Oxygen Tenders

City Of Pasig Tender

Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Closing Date27 Jun 2025
Tender AmountPHP 11.8 Million (USD 209.2 K)
Details: Description 1. The City Government Of Pasig, Through The Executive Budget Cy 2025 Intends To Apply The Sum Of Eleven Million Eight Hundred Eighty-nine Thousand Five Hundred Twenty-five Pesos Only (₱11,889,525.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Medical Equipment – Pcch & Pcgh. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Description Abc (php) Line Items Item No. 1 – Bassinet With Mattress 258,500.00 Item No. 2 – Droplight 594,000.00 Item No. 3 – Fetal Doppler 21,600.00 Item No. 4 – Foot Stool 48,000.00 Item No. 5 – Infantometer 485,000.00 Item No. 6 – Nebulizer 296,000.00 Item No. 7 – Operating Room Back Table 147,000.00 Item No. 8 – Suction Regulator For Pipe-in 987,500.00 Item No. 9 – Thermometer Infrared (forehead) 180,000.00 Item No. 10 - Wheelchair 490,250.00 Lot 1 – Blood Pressure Apparatus (item Nos. 11 & 12) 3,026,800.00 Lot 2 – Ecg Adapter & Cable Set (item Nos. 13 & 14) 277,500.00 Lot 3 – Fiber Optic Laryngoscope Sets For Adult, Pedia, And Neonate (item Nos. 15 To 17) 585,000.00 Lot 4 – Medical Table And Stands (item Nos. 18 & 19) 1,001,000.00 Lot 5 – Medical Utility Carts: 2-shelf & 3-shelf Models (item Nos. 20 & 21) 463,250.00 Lot 6 – Otoscope & Operating Otoscope Sets (item Nos. 22 & 23) 127,400.00 Lot 7 – Oxygen Tank Holders & Trolleys (item Nos. 24 To 27) 909,050.00 Lot 8 – Panel Screens: 2-fold & 3-fold Models (item Nos. 28 & 29) 148,800.00 Lot 9 – Stethoscopes: Adult, Pedia, And Neonate Models (item Nos. 30 To 32) 1,131,000.00 Lot 10 – Suction Bottles & Liners For Medical Use (item Nos. 33 & 34) 161,750.00 Lot 11 – Weighing Scales: Adult & Infant Models (item Nos. 35 & 36) 550,125.00 Total 11,889,525.00 2. The City Government Of Pasig Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 60 Calendar Days Upon Issuance Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The City Government Of Pasig And Inspect The Bidding Documents At The Address Given Below During Office Hours, Monday To Friday, From 7:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 04 June 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. Approved Budget For The Contract Maximum Cost Of Bidding Documents 500,000 And Below 500 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The City Government Of Pasig Will Hold A Pre-bid Conference On 11 June 2025, 9:00 A.m. At Meeting Room 202, 2nd Floor, Temporary City Hall, Eulogio Amang Rodriguez Ave., Brgy. Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Procurement Management Office Through Manual Submission At The Office Address Indicated Below On Or Before 27 June 2025, 8:30 A.m. 