-in Lithium Battery That Works At Least 5 Hours At 25 Ml/h With Ip34, Class B Classification External Dimensions: At Least 150(w) ×230(h) ×90 (d)mm Must Be Light And Less Than 2 Kg, Including The Battery Must Be Supplied With 20 Pcs. Basic Iv Set 15 1 Unit Examination Table For 2d Echo Examination Table For 2d Echo Steel Construction With Scratch And Chip Resistant Epoxy Powder Coating Upholstery With Pvc Cover With Pu Foam Of At Least 75mm Thickness Ratchet Backrest Of 5 Positions With 1 Cabinet And 2 Drawers Dimensions (l X W X H): At Least 1830 Mm X 610 Mm X 760 Mm 16 1 Unit Digital Diagnostic X-ray System, 40kw, 125kv, 500ma Includes: A. High Frequency X-ray Generator, 40 Kw, 500ma Line-powered Generator: 40kw, 500ma, 125kv Output Rating: 40kw Input Rating: 220-230 Vac ±10%, 60 Hz, 1-phase Kv Range: 40~125kv Ma Range: 10 To 500ma Mas Range: 0.1 To 500mas Technique Selection: 4-point Display (kv, Ma, Time, Mas) Reproducibility Coefficient Of Variation Kv < 0.005, Time < 0.005, Mas < 0.01 Accuracy: Kv < ±(1%+1kv), Ma < ±(3%+1ma), Time < ±(1%+0.5ms), Mas < ±(3%+0.1mas) B. Floor Mounted Tube Stand, Manual Tube Rotation Angle: ±135° Longitudinal Stroke: Approx. 2,200 Mm Lateral Stroke: Approx. 220 Mm Vertical Stroke: Approx. 1,330 Mm With 90 Degree Step And Foot Lock For Column Rotation With Em Lock And Counter Weight Balance Max. Anode Hu: 140khu Focal Spot Size Of 1.0/2.0mm Target Angle: Approx. 16° Inherent Filtration: 1.0mmai/75kv C. Collimator Manual Control With 30sec Lamp Timer With Rectangular Field Shape Max. Field Size: More Than 43x43cm At 100cm Sid Max. Kvp Shield: 150kv Inherent Filtration: Approx. 2.0 Mmal Eq. Max. Kvp Shield: Approx. 150kv Luminosity: Over 160lux At 100cm Sid With Led Light Source D. Wall Bucky Stand, Manual Cassette Stroke: Vertical Approx. 1,640 Mm Or 300-1,940 Mm From Floor To Bucky Center With Oscillating Bucky Type Grid: Focal Distance Of 40-72 Inch, 103 Lpi, Ratio 8~12:1 With Electromagnetic Lock And Counter Weight Balance E. Patient Table, 4-way With Longitudinal And Transverse Tabletop Movement Longitudinal Tabletop Movement Of At Least 1,000 Mm Transverse Tabletop Movement Of At Least 250 Mm With Mechanical Bucky Movement Of At Least 350mm Max. Patient Weight Of At Least 300kg With Oscillating Bucky Type Grid: Fd 34-44 Inch, 103 Lpi, Ratio 8~12:1 With Em Lock, Beam Sensor On/off With Buzzer Sound And Led For Center Indication F. Digital Flat Panel Detector Supplied With 1 Unit Wireless Digital Flat Panel Detector With Cesium Iodide Scintillator Active Pixel Area: Approx. 17 X 17 Inch Active Pixel Matrix: Approx. 3,072 X 3,072 Pixel Pitch: Approx. 139um Limiting Resolution: Approx. 3.6 Lp/mm Energy Range: 40 – 150kvp A/d Conversion: 16 Bits Wifi 802.11ac Interface Weight: 5.0kg Or Lighter Supplied With Two (2) Batteries I. Radiologist Workstation With Medical Monitor A. Medical Monitor Must Be Supplied With 2mp Medical Grade Monitor At Least 24-inch Resolution : At Least 2 Megapixels (1920 X 1200 Pixels) B. Central Processing Unit Must Be Supplied With Core I5 Computer Processor Operating System Must Windows 10 Or Newer With At Least 500 Gb Ssd Storage With At Least 8 Gb Ram Supplied With Standard Mouse And Keyboard J. Other Items Must Supply An Inkjet Printer Or Better For The Radiologist Workstation Must Supply Appropriate Ups For The Acquistion And Radiologist Workstation Must Be Supplied With A Transient Voltage Surge Suppressor (tvss) Or Equivalent For The X-ray System Must Be Supplied With 2 Lead Gown, 1 Thyroid Shield And 1 Set Gonadal Shield 17 3 Units Examination Table 1 Cabinet And 3 Drawers Upholstery With Pvc Cover With Pu Foam Of 75mm Thick 2 Lithotomy Stirrups And Straps Approx Dim (mm): 1830 (l) X 610 (w) X 760 (h) Stainless Steel Bowl Scratch & Chip Resistant Epoxy Powder Coating Steel Construction Must Be Supplied With Foot Stool 18 3 Units Transport Stretcher, Hydraulic Transport Stretcher, Hydraulic Mild Steel Frame Work With Epoxy Powder Coating Finish Hydraulic Foot Pedal Controlled Hi-lo Position Gas-spring Assisted Tilting Adjustable Backrest Via Gas Spring With Pvc Bumper Guard Rail And Collapsible Side Rails With Push Handle At The Bed's Foot Ends With Iv Pole Provision, Storage Utility Tray, And Oxygen Tank Holder Safety Load: At Least 250 Kg Backrest: 0°- 90° Trendelenburg: 0°- 12° Reverse Trendelenburg: 0°- 6° Castor Dimensions: Approx. 200 Mm With Central Locking System Mattress Dimensions (l X W X H): At Least 1900 Mm X 650 Mm X 50 Mm Overall Dimensions (l X W X H): At Least 2000 Mm X 750 Mm X 560-870 Mm 19 1 Unit Vein Scanner Dimension Size: Approx. 215(l) X 55(w) X 70(h) Mm Weight: Approx. 390g Functional Optimal Focal Distance: 40cm Image Size: Small, Medium, Large Image Color: White, Green, Color Operation Mode: General, Hd, Line Calibration: An Accuracy Of ± 200μm Electrical Input Power: Dc 15v / 3a Battery Rating: 7.2v / 3,400mah Battery Run Time: 3 Hours Battery Charging Time: 2 Hours Must Be Supplied With Trolley 20 1 Unit Newborn Hearing Test Machine Newborn Hearing Screener Must Be Small, Portable And Shaped To Be Operated In One Hand With Four Arrow Keypad For Navigation Can Store Up To 500 Test Results With Special Eartips Customized For Newborn Ears Screener Dpoae 2 Fixed Protocols - Dp 2s & Dp 4s 2-5 Khz 65/55 Db Spl 6 Db Snr 3 Out Of 4 Frequencies For A Pass Test Time: 2 Or 4 Sec Per Frequency Standard Dpoae 1 Screening + 4 Customizable Protocols 1.5 - 12 Khz 12 Frequency Test Protocols Available 80 Db Pe Spl Customizable Snr, Test Time, Number Of Frequencies Required For A Pass 21 1 Unit Automated External Defibrillator (aed) Status Led Light Provides Real Time, Visual Representation Of Each Step Of Resuscitation Biphasic Truncated Exponential Waveform Technology (bte) Output Energy: 180j (for Adult, Load Impedance Of 50ω); 50j (for Child, Load Impedance Of 50ω) Stored Data: Ecg, Frequency Of Electric Shock, Ambient Sounds Are Recorded, Self-diagnosis Time And Result, Date Of Use Ecg Recording: Lead Ii Analysis Time Of Less Than 11 Seconds