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 27 June 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Each Bidder Shall Submit One (1) Sealed Original Bid Envelope Containing: 1. Original Technical Component (hard Copy, In A Sealed Envelope) 2. Original Financial Component (hard Copy, In A Sealed Envelope) * Sections Of The Bid Shall Be Separated By Dividers, Proper Tabs Bidders Shall Bear All Costs Associated With The Preparation And Submission Of Their Bids, And The City Government Of Pasig Will In No Case, Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. Bidders Should Note That The City Government Of Pasig Will Only Accept Bids From Those That Have Paid The Applicable Fee For The Bidding Documents. In Accordance With Government Procurement Policy Board (gppb) Circular 06-2005 - Tie-breaking Method, The Bids And Awards Committee (bac) Shall Use A Nondiscretionary And Non- Discriminatory Measure Based On Sheer Luck Or Chance, Which Is “draw Lots,” In The Event That Two (2) Or More Bidders Have Been Post-qualified And Determined As The Bidder Having The Lowest Calculated Responsive Bid (lcrb) To Determine The Final Bidder Having The Lcrb, Based On The Following Procedures: A) In Alphabetical Order, The Bidders Shall Pick One Rolled Paper. B) The Lucky Bidder Who Would Pick The Paper With A “congratulations” Remark Shall Be Declared As The Final Bidder Having The Lcrb And Recommended For Award Of The Contract. 11. The City Government Of Pasig Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Bea Therese P. Villanueva Officer In Charge, Procurement Management Office City Government Of Pasig Procurement Management Office, 3rd Floor, Temporary City Hall, Eulogio Amang Rodriguez Ave., Brgy. Rosario, Pasig City. Bidsandawards@pasigcity.gov.ph 8643-1111 Loc. 1461 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Ps-philgeps Website Pasig City Website 04 June 2025 Sgd. Atty. Josephine C. Lati-bagaoisan Bac Chairperson

GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Closing Date28 May 2025
Tender AmountPHP 170.7 Million (USD 3 Million)
Details: Description Invitation To Bid For Procurement Of Goods: Supply And Delivery Of Various Medical / Surgical Supplies Under Framework Agreement 1. The Gov. Celestino Gallares Memorial Medical Center, Using A Single-year For A Duration Of One (1) Year Framework Agreement, Through General Appropriations Act/hospital Income Intends To Apply The Sum Of One Hundred Seventy Million Seven Hundred Sixty Thousand Eight Hundred Forty One Pesos And 50/100 Only (php170,760,841.50) Being The Abc To Payments Under The Contract For Ib No. 2025-05-014. Bids Received In Excess Of The Total Cost Per Item Shall Be Automatically Rejected. 2. The Gov. Celestino Gallares Memorial Medical Center Now Invites Bids For Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days After Issuance Of A Call-off Or Any Date As Determined By The Pe. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Gcgmmc Bids And Awards Committee (bac) Office Through Electronic Mail Via Gcgmmc.bacmedsurglabsupplies@gmail.com Or Telephone Call At (038) 411-4868 To 69 Local 286 And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders On May 8 – 28, 2025 From Gcgmmc Google Drive (gcgmmc.bacmedsurglabsupplies@gmail.com) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Cash At The Gcgmmc Cashier Section Or Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcgmmc General Fund Account Number: General Fund Account No. 00-0-00001-780-3 For Bidders Paying Thru Online Transfer Or Bank Deposits, A Successful Transaction/payment Must Be Sent To The Bac’s Official Email Address. Acknowledgement Receipt Will Be Issued In Lieu Of The Official Receipt (coa Circular No. 2021-014 Clause 5.2) As Proof That Payment Is Verified, Confirmed And Received By Gcgmmc. Only Upon The Issuance Of The Acknowledgement Receipt Shall The Bidder Be Granted Access To The Bac Google Drive. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bid Conference On May 16, 2025 @ 9:00 Am At The Gcgmmc Cloud Lounge, 5/f, 555 Building, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol 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 May 28, 2025 @ 9:29am. 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 May 28, 2025 @ 9:30 Am At The Gcgmmc Hospital Library And Training Hall, 5/f 555 Building, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. No Further Instructions. 11. The Gov. Celestino Gallares Memorial Medical Center 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Magnolia Marie B. Tiempo Bac Secretariat Bids And Awards Committee (bac) Office Gov. Celestino Gallares Memorial Medical Center 0053, M. Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol Email: Gcgmmc.bacmedsurglabsupplies@gmail.com Tel. No.: (038) 411-4868 To 69 Local 286 Cel. No.: +63 9171469712 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website Http://www.philgeps.gov.ph Gcgmmc Website Https://www.gcgmh.gov.ph Approved: (sgd) Frederick B. Namoc, Rn, Mpa Bac Chairperson (medical/surgical And Radiology Supplies/laboratory Supplies And Reagents) Noted: (sgd) Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) _*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__* S/n Unit Item Qty Unit Cost Total Cost Various Medical Supplies Lot 1 1 Box Adhesive Bandage, 100's/box 100 290.00 29,000.00 2 Bot Alcohol 70% Isoprophyl, 500ml 6,000 130.00 780,000.00 3 Box Alcohol Prep Pad 70% Isoprophyl, 100's 6,400 75.00 480,000.00 4 Pc Arm Sling, Adult 600 95.00 57,000.00 5 Pc Arm Sling, Pedia 400 95.00 38,000.00 6 Pc Cannula For Oxygen Nasal Prong - Adult 5,000 30.00 150,000.00 7 Pc Catheter Foley Bag 2way Fr. 08 With Needle-free Port 100 105.00 10,500.00 8 Pc Catheter Foley Bag 2way Fr. 10 With Needle-free Port 200 105.00 21,000.00 9 Pc Catheter Foley Bag 2way Fr. 12 With Needle-free Port 100 95.00 9,500.00 10 Pc Catheter Foley Bag 2way Fr. 14 With Needle-free Port 50 95.00 4,750.00 11 Pc Catheter Foley Bag 2way Fr. 16 With Needle-free Port 3,500 95.00 332,500.00 12 Pc Catheter Foley Bag 2way Fr. 18 With Needle-free Port 50 95.00 4,750.00 13 Pc Catheter Foley Bag 2way Fr. 20 With Needle-free Port 100 95.00 9,500.00 14 Pc Catheter Foley Bag 3way Fr. 18 With Needle-free Port 50 195.00 9,750.00 15 Pc Catheter Foley Bag 3way Fr. 20 With Needle-free Port 50 195.00 9,750.00 16 Pc Catheter Foley Bag 3way Fr. 24 With Needle-free Port 20 195.00 3,900.00 17 Pc Catheter Suction Fr. 08 3,000 15.00 45,000.00 18 Pc Catheter Suction Fr. 10 3,000 15.00 45,000.00 19 Pc Catheter Suction Fr. 12 3,000 15.00 45,000.00 20 Pc Catheter Suction Fr. 14 15,000 15.00 225,000.00 21 Pc Catheter Suction Fr. 16 8,000 15.00 120,000.00 22 Pc Catheter Thoracic Fr. 28 30 500.00 15,000.00 23 Pack Cord Clamp 50’s 50 310.00 15,500.00 24 Pack Cotton Balls 300's 1,000 120.00 120,000.00 25 Pad Decontaminating Mat, 30sheets Per Pad 150 4,250.00 637,500.00 26 Box Gloves Non-sterile, Nitrile, Large, 100's 3,000 260.00 780,000.00 27 Box Gloves Non-sterile, Nitrile, Medium, 100's 3,000 260.00 780,000.00 28 Box Gloves Non-sterile, Nitrile, Small, 100's 3,000 260.00 780,000.00 29 Bot Hydrogen Peroxide 3%, 120ml 500 120.00 60,000.00 30 Box Mask Face Earloop, 50's 6,000 120.00 720,000.00 31 Pc Mask Face N95 Medium 3,000 90.00 270,000.00 32 Pc Mask Face N95 Small 10,000 90.00 900,000.00 33 Pc Mask Oxygen Non-rebreathing, Adult 10,000 95.00 950,000.00 34 Pc Mask Oxygen Non-rebreathing, Pedia 500 95.00 47,500.00 35 Pack Paper Towel At Least 175 Pulls 9,000 50.00 450,000.00 36 Tube Plaster Adhesive 150 3,500.00 525,000.00 37 Roll Plaster Adhesive Zinc Oxide 1.25cm X 5m 1,000 300.00 300,000.00 38 Roll Plaster Adhesive Zinc Oxide 2.5cm X 5m 1,000 400.00 400,000.00 39 Roll Plaster Adhesive Zinc Oxide 5cm X 5m 1,000 610.00 610,000.00 40 Pack Povidone Swab Sticks, 3’s 5,000 65.00 325,000.00 41 Pc Shoe Cover, Ankle Length, Disposable 1,500 4.00 6,000.00 42 Pc Thermometer Digital 1,000 120.00 120,000.00 43 Pc Underpad 1,800 35.00 63,000.00 44 Box Wristlet, Adult (white), 100’s 400 300.00 120,000.00 Sub-total 11,424,400.00 Lot 2 1 Roll Bandage Roller 4inches X 6yards 50 20.00 1,000.00 2 Set Bp Cuff Adult With Inflation Bag 50 500.00 25,000.00 3 Set Bp Cuff Pedia With Inflation Bag 50 500.00 25,000.00 4 Pack Cap Boufant 700 175.00 122,500.00 5 Pc Cervical Brush 300 15.00 4,500.00 6 Pack Cotton Tipped Applicator Individually Packed Sterile 100’s 500 110.00 55,000.00 7 Pc Electrodes, Radioluscent, Adult 13,000 4.00 52,000.00 8 Pc Dressing Paraffin Gauze 10x10cm Sterile Individually Wrapped 1,000 90.00 90,000.00 9 Roll Gauze Absorbent 36x100yd, X-ray Detectable 150 1,500.00 225,000.00 10 Pack Gauze Absorbent, Non-sterile 2x2x12ply, 100’s 800 60.00 48,000.00 11 Pack Gauze Absorbent, Non-sterile 4x4x12ply, 100’s 2,000 300.00 600,000.00 12 Pack Gauze Absorbent, Sterile 2x2x8ply, 1's 15,000 2.00 30,000.00 13 Pack Gauze Absrobent, Sterile 4x4x12ply, X-ray Detectable 5's 45,000 25.00 1,125,000.00 14 Pc Guedal Airway 2 250 20.00 5,000.00 15 Pc Guedal Airway 3 450 20.00 9,000.00 16 Pc Guedal Airway 4 700 20.00 14,000.00 17 Bot Hand Disinfectant, Ethanol And Propan-1-ol, 1l 450 1,200.00 540,000.00 18 Pc Hot Water Bag, With Cloth Wrap 300 120.00 36,000.00 19 Bot Humidifier Oxygen, Sterile Water, 340ml 3,000 200.00 600,000.00 20 Pc Intubating Stylet, Fr. 10 50 50.00 2,500.00 21 Pc Intubating Stylet, Fr. 14 400 50.00 20,000.00 22 Sachet Lubricating Jelly, 0.5 Grams 40,000 5.00 200,000.00 23 Pc Medicine Cup With 30cc Calibration 40,000 