Closing Date4 Mar 2025
Tender AmountPHP 30 Million (USD 517.1 K)
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 Ls 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 1.00 6.00 A. Backhoe (0.80 Mᶾ) 1.00 6.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 Ls 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Days 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: Ppe 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days C. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 15.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances - Building Permit Processing Fees Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 25.92 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 25.92 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 25.92 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 25.92 M3 Embankment From Structure Excavation Direct Cost: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 0.75 A. Plate Compactor (5 Hp) 1.00 0.75 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 6.01 M3 Dpwh Standard Output Per Hour (oph)= 1.20 M3 6.01 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Plate Compactor (5 Hp) 0.00 0.00 Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 " Structural Concrete (footing,tie Beam, Roof Beam Slab On Fill)" Quantity 18.43 M3 Dpwh Standard Output Per Hour (oph)= 0.36 M3 18.43 M3 " Structural Concrete (footing,tie Beam, Roof Beam Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 8.00 B. Skilled Laborer 1.00 15.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 2.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 " Structural Concrete (columns)" Quantity 5.94 M3 Dpwh Standard Output Per Hour (oph)= 0.36 M3 5.94 M3 " Structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 4.00 B. Skilled Laborer 1.00 8.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 3,135.93 Kg Dpwh Standard Output Per Hour (oph)= 143.44 Kg 3135.93 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 69.50 M2 Dpwh Standard Output Per Hour (oph)= 3.24 M2 69.50 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Installation 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 154.26 M2 Dpwh Standard Output Per Hour (oph)= 3.83 M2 154.26 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(1) Cement Plaster Finish Quantity 308.52 M2 Dpwh Standard Output Per Hour (oph)= 7.13 M2 308.52 M2 Cement Plaster Finish Direct Cost: A. Materials: 0.33 Bag A. Cement 0.03 Cu.m B. Sand B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel (roof Truss & Member) Quantity 2,447.63 Kg Dpwh Standard Output Per Hour (oph)= 85.00 Kg 2447.63 Kg Structural Steel (roof Truss & Member) Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 6.00 1.00 A. Construction Foreman 6.00 3.00 B. Skilled Laborer 6.00 8.00 C. Unskilled Laborer Erection 6.00 3.00 A. Skilled Laborer 6.00 5.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 4.00 1.00 A. Welding Machine 4.00 1.00 B. Cutting Outfit 4.00 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purlins Quantity 403.16 Kg Dpwh Standard Output Per Hour (oph)= 90.45 Kg 403.16 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene 0.00 0 C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (7)b Metal Structure Accessories (sag Rods) Quantity 49.13 Kg Dpwh Standard Output Per Hour (oph)= 12.995 Kg 49.13 Kg Metal Structure Accessories (sag Rods) Direct Cost: A. Materials: 1.05 Kg A. Sag Rods With Nuts & Bolts B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (4) Metal Structure Accessories (cross Bracing) Quantity 33.11 Kg Dpwh Standard Output Per Hour (oph)= 12.995 Kg 33.11 Kg Metal Structure Accessories (cross Bracing) Direct Cost: A. Materials: 1.05 Kg A. Cross Bracing B. Consumables (3% Of The Material Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)c Metal Structure Accessories (turnbuckle) Quantity 12.00 Each Dpwh Standard Output Per Hour (oph)= 1.000 Each 12.00 Each Metal Structure Accessories (turnbuckle) Direct Cost: A. Materials: 1.05 Kg A. Cross Bracing B. Consumables (3% Of The Material Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 89.64 M2 Dpwh Standard Output Per Hour (oph)= 2.769 M2 89.64 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 6.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings& Metal Fascia) Quantity 44.20 M Dpwh Standard Output Per Hour (oph)= 10.600 M 44.20 M Fabricated Metal Roofing Accessory (flashings& Metal Fascia) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 1.05 M B.metal Fascia 19.00 Pc C. Blind Rivets D. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 17.30 M Dpwh Standard Output Per Hour (oph)= 11.800 M 17.30 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets D. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)a1 Fabricated Metal Roofing Accessory (ridge Roll) Quantity 6.80 M Dpwh Standard Output Per Hour (oph)= 11.800 M 6.80 M Fabricated Metal Roofing Accessory (ridge Roll) Direct Cost: A. Materials: 1.05 M A. Prepainted Ridge Roll, Ga. 24 (0.701mmx2.44mm) 19.00 Pc B. Blind Rivets 0.00 0 C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) " Reflective Insulation" Quantity 42.84 M2 Dpwh Standard Output Per Hour (oph)= 5.560 M2 42.84 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling Quantity 42.84 M2 Dpwh Standard Output Per Hour (oph)= 1.243 M2 42.84 M2 4.5mm Fiber Cement Board On Metal Frame Ceiling Direct Cost: A. Materials: 0.37 Pc A. 4.5mm Fiber Cement Board 1.13 Pc B. Metal Furring 0.36 Pc C. Carrying Channel 1.00 Pc D. Hanger Bar/ Rods 6.00 Pc E. Channel Clip 0.24 Pc F. Wall Angle 14.00 Pc G. Rivets B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(1)e2 Metal Spandrel On Metal Frame Ceiling Quantity 18.00 M2 Dpwh Standard Output Per Hour (oph)= 1.243 M2 18.00 M2 Metal Spandrel On Metal Frame Ceiling Direct Cost: A. Materials: 1.05 Sq.m A. Prepainted Ga. Sheet Spandrel 1.13 Pc B. Metal Furring 0.36 Pc C.carrying Channel 1.00 Pc D. Hanger Bar/rods 6.00 Pc E. Channel Clip 0.24 Pc F. Wall Angle 14.00 Pc G. Rivets 4.00 Pc H. Metal Screw 1" B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1008(1)a Aluminum Glass Window (sliding) Quantity 3.60 M2 Dpwh Standard Output Per Hour (oph)= 0.360 M2 3.60 M2 Aluminum Glass Window (sliding) Direct Cost: A. Materials: 1.00 M2 A.aluminum Glass Window (sliding) B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1008(1)b Aluminum Glass Window (awning) Quantity 1.92 M2 Dpwh Standard Output Per Hour (oph)= 0.360 M2 1.92 M2 Aluminum Glass Window (awning) Direct Cost: A. Materials: 1.00 M2 A.aluminum Glass Window (awning) B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1008(1)c Aluminum Glass Window (fixed) Quantity 0.36 M2 Dpwh Standard Output Per Hour (oph)= 0.360 M2 0.36 M2 Aluminum Glass Window (fixed) Direct Cost: A. Materials: 1.00 M2 A.aluminum Glass Window (fixed) B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1004(2) Finishing Hardware Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Finishing Hardware Direct Cost: A. Materials: 6.00 Set A.door Locks (schlage Or Equivalent) 12.00 Pc B. Hinge (50mmx101mm) B. Manpower: Number Of Hours Labor Cost For This Items Are To Be Considered/included In The Installations Of Doors,windows & Other Fab. Materials Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (4) Wooden Doors & Windows Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Wooden Doors & Windows Direct Cost: A. Materials: 4.00 Set A.door Jamb (d-1) (8 Sets) C. Consumables (5% Of The Material Cost) B. Manpower: Number Of Hours 2.00 1.00 A. Construction Foreman 2.00 1.00 B. Skilled Laborer 2.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (2)a Hollow Core Flush Door Quantity 3.57 M2 Dpwh Standard Output Per Hour (oph)= 0.320 M2 3.57 M2 Hollow Core Flush Door Direct Cost: A. Materials: 1.00 M2 A.holiow Core Flush Door B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (2)b Door (wooden Panel) Quantity 7.14 M2 Dpwh Standard Output Per Hour (oph)= 0.360 M2 7.14 M2 Door (wooden Panel) Direct Cost: A. Materials: 1.00 M2 A.wooden Panel Door B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.000 I.s. 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 85.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 12.00 Pcs C. 15mm Ø Pvc Coupling 35.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap 0.00 0 H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.000 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 250.00 M A.3.5 Mm2 Electric Wire Thhn 180.00 M B.5.5 Mm2 Electric Wire Thhn 35.00 M C. 8.00 Mm2 Electric Wire (thhn) 10.00 Set E. Two-gang Switch 16.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1.000 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 2.00 Pcs B. 60 Amp. Plug-in Breaker 4.00 Pcs B. 30 Amp. Plug-in Breaker 4.00 Pcs B. 20 Amp. Plug-in Breaker 4.00 Pcs B. 15 Amp. Plug-in Breaker 0.00 0 B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1103(1) Lighting Fixtures Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.000 I.s. 1.00 I.s. Lighting Fixtures Direct Cost: A. Materials: 46.00 Set A. 1-18 Watts Downlight/pinlight,recessed Type 1.00 Units B. Emergency Lamp (twin Head) B. Manpower: Number Of Hours 20.00 1.00 A. Construction Foreman 20.00 1.00 B. Skilled Laborer 20.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 55.90 M2 Dpwh Standard Output Per Hour (oph)= 2.000 M2 55.90 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner 0.00 0 D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(5)c Water Closet With Complete Accessories Quantity 2.00 Set Dpwh Standard Output Per Hour (oph)= 1.000 Set 2.00 Set Water Closet With Complete Accessories Direct Cost: A. Materials: 2.00 Set A. Water Closet With Complete Accessories B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 2.00 1.00 A. Construction Foreman 2.00 2.00 B. Skilled Laborer 2.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(5)d Floor Drain Plates Quantity 4.00 Set Dpwh Standard Output Per Hour (oph)= 1.000 Set 4.00 Set Floor Drain Plates Direct Cost: A. Materials: 1.00 Set A. Floor Drain Plate B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 0.40 1.00 A. Construction Foreman 0.40 1.00 B. Skilled Laborer 0.40 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(5)g Bidet/ Faucet Quantity 3.00 Pc Dpwh Standard Output Per Hour (oph)= 1.000 Pc 3.00 Pc Bidet/ Faucet Direct Cost: A. Materials: 1.00 Set A. Bidet/ Faucet B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 0.40 1.00 A. Construction Foreman 0.40 2.00 B. Skilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001(9) Storm Drainage, Sewer Lines, Downspout & Water Line Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Storm Drainage, Sewer Lines, Downspout & Water Line Direct Cost: A. Materials: 3.00 Length 4" Dia. Pvc Pipes S-1000 7.00 Length 3" Dia. Pvc Pipes S-1000 4.00 Length 2" Dia. Pvc Pipes S-1000 2.00 Pc .pvc Wye #4 4.00 Pc Pvc Elbow #4x90 Deg 3.00 Pc Pvc Elbow #4x45 Deg 1.00 Pc Pvc Tee Reducer 4x2 1.00 Pc Pvc Cleanout #4 4.00 Pc Pvc Elbow #2 2.00 Pc Pvc Tee #4 11.00 Pc Pvc Wye #3 5.00 Pc Pvc Elbow #3x90 Deg 13.00 Pc Pvc Elbow #3x45 Deg 4.00 Pc Pvc Bell Reducer #3x2 1.00 Pc Pvc Tee Reducer #3x2 2.00 Pc Pvc Clean Out #3 13.00 Pc Pvc Elbow #2x90 Deg 1.00 Pc Pvc Tee #2 4.00 Pc Ppr Pipe #1/2 2.00 Pc Ppr Female Coupling 1/2 12.00 Pc Ppr Elbow Adaptor 1/2 7.00 Pc Ppr Tee 1/2 2.00 Pc Ppr Ball Valve 1/2 5.00 Pc Ppr Female Elbow Adaptor 1/2 4.00 Pc K. Dome Type Roof Drain With Strainer B. Manpower: Number Of Hours 20.00 1.00 A. Construction Foreman 20.00 1.00 B. Skilled Worker 20.00 2.00 C. Unskilled Worker C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001(11) Septic Vault Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Septic Vault Direct Cost: A. Materials: Structural Concrete 27.00 Bag A. Portland 2.87 Cu.m B. Sand 1.43 Cu.m C. Gravel Reinforcements 281.27 Kg D. 12mm Dia. Reinforcing Bars (grade 40) 25.02 Kg E. 10mm Dia. Reinforcing Bars (grade 60) 4.59 Kg F. Gi Tie Wire #16 Masonry Works 237.00 Pc J. Chb 4" Thk. Load Bearing 15.00 Bag K. Portland Cement 1.09 Cu.m L. Sand 88.13 Kg M. 12mm Dia. Reinforcing Bars (grade 40) 4.41 Kg N. Gi Tie Wire #16 B. Manpower: Number Of Hours 20.00 1.00 A. Construction Foreman 20.00 2.00 B. Skilled Worker 20.00 3.00 C. Unskilled Worker C. Equipment And Water: Number Of Hours 1.07 1.00 A. One Bagger Mixer 1.07 1.00 B. Bar Cutter 1.07 1.00 C. Bar Bender 0.86 1.00 D. Concrete Vibrator Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date10 Mar 2025
Tender AmountPHP 2.9 Million (USD 52.3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: ?.## Statement Of Work
agreement Language
it Is The Intent Of The Department Of Veterans Affairs, Va Heartland Network (herein Afterward Referred As Visn 15) To Establish A Cost-per Reportable Result (cprr) Idiq Contract For Pt/ptt Coagulation Equipment, And Cost Per Test (cpt) For Esoteric Testing Supplies. It Is The Intent Of The Government To Award This Agreement To A Single Contractor For The Coagulation Equipment. However, As Requirements Change, Facilities Within Visn 15 May Be Added Or Deleted By Supplemental Agreement Of The Government And The Contractor. Additional Tests/reagents/instrumentation May Be Added To The Agreement As New Technology Becomes Available On The Market.
prices And Terms Visn 15 Will Provide An Estimated Volume Of Tests Performed As Reflected In Attachment 1 For Each Individual Medical Center And/or Outpatient Clinic Laboratory. Pricing Is Based On The Average Daily Test Volume Per Instrument/analyzer For Each Facility. The Government Estimates The Volumes Listed In The Attached Spreadsheet Per Facility But Does Not Guarantee Volumes As Listed; They Are Estimates Only.
term Of Agreement: This Will Be A Single Award, Indefinite Delivery Indefinite Quantity (idiq) Firm-fixed Price Award With Five, One-year Ordering Periods, Visn 15 Intends To Establish The First Ordering Period Of The Agreement For The Period Of May 1, 2025, Through April 30, 2026. Current Contract Expires On 04/30/2025. New Equipment Must Be Delivered By April 1, 2025 To Complete Required Validation And Correlation Studies And Comply With Laboratory Standards.
ordering Method: The Participating Facilities May Order Products Via Electronic Data Interchange (edi), Telephone, Facsimile, Or Other Written Communication, Identifying The Products By Number, Quantity, Purchase Price, Address For Delivery, And Any Special Instructions.
description/specifications/statement Of Work
scope Of Procurement
the Desired Instrumentation Shall Have The Capability Of Performing Or Reporting The Clinical Parameters As Defined In The Statement Of Work. The Instrument Be Able To Simultaneously Perform The Complete Profile As Described Below And Meet The Performance Characteristics For Accuracy And Precision As Defined By The 1988 Clinical Laboratory Improvement Act (clia) And The Clinical And Laboratory Standards Institute (clsi).
equipment Must Maintain, Or Preferably Reduce The Number Of Workstations Or Overall Labor Required To Accomplish The Required Testing By Each Laboratory.
if Contractor Offers A Family Of Analyzers, Visn 15 Technical Evaluation Panel Will Determine If Instrumentation Proposed Meets Needs Of Using Facility. Equipment Shall Be Acquired For Each Of The Clinical Laboratories Located At The Visn Facilities In Attachment Reference 2.
the Contractor Is Required To Provide A Continuously Stocked Inventory Of Reagents, Standards, Controls, Supplies, Disposables, And Any Other Materials Required To Properly Perform Tests On The Equipment Such That Equipment Operations Are Not Interrupted. These Items Shall Be Of The Highest Quality, Sensitivity, Specificity And Tested To Assure Precision And Accuracy. Expiration Date Must Be Clearly Marked On Reagent, Standards And Control Containers. Unexpected Changes In Methodology/technology Shall Be At The Expense Of The Contractor. Alert/notification Of Any Delays In Shipment As Well As Any Or All Technical Advisory/recalls/alerts, Prior To Or Simultaneously With Field Alerts Should Be Forwarded To The Designated Individuals Determined At Contract Award.
the Contractor Will Assist With A Holding Tank For Sites That Use On Demand Orders. Contractor Will Work With The Laboratory To Determine Adequate Reagent Volumes For Contracted Period. Volumes Must Allow For Use Of The Same Lot Number Of Product For The Contracted Period.