1.00 40,000.00 24 Pc Nebulization Kit With Tubing (mask And Nozzle), Adult 2,500 55.00 137,500.00 25 Pc Nebulization Kit With Tubing (mask And Nozzle), Pedia 1,500 55.00 82,500.00 26 Box Needle Microfine Pen G.23 X 4mm 5 1,700.00 8,500.00 27 Bot Polyhexanide Wound Irrigating Solution, 350ml 1,000 950.00 950,000.00 28 Pc Resuscitator Bag Disposable, Silicone With Container, Adult 500 1,500.00 750,000.00 29 Pc Resuscitator Bag Disposable, Silicone With Container, Neonate 150 1,500.00 225,000.00 30 Pc Soothing Wound Gel 3oz 400 1,000.00 400,000.00 31 Box Syringe 1ml (with Or Without Needle), Sterile, Individually Packed Disposable, 100's 400 800.00 320,000.00 32 Box Syringe 3ml No Needle, Sterile, Individually Packed Disposable, 100's 1,000 850.00 850,000.00 33 Box Syringe 5ml No Needle, Sterile, Individually Packed Disposable, 100's 1,000 850.00 850,000.00 34 Box Syringe 10ml No Needle, Sterile, Individually Packed Disposable, 100's 3,000 1,050.00 3,150,000.00 35 Box Syringe 20ml No Needle, Sterile, Individually Packed Disposable, 50's 2,000 1,350.00 2,700,000.00 36 Box Syringe 50-60ml With Or Without Needle, Sterile, Individually Packed Disposable, 25's 1,500 2,000.00 3,000,000.00 37 Box Syringe Disposable Insulin G. 31, 6mm, 100’s 1,000 1,250.00 1,250,000.00 38 Pc Spirometer 50 260.00 13,000.00 39 Pc Tape Measure 100 7.00 700.00 40 Pc Tube Endotracheal Size 6.0, Cuffed 100 65.00 6,500.00 41 Pc Tube Endotracheal Size 6.5, Cuffed 300 65.00 19,500.00 42 Pc Tube Endotracheal Size 8.0, Cuffed 10 65.00 650.00 43 Bot Ultrasound Gel, 250ml 500 50.00 25,000.00 44 Pc Urine Bag, 2000ml Reservoir 5,000 30.00 150,000.00 45 Box Wooden Stick Applicator 1000’s 100 190.00 19,000.00 46 Box Wooden Tongue Depressor Sterile, 100's 100 175.00 17,500.00 Sub-total 18,794,850.00 Lot 3 1 Pc Cadaver Bag Adult 8 Feet 1,000 850.00 850,000.00 Sub-total 850,000.00 Lot 4 1 Pc Thoracostomy Bottle With Tubing 200 1,300.00 260,000.00 2 Pc Tube Duodenal Silicone Fr. 16 2,000 280.00 560,000.00 Sub-total 820,000.00 Lot 5 1 Box Skin Wipe With 2% Chlorhexidine In 70% Alcohol Individual Wrapped Wipe For Cleaning And Disinfection Of Skin 200pcs/box 300 950.00 285,000.00 2 Pc Cohesive Conforming Bandage 06x4cm 500 150.00 75,000.00 3 Pc Cohesive Conforming Bandage 08x4cm 300 160.00 48,000.00 4 Pc Cohesive Conforming Bandage 10x4cm 150 210.00 31,500.00 5 Pc Dressing Film Dressing With Non-adherent Pad 8-10cmx15-20cm 250 100.00 25,000.00 6 Pc Dressing Film Dressing With Non-adherent Pad 5cmx7cm 100 50.00 5,000.00 7 Pc Dressing Film Dressing With Non-adherent Pad 8cmx10cm 100 70.00 7,000.00 8 Pc Tubular Net Bandage D 100 230.00 23,000.00 Sub-total 499,500.00 Lot 6 1 Pack Dressing Pack Contents: Sterile Gauze 4x4x8, 5's: 5 Packs Cotton Balls 3's:1 Pack Plaster Paper Tape 1"x10y: 1 Roll Povidone Iodine 15ml:1bot Cotton Tipped Applicator Sterile:5 Pcs 3,000 350.00 1,050,000.00 2 Kit Cesarean Section Kit- Cloth Bag With A Loop Handle That Contains The Gcgmmc Logo On The Front Side With The Mantra "so Gallares, So Kind" Labeled "cs Kit" On The Back Side. Contents