special Handling For Emergency Orders Of Supplies: In The Event That The Supplies Are Found To Be Defective And Unsuitable For Use With The Contractor’s Equipment, Or The Contractor Has Failed To Comply With The Requirements For Routine Supply Delivery, The Contractor Is Required To Deliver The Supplies Within 24 Hours Of Receipt Of A Verbal Order For Emergency Delivery. If Either Circumstance Has Occurred, The Contractor Shall Deliver To The Government Site In The Most Expeditious Manner Possible Without Additional Cost To The Government, The Necessary Consumables In Sufficient Quantity As Required To Allow Operation Of The Contractor’s Equipment For One Week (under Normal Government Test Load Volume). If Additional Requests For Emergency Supply Delivery Are Required By The Government, They Shall Be Honored By The Contractor Until The Arrival At The Laboratory Of The Monthly Standing Order/routine Supplies Delivery.
definitions
cost Per Patient Reportable Result (cprr) - The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5 Year Equipment Use, (2) All Reagents, Standards, Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories And Any Other Item Required For The Proper Operation Of The Contractor’s Equipment And Necessary For The Generation Of A Patient Reportable Result. This Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution; Repeat And Confirmatory Testing Required Producing A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi). (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation, And Removal Of Equipment At No Additional Charge.
cost Per Test (cpt) – Contractors Are Required To Provide A Price For Each Test That Can Be Performed On Its Equipment. The Per Test Price Shall Include Costs Covering (a) Equipment Use, (b) All Reagents, Standards, Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories And Any Other Item Required For The Proper Operation Of The Contractor’s Equipment And Necessary For The Generation And Reporting Of A Test Result, (c) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (d) Training For Government Personnel. Contractors Are Required To Provide Delivery, Installation, And Removal Of Equipment At No Additional Charge.
parameter Definitions
pt – Prothrombin Time
aptt- Activated Partial Thromboplastin Time
inr- International Normalized Ratio
si- International Sensitivity Index
business Associate Agreement (baa)- A Business Associate Is An Entity, Including An Individual, Company, Or Organization That, On Behalf Of Vha, Performs Or Assists In The Performance Of Functions Or Activities Involving The Use Or Disclosure Of Phi, Or That Provides Certain Services Involving The Disclosure Of Protected Health Information (phi). Vha Is A Covered Entity Under The Hipaa Privacy Rule (privacy Rule). Hipaa Regulations Require Vha To Execute Hipaa-compliant Baas With Certain Entities That Receives, Uses, Or Discloses Vha Phi To Perform Some Activity For Vha. These Baas Obligate Vha Business Associates To Provide The Same Protections And Safeguards To Phi That Is Required Of Vha Under The Privacy Rule.
test Menu/reagents
cppr: Pt/ptt
cpt: Fibrinogen, Thrombin Time, D-dimer, Anti-xa, Controls And Calibrators For Esoteric Testing.
refer To Attachment Reference 1 For Desired Cprr And Cpt Test Menu And Estimated Annual Volumes.
general Requirements
primary Analyzer(s) – Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements). Depending Upon The Technical Functionality And The Capabilities Of The Individual Manufacturer’s Instrumentation, One Analyzer Or Multiple Analyzers May Be Required To Meet The Productivity Specifications Defined Herein. In Those Instances, The Additional Analyzer(s) Shall, Likewise, Be Considered Primary Instrumentation And Shall Meet All Technical Specifications Of This Solicitation. Those Additional Analyzer(s) Offered Meeting The Definition Of A Primary Analyzer Shall Be Equivalent To A Back-up Analyzer (see Definition Below) And Shall Replace The Requirement For Offering That Category Of Equipment.
back-up Analyzer – Equipment Required To Support The Operations Of The Va Laboratories In Those Cases When The Primary Analyzer(s) Is Not Operational/functional. This Category Of Equipment Shall Only Be Operated During Periods Of Time When The Primary Instrumentation Is Not Available For Use. As Such, The Requirements For Consumable Supplies, I.e., Reagents, Quality Control Material, Calibrators, Etc., Shall Be Minimal And Corollary To The Successful Operation Of The Primary Instrumentation. Specific Tests That Require Back-up Performance Are Listed In Attachment Reference 1.
contractor Shall Provide Quality Control Material At A Minimum Of Two Levels: Normal And Elevated.
all Reagents, Controls, Calibrators, And Normal Donor Plasma (for Annual Lot Changes) Will Be Of The Same Lot Number For All Users. Lot Numbers Will Be In Use At Least Twelve (12) Months. All Sites Covered Under This Agreement Will Convert To The New Yearly Lot Number Within 2 Months Of Each Other.
assayed Control Plasma For Pt And Aptt Are The Preferred Products To Assess Test Quality. If Assayed Controls Are Not Offered/available, The Contractor Shall:
furnish Assayed Control Plasmas To Be Run Concurrently Until A Range Can Be Established For The Unassayed Material.
Provide Documented Peer Review Of Unassayed Control Data.
The Product Information Must Specify An Appropriate Isi For The Instrument And Reagent Lot Number Combination.
the Isi Value For Pt Reagents Must Be Between 1.0 - 1.3. The Variance Of The Isi Value Between Reagent Lots Must Not Exceed 0.2.
ability To Electronically Enter The Isi Value Using Bar Code Technology.
documentation Must Be Provided Regarding The Effect Of Lupus Anticoagulants In The Therapeutic Monitoring Of Warfarin.
operational Features - The Instrumentation Offered Shall Have The Following:
the Capability Of Performing Simultaneous Analysis On 100% Of The Tests Listed In Attachment Reference 1.
sufficient Capacity And Continuous Throughput To Meet The Volume And Service Demands As Defined In Attachment Reference 1 For Laboratories That Must Meet 30 Minutes’ Turnaround Time From Accession To Result Verification.
safety Features To Avoid Unnecessary Exposure To Biohazardous And Chemical Material. The Exposure To And The Volume Of Biohazardous And Chemical Material Generated By The Equipment Must Be Minimal And Require A Minimum Amount Of Handling.
a Bi-directional, Bar-coded Computer Interface Compatible With The Current Va Laboratory Information System. The Fully Operational Interface (both Hardware And Software) Shall Be Immediately Available For Implementation To The Va Computerized Hospital Information System, Refer To Section 2.4.16.6.
the Accuracy Of The Bar Code Reading Must Have Less Than A 1% Failure Rate.
the Equipment Must Be Able To Support Multiple Barcode Formats (code 39, Code 128) That May Be Enabled Concurrently.
equipment Must Accept, At A Minimum, 10-character Specimen Identifier That Is Configurable Such As Alphanumeric (letters And Numbers).
for Those Sites Requiring Back Up Analyzers, The Backup Analyzer Should Be A Mirror Image Of The Primary Analyzer.
ability To Prioritize Stat Testing Without Compromising Existing Programmed Testing.
minimal Daily, Weekly, And Monthly Maintenance.
equipment Must Be Able To Store And Retransmit Records (24 Hours Of Maximal Instrument Throughput) In Case Of Interface Outage. Capability To Store At Least 1000 Patient Results In A Database For Immediate Recall.
ability To Automatically Identify And Manage Potentially Hemolyzed, Lipemic Or Icteric Samples Prior To Analysis.
ability To Accept Various Types Of Sample Containers.
ability To Locate Patient Samples Using Patient Name, Ssn, Or Unique Id, And Determine When Results Will Be Available.
equipment Must Have The Capacity To Cap Pierce Sample Tubes.
equipment Must Have The Ability To Continue Operating When Loading Reagents And Disposing Of Waste.
technical Features – The Instrumentation Must Be Approved By The Food And Drug Administration (fda) And Shall Have The Following:
the Following Products Should Be Available:
d-dimer
d-dimer Hs
d-dimer Controls
thrombin Time
qfa Thrombin, 2 Ml
low Fibrinogen Control
anti-x
anti-xa Calibrator
lmw Heparin Controls
low Abnormal Control
uf Heparin Control
calibration Plasma Heparin
cuvettes
sample Cups
cuvette Waste Bin
on-board Quality Control (qc) Data Management System.
stores A Minimum Of 2 Quality Control Files For Each Level Of Control For A Given Analyte.
displays Levy-jennings Graphs Of Quality Control Data.
electronically Transfers And Stores Qc Data.
stores Individual Qc Results On Multiple Lot Numbers.
ability To Evaluate Qc Against Others In Peer Group, Using A Quality Assurance Program.
ability To Automatically Program The Performance Of Qc Testing By Time, New Bottle, And Reagent.
ability To Monitor Instrument Performance.
on-board Reagent Inventory System.
minimal Carryover.
long Calibration Stability.
minimal Reagent, Calibrator, And Control Preparation.
no Specimen Pre-treatment Required For Pt And Ptt Testing.
primary Tube Sampling With Clot Detection.
ability To Perform Calibration Curves On Other Assays During Test Run Without Aborting The Run.
ability To Store, Print And Retrieve Multiple Calibration Curves Where Applicable. The Instrument Must Store, Print And Retrieve Curves For Fibrinogen And D-dimer, Such That Using Same Lot Numbers And Patient Specimens May Be Run Rapidly And On A Stat Basis.
ability For The Curve Dilutions To Be Defined By The Operator And The Curves Should Be Stable For A Minimum Of Six Months.
d-dimer Testing Must Be Fda Approved For Exclusion Of Pe And Dvt.
must Have The Ability To Perform Heparin Xa Testing For Establishment Of Heparin Therapeutic Ranges.
the Ability To Accommodate The Use Of Third-party Reagents For Specialized Testing
the Ability To Trace Reagents Lot, Calibration, And Qc With Results.
an On-board Refrigeration System For Reagents.
minimum 24-hour On-board Stability Of Pt And Aptt Reagents.
minimum Eight (8) Hour Stability Of Quality Control Material.
equipment Must Have The Capability To Detect Out Of Range Quality Control And Alert The Operator Of The Occurrence.
the System Must Be Able To Obtain Approval To Connect The Va Computer System. The Vendor Must Provide Mds2 Form, Mou (if Applicable) And Va Form 6550.
interface Requirements
the Contractor Shall Be Responsible For Providing All Hardware Required For The Connection, Implementation, And Operation Of The Interface To The Universal Interface And Any Incremental Fee That Is Required Each Time An Instrument Is Added To An Existing Universal Interface System.
cerner Compatibility Statement
vendors Providing A Bid To This Requirement Shall Provide A Cerner Compatibility Statement (ccs)from The Oem Of The Equipment. The Ccs Must Include The Following:
an Oem Attestation That The Product Proposed Is Cerner Verified. The Statement Must Be Dated Within 60 Days Of The Quote To Ensure It Is Recent And Accurate.
a List Of Va Healthcare Organizations That Have Deployed The Device/system With The Cerner Ehr.
details Related To Any Data To Be Transmitted To Cerner.
the Statement Must Provide An Oem Point Of Contact For Questions Or Concerns Related To Cerner Compatibility.
the Proposal Must Declare If The Device/system Does Not Connect To The Network Or Electronic Medical Record.
vendor Bids That Do Not Include A Ccs Directly From The Oem Will Be Disqualified.
all Devices Running Windows Must Be Windows 10 Os At The Time Of Award.
the Vendor Shall Provide Assistance With Setting Up Autoverification Through Data Innovations.
work With The Laboratory Lims To Interface Vista Lis With Vendor Provided Instruments.
provide Remote Or Onsite Guidance On Validation Techniques And Assist Troubleshooting.
provide Support And Guidance During Modifications Of Final Autoverification Build. For Example, Modifying Rules Logic Cutoff Based On Evolving Sop’s.
hardware Features - The Instrumentation Shall Have The Following:
a Total Equipment Footprint That When Installed In The Laboratory Shall Not Impact The Functionality/operations Of That Laboratory.
an On-board Monitor/screen That Is Easily Readable.
a Printer That Has The Capability Of Printing A Patient Report With Patient Demographic Information That Includes Minimally The Patient’s Name And Accession Or Unique Identifier Number (uid).
an Uninterruptible Power Supply With Line Conditioner For Each Instrument.
method Validation - Method Performance/comparison Shall Be At The Expense Of The Contractor, Shall Include Linearity Material And Reagents, And Be Consistent With Current Clsi Guidelines And Related Documents, College Of American Pathologists (cap) Standards And Federal Regulations. Acceptable Accuracy And Precision For Pt, Aptt, Xa And Fibrinogen Will Be < 10% Cv And D-dimer Will Be < 5% Cv. The Method Validation Will Include The Following:
correlation Studies For Each Analyte. A Minimum Of 40 Samples Spanning The Reportable Range, Shall Be Run By The Present And The Proposed Method. Contractor Shall Analyze Results And Provide Statistical Data To Support Acceptance Of The New Method. Statistics Shall Consist Of At Least Mean, Bias, Slope, Y-intercept, Correlation Coefficient, Roc Analysis, And Meet Current Standards Defined By Clsi.