Are Placed Inside The Bag With A Zipper Are The Following: -5 Packs-gauze Sterile 4x4x8ply,5's -6 Pairs Gloves Surgical Sterile Powder-free Latex-sensitive 6.5 -2 Pairs Glove Surgical Sterile Powder-free Latex Sensitive 7.0 -1 Pc Syringe 1ml Luer Lock/slip With Ultra-fine Needle G. 25 X 16mm, With Safety Mechanism Sterile Individually Packed Disposable -2 Pcs Syringe 3 Ml Luer Lock/slip With An Ultra-fine Needle With Safety Mechanism Sterile Individually Packed Disposable -2 Pcs Syringe 5 Ml Luer Lock/slip With An Ultra-fine Needle With Safety Mechanism Sterile Individually Packed Disposable -2 Pcs Syringe 10 Ml Luer Lock/slip With An Ultra-fine Needle With Safety Mechanism Sterile Individually Packed Disposable -1 Pc Foley Bag Catheter 2-way Fr. 16 With Needle-freeport -1 Urine Bag -1 Sterile Cord Clamp -1 Sachet Of Detergent Powder 75 Grams -1 Pc Underpad 400 1,600.00 640,000.00 3 Kit Newborn Kit: 1 - Cloth Bag With Loop Handle That Contains The Gcgmmc Logo Front Side With Mantra "so Gallares, So Kind" Labeled "newborn Kit" On The Back Side Contents Placed Inside The Bag With Zipper 2 - Cotton Balls 1 - Pair Of Gloves Powder-free 6.5 1 - Syringe, 1ml - 1 - Syringe Insulin G.31, 6mm 1 - Infant Reusable Diaper 1 - Digital Thermometer With Calibration Certificate 1 - Baby Bonnet 1,500 750.00 1,125,000.00 Sub-total 2,815,000.00 Lot 7 1 Box Gloves Surgical Sterile Powder-free Hypoallergenic 6.0, 50's 360 1,900.00 684,000.00 2 Box Gloves Surgical Sterile Powder-free Hypoallergenic 6.5, 50's 1,080 1,900.00 2,052,000.00 3 Box Gloves Surgical Sterile Powder-free Hypoallergenic 7.0, 50's 720 1,900.00 1,368,000.00 4 Box Gloves Surgical Sterile Powder-free Hypoallergenic 7.5, 50's 720 1,900.00 1,368,000.00 5 Box Gloves Surgical Sterile Powder-free Hypoallergenic 8.0, 50's 50 1,900.00 95,000.00 Sub-total 5,567,000.00 Lot 8 1 Roll Plaster Paper Tape, 1.25cm X 9.1m 1,000 100.00 100,000.00 2 Roll Plaster Plastic Tape, 2.5cm X 9.1m 500 80.00 40,000.00 3 Roll Plaster Plastic Tape, 5cm X 9.1m 500 160.00 80,000.00 4 Pc Surgical Clipper Blade 1,500 400.00 600,000.00 Sub-total 820,000.00 Lot 9 1 Bot Hand Disinfectant, Propan-2-ol, Propan-1-ol Mecetronium Ethylsulfate, 1l 125 2,000.00 250,000.00 2 Box Injection Pad, 100's 500 600.00 300,000.00 Sub-total 550,000.00 Lot 10 1 Pc Collecting Bottle For Urine/stool With Preferably Red Polyethylene Screw Cap With Label 30,000 15.00 450,000.00 2 Bot Dressing Antiseptic Wound Rinsing Spray 60ml 1,000 370.00 370,000.00 3 Pc Stopcock 3-way Disposable With Extension Tubing 7,800 60.00 468,000.00 Sub-total 1,288,000.00 Lot 11 1 Box Needle Disposable Im G. 16 1" Preferably With Safety Features 100’s 5 250.00 1,250.00 2 Box Needle Disposable Im G. 18 1½” Preferrably With Safety Features 100’s 1,000 250.00 250,000.00 3 Box Needle Disposable Im G. 19 1½” Preferrably With Safety Features 100’s 1,500 250.00 375,000.00 4 Box Needle Disposable Im G. 21 1” With Safety Features 100’s 1,000 250.00 250,000.00 5 Box Needle Disposable Im G. 23 1” With Safety Features 100’s 500 250.00 125,000.00 6 Box