analytical Measurement Range (amr) Validation Shall Be Performed On Proposed Instrument(s) For Each Analyte To Validate The Reportable Range When Applicable. The Material Must Have Values, Which Are Near The Low, Mid, And High Values Of The Amr And Be Of Appropriate Matrix For The Clinical Specimens Assayed By That Method. A Minimum 5-point Linearity Analysis That Adheres To The Beer-lambert Law And Spans The Entire Range Shall Be Performed As A Minimum.
precision Study Using Normal And Abnormal Control Material. This Shall Consist Of A Within Run Precision Study Of 10 Normal And 10 Abnormal Controls And A Day-to-day Precision Study Of Normal Controls And Abnormal Controls For 10 Days (may Be Run Twice A Day) For A Total Of 20 Values Per Level Of Control. Intra-visn Facility Variations Should Be Kept At An Absolute Minimum.
sensitivity May Be Validated Concurrently With Correlation Studies. Mathematical Calculations To Determine Efficiency, Sensitivity, False Positive Rate, And False Negative Rate Are Applied.
specificity Studies: A Review Of Product Literature And Assay Inserts To Determine Any Adverse Effects For Increased Bilirubin, Hemolysis, Lipemia, Or Other Interrupting Substances.
carryover Studies. Successful Carryover Studies Shall Be Completed By The Contractor On All Analyzers During Installation. These Studies Shall Be Performed Using Either Contractor Developed Program(s) Or Program(s) Developed By A Third Party (cap/clsi). The Program(s) Shall Be Provided To Each Laboratory At No Charge.
reference Range. A Reference Range Must Be Determined For Each Test Following Clsi Guidelines. Samples Used For The Reference Range Study Must Be Representative Of The Patient Population Being Tested. Reference Range Assessment Must Be Performed For Each Lab. One Of The Following Protocols Shall Be Used:
a Verification Of The Manufacturer’s Suggested Reference Range May Be Performed If The Suggested Range Is Based On A Comparable Population Of Test Subjects. The Manufacturer Shall Provide Specific Information Defining How The Suggested Range Was Determined. A Minimum Of 20 Reference Individuals Shall Be Used To Verify The Manufacturer’s Range. Any Apparent Outliers Should Be Discarded, And New Specimens Obtained To Provide A Statistically Valid Verification. Studies Will Be Performed At All Testing Sites And Common Range Will Be Established For Use In Visn 15.
if The Suggested Manufacturer’s Range Is Not Appropriate For The Patient Population, A Reference Range Shall Be Established. Establishing A Reference Must Follow Clsi Guidelines. This Requires A Minimum Of 120 Reference Individuals To Be Used To Establish A Reference Range. The Reference Interval Should Be Determined Using The Nonparametric Method.
if A Laboratory Is Currently Using The Proposed Instrument/reagent System, The “in-use” Reference Range Can Be Transferred To The “new” System If A Method Comparison Study Between The Two Systems Proves To Be Acceptable. If Comparison Studies Are Not Acceptable, The 2.4.13.7.2 Above Must Be Performed.
fda Approved D-dimer, Vendor Established Cut-off For Venous Thromboembolism (vte) And Pulmonary Embolism (pe).
reportable Range
pt, Aptt, Fibrinogen, Thrombin Time, D-dimer, And Heparin Assays. Contractor Shall Provide Accurate High And Low Reportable Range Limits For All Clotting Assays (i.e., Pt, Aptt And Fibrinogen), Particle Agglutination (immunological) Assays (i.e., D-dimer) And Chromogenic Assays (i.e., Heparin Anti-factor Xa).
chromogenic Assays (if Applicable) – Contractor Shall Determine A Reportable Range For Chromogenic Assays. This Study Should Define The Lowest Level To The Highest Level That Can Be Accurately Reported. The Material Used To Calibrate The Instrument Must Not Be Used To Determine The Reportable Range. The Sample Material Used Must Have A Known Reference Value. A Linearity Study, If Applicable, Must Be Performed To Verify The Reportable Range.
therapeutic Range
an Ex Vivo Range Must Be Established. The Therapeutic Aptt Range Must Be Determined Using Plasma From Patients On Unfractionated Heparin Therapy. Slightly, Moderately, And Very Prolonged Aptt Values Must Be Used. Anti-xa Results Must Be Performed To Quantify The Amount Of Heparin Present Relative To The Aptt. A Minimum Of 50 Patient Samples Must Be Used. A More Detailed Explanation Of This Protocol May Be Found In The Clsi Guideline H47-a2, One Stage Pt And Aptt Tests.
in Changing Activated Partial Thromboplastin Time (aptt) Methods, Preference Is Given To A Reagent System That Will Provide The Same (or Nearly The Same) Heparin Responsiveness As The One Currently In Use.
2.4.17 Reports: The Contractor Shall Provide To The Contracting Officer And The Contracting Officer Representative (cor) At Visn 15 A Copy Of A Quarterly Report Of Sales, By Ordering Facility, Within 30 Calendar Days After The Close Of Each Quarter’s Business. Reports Are To Reflect, As A Minimum, Total Net Sales, Amounts Before Discount, And Discount Amounts By Ordering Facility As Well As The Raw Data Used To Develop These Reports. These Reports Shall Be Used To Monitor The Commitment Of Each Facility, Reporting The Savings Realized And Shall Be Shared With Each Participating Facility, Personnel Associated With Acquiring The Products, And Respective Laboratory Personnel. Additional Invoice Charges Associated With Reagent And/or Supply Wastage Or Repair Parts Included At No Charge (per Fss Awarded Contract) Shall Not Be Accepted. There Will Be No Additional Charges For Any Reports Required As Part Of The Agreement. Contractor Will Provide Either A Web-based Or An Electronic Workload Reporting Capability To Assist With Monthly Workload Reporting.