Needle Disposable Im G. 26 1” Preferrably With Safety Features 100’s 250 250.00 62,500.00 Sub-total 1,063,750.00 Lot 12 1 Pc Mucus Strap Extractor Fr. 10 400 100.00 40,000.00 2 Pc Mucus Strap Extractor Fr. 14 1,000 120.00 120,000.00 3 Pc Tracheostomy Dressing 500 100.00 50,000.00 4 Pc Urine Meter With Needle Free Sample Port 250 1,500.00 375,000.00 Sub-total 585,000.00 Lot 13 1 Bot Surface Disinfectant Spray 300 1,000.00 300,000.00 2 Pc Suction Liners With Solidifier 2.5l Compatible With Medela Suction Machine 1,000 500.00 500,000.00 Sub-total 800,000.00 Lot 14 1 Pad Ctg Paper 152mmx90mm 300 650.00 195,000.00 2 Pack Ecg Clip On Electrodes 4's 5 2,850.00 14,250.00 3 Pack Ecg Rubber Chest Bulbs With Metal 6's 5 3,600.00 18,000.00 Sub-total 227,250.00 Lot 15 Other Supplies 1 Kit Patient's Kit Contents: 1 Cloth Bag With A Handle In Green With Printed Gcgmmc Logo With Mantra On The Front And Doh Programs At The Back 1-bath Soap, 25 Grams 1-tooth Brush With Hospital Logo 1-210cc Calibrated Drinking Glass With Hospital Logo 1-alcohol 70% Isopropyl 60ml 1-2ply Toilet Paper Roll 1-toothpaste Sachet, 10 Grams 1-digital Thermometer With Plastic Case (to Include Calibrated Certificate Of Thermometer) 1-rubber Slipper Size 8 6,000 450.00 2,700,000.00 Sub-total 2,700,000.00 Anesthesia Supplies Lot 16 1 Pc Anesthesia Breathing Circuit, Adult 1,000 1,300.00 1,300,000.00 2 Pc Anesthesia Breathing Circuit, Neonate 10 1,300.00 13,000.00 Sub-total 1,313,000.00 Lot 17 1 Pc Supraglottic Airway Supreme With Gastric Port Size 1 2 5,000.00 10,000.00 2 Pc Supraglottic Airway Supreme With Gastric Port Size 1.5 2 5,000.00 10,000.00 3 Pc Supraglottic Airway Supreme With Gastric Port Size 2 2 5,000.00 10,000.00 4 Pc Supraglottic Airway Supreme With Gastric Port Size 2.5 2 5,000.00 10,000.00 5 Pc Supraglottic Airway Supreme With Gastric Port Size 3 2 5,000.00 10,000.00 6 Pc Supraglottic Airway Supreme With Gastric Port Size 4 2 5,000.00 10,000.00 7 Pc Supraglottic Airway Supreme With Gastric Port Size 5 2 5,000.00 10,000.00 8 Pc Ultrasound Probe Sterile Condom Cover 5 50.00 250.00 Sub-total 70,250.00 Lot 18 1 Pc Nasal Airway Size 6 2 120.00 240.00 2 Pc Nasal Airway Size 7 2 120.00 240.00 3 Pc Tube Endotracheal Reinforced/armored Size 3.0 5 1,200.00 6,000.00 4 Pc Tube Endotracheal Reinforced/armored Size 3.5 5 1,200.00 6,000.00 5 Pc Tube Endotracheal Reinforced/armored Size 4.0 5 1,200.00 6,000.00 6 Pc Tube Endotracheal Reinforced/armored Size 4.5 5 1,200.00 6,000.00 7 Pc Tube Endotracheal Reinforced/armored Size 6.0 10 1,200.00 12,000.00 8 Pc Tube Endotracheal Reinforced/armored Size 6.5 50 600.00 30,000.00 9 Pc Tube Endotracheal Reinforced/armored Size 7.5 50 600.00 30,000.00 10 Pc Ug Peripheral Nerve Block 5 2,000.00 10,000.00 Sub-total 106,480.00 Lot 19 1 Pc Carbon Dioxide Absorber 6 10,000.00 60,000.00 2 Pc Tube Endotracheal Introducer Bougie Curved Fr. 10 2 3,500.00 7,000.00 3 Pc Tube Endotracheal Introducer Bougie Curved Fr. 14 2 3,500.00 7,000.00 4 Pc Tube Endotracheal Preformed South Size 3.0 2 400.00 800.00 5 Pc Tube Endotracheal