2.4.18 Support Features
2.4.18.1 Commercial Marketing. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, “current Production” Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. Discontinued Models That Are Only Being Made Available As Remanufactured Equipment Are Not Acceptable.
start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories, And Any Other Item Included On The List Of Supplies Defined In The Federal Supply Schedule Contract And Required To Establish Instruments For Operation For Performance Of Acceptance Testing. The Contractor Shall Perform, To The Satisfaction Of The Government, All Validation Studies Including Precision, Method Comparison With Current Analyzer, Accuracy (recovery), Linearity (reportable Range), Calibration Verification, Verification Of Reference Interval, And Determination Of Sensitivity And Specificity At No Cost To The Government. The Contractor Shall Perform All The Statistical Analysis As Stated In Paragraph 2.4.13, And Report Data In An Organized, Clearly Comprehensible Format.
training.
upon Installation - The Contractor Shall Provide An Instrument Training Program For Two Operating Personnel At No Charge To The Government That Is Coordinated With And Timely With The Equipment Installation, Sufficient To The Size And Scope Of The Facility’s Services And Minimally Equivalent To The Terms And Conditions For Training Defined In The Contractor’s Cost Per Reportable Result Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers Contract. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair.
additional Training In Years 2 Through 5 - The Contractor Shall Provide Advanced Training For One Operator Per Year Per Facility. The Requested Training Resources Should Be Flexible; This Is The Ability To Share Or Combine Training Resources Within The Visn Sites. Training Shall Be Provided At The Discretion Of The Government For Each Model Of Instrumentation Placed. Utilization Of The Training Slots Shall Be Mutually Agreed Upon Between The Va And The Contractor. A Training Program That Involves Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant.
equipment Preventative Maintenance/repair Service. The Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On All Primary And Back-up Instrumentation And Any Incremental Support Equipment, E.g., Water System, Offered According To The Following Terms:
a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of One Hour.
equipment Repair Service Shall Be Provided During Core Business Hours. See Attachment Reference 3 Defining Core Business Hours Of Each Facility Included In This Solicitation. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel.
equipment Response Time Shall Be No More Than 24 Hours.
preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer’s Operator’s Manual And Within 2 Weeks Of The Scheduled Due Date.
a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following:
date And Time Notified.
date And Time Of Arrival.
serial Number, Type, And Model Number Of Equipment.
time Spent For Repair, And
proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance.
each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call.
equipment Relocation: In The Event Of Moving The New Equipment To A New Location (such As A New Laboratory), The Contractor Shall Move Contracted Lab Equipment From The Current Location To The New Lab Space.
contractor Will Perform Necessary Equipment Function Checks To Include But Not Limited To Calibrations, Precision Checks And Quality Controls As Needed For The Equipment.
function Checks Will Be Performed After Equipment Is Placed In The New Space. Any Damage Incurred During The Move By The Contractor Is The Responsibility Of The Contractor.
contractor Moving The Equipment Must Be Approved By The Contractor That Provided The Equipment Or Risk Voiding Warranties Or Other Contract Provisions.
upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of –the Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To “system Upgrades” That Enhance The Model Of Equipment Being Offered, I.e., New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Agreement; However, It Does Refer To Significant Changes In The Hardware Operational Capability.
ancillary Support Equipment - The Contractor Shall Provide, Install, And Maintain Through The Life Of The Agreement, As Indicated, All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g., Cabinetry To Support/house The Analyzer (if Necessary), Water Systems (including Consumable Polishers, Filters, Etc.), Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Etc.
commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Shall Assist In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Csli Format Or An On-line Procedure Manual In The Instrument Software.
characterization Of Hazardous Waste – The Contractor Shall Provide A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations And Address The Criteria Listed In The Code Of Federal Regulations Title 40 “protection Of The Environment” Part 261 Et Al. The Description Shall Address The Following:
waste Toxicity (reference 40cfr261.11 And 40cfr261.24)
waste Ignitability (reference 40cfr261.21)
waste Corrosivity (reference 40cfr261.22)
waste Reactivity (reference 40cfr261.23)
hazardous Waste From Non-specific Sources (f-listed) (reference 40cfr261.31)
discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40cfr261.33)
the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices.
contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Contractor Response:
barium (total)
cadmium (total)
chromium (total)
copper (total)
cyanide (total)
lead (total)
mercury (total)
nickel (total)
silver (total)
zinc (total)
arsenic (total)
selenium (total)
tin (total)
ph
flash Point (to Higher Than 200 Degrees F)
bod; Biochemical Oxygen Demand
the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine If The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System.
implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 90 Days After The Award Of The Agreement. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All The Necessary Implementation Requirements Within The Stated Timeframe. Contractors Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 90-day Timeframe If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government.
upon Award Of A Agreement, The Transition Period For The Awarded Agreement To Have All Equipment And Peripherals Installed And Operational Shall Be From Date Of Award Through May 1, 2025. During This Same Period And As Referenced In Paragraph 2.4.18.3 All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed.
contractors Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. Contractor’s Submitted Plan Shall Not Exceed May 1, 2025, For The Transition Of All Services Under The Awarded Agreement Including Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Confirm To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Agreement For Cause Under The Termination For Cause Clause Of The Agreement.
on May 1, 2025, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Agreement.
standard And Quality Of Performance - This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Agreement] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor’s Technical Specification Or As Quoted In Any Agreement At An Effectiveness Level Of 90% Or More.
if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days.
if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far.52.212-4 Entitled “termination For Cause.” (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.)
operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor’s Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition.
during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When More Than The Minimum Of 100 Hours.
the Government Will Maintain Daily Records To Satisfy The Requirements Of This Paragraph And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes.
during The Term Of The Agreement, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer’s Instructions, Shall Be Solely That Of The Contractor. Each Instrument Provided By The Contractor Shall Maintain An Uptime Of 90% In Each Month Of The Term Of The Agreement For Equipment.
government’s Responsibility: The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer’s Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph.
ownership Of Equipment: Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer. The Contractor Is Responsible For Decontamination Of The Analyzers Prior To Removal Of The Equipment.
the Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility.
prior To Termination Or Completion Of This Agreement, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor While Performing This Agreement Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Agreement.
all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Agreement Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Agreement Or Disposal Or Return Of The It Equipment, Whichever Is Earlier.
bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are:
contractor Must Accept The System Without The Drive.
va’s Initial Medical Device Purchase Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or
va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase.
due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then:
the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And
any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Agreement.
a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Iso Needs To Maintain The Documentation.
Closing Date28 Mar 2025
Tender AmountRefer Documents
5371-5380 of 5388 archived Tenders