Preformed South Size 3.5 2 400.00 800.00 6 Pc Tube Endotracheal Preformed South Size 4.0 2 400.00 800.00 7 Pc Tube Endotracheal Preformed South Size 4.5 2 400.00 800.00 8 Pc Tube Endotracheal Preformed North Size 6.5 2 400.00 800.00 9 Pc Tube Endotracheal Preformed North Size 7.0 2 400.00 800.00 10 Pc Tube Endotracheal Preformed North Size 7.5 2 400.00 800.00 Sub-total 79,600.00 Lot 20 Geriatric Supplies 1 Box Adhesive Silicone Hydrofiber Foam Dressing With Ionic Silver Size 12.5x12.5cm, 10's 20 9,200.00 184,000.00 2 Box Dressing Adhesive Hydrofiber Foam 12.5 X 12.5cm, 10's 20 4,650.00 93,000.00 3 Box Dressing Calcium Alginate 10cmx20cm, 10's 20 2,800.00 56,000.00 4 Box Dressing Hydrocolloid Controlled Gel Formula 10x10cm, 10's 500 1,600.00 800,000.00 5 Box Dressing Hydrocolloid Extra Thin 10x10cm, 10's 500 1,500.00 750,000.00 6 Box Dressing Non-adhesive Hydrofiber Foam 10cm X 10cm, 10's 20 3,500.00 70,000.00 7 Box Dressing Non-adhesive Hydrofiber Foam Dressing Size 8"x8"(20cmx20cm), 5's 40 6,000.00 240,000.00 8 Box Dressing Adhesive Hydrofiber Foam 21x21cm, 5's 40 7,000.00 280,000.00 9 Box Enhanced Hydrofiber Dressing With Ionic Silver And Strengthening Fibre With Antibiofilm Size 2x45 Cm Rope, 5's 40 4,200.00 168,000.00 10 Box Latex Safe Tubular Bandage For Fingers, Toes (approximate Circumference 3"-8"), 10yds 20 750.00 15,000.00 11 Box Latex Safe Tubular Bandage For Hand,elbow, Foot (approximate Circumference 11-16"), 10yds 9m 20 950.00 19,000.00 12 Box Latex Safe Tubular Bandage For Hand,elbow, Foot & Knee (approximate Circumference 11-16"), 10yds 9m 20 950.00 19,000.00 Sub-total 2,694,000.00 Intravenous Supplies Lot 21 1 Pc 0.9% Sodium Chloride In 10ml Syringe, Sterile 9,000 52.00 468,000.00 2 Pc 0.9% Sodium Chloride In 03ml Syringe, Sterile 9,000 42.00 378,000.00 3 Pc 0.9% Sodium Chloride In 05ml Syringe, Sterile 9,000 46.00 414,000.00 4 Pc Iv Splint Neonate 900 45.00 40,500.00 5 Pc Iv Wrist Support Adult Large 500 70.00 35,000.00 6 Pc Iv Wrist Support, Adult-medium 1,000 70.00 70,000.00 7 Pc Iv Wrist Support, Adult-small 1,000 70.00 70,000.00 8 Pc Iv Wrist Support, Pedia-meduim 1,000 60.00 60,000.00 9 Pc Needle-free Port Adaptor Straight Fluid 10,000 85.00 850,000.00 10 Pc Tube Extension Octopus Triple Lumen, At Least 10cm Length With Needle-free Connector 1,500 450.00 675,000.00 11 Pc Tube Extension Set Double Lumen (2-way), 15cm Macrob Ore With Luer Lock Needle-free Split Septum Adapter With Sliding Clamp Latex-free 1,500 290.00 435,000.00 12 Pc Vented Macro Gravity Administration Set With Anti-run Dry And Auto Prime Mechanism With Needle Free Access Y-site Port With Pinch Clamp 10,000 155.00 1,550,000.00 Sub-total 5,045,500.00 Lot 22 1 Pc Blood Transfusion Set 210u Filter, Double Chamber, Airvent Slip Type Gravity 4,500 90.00 405,000.00 2 Pc Platelet Set 500 70.00 35,000.00 3 Pc Tube Extension For Syringe Pump 75cm 1,500 45.00 67,500.00 Sub-total 507,500.00 Lot 23 1 Pc Intravenous Catheter G. 18 With Integrated Hard Plastic Safety Clip With Snap Fit Cap Port And Perforated Wing 10,000 75.00 750,000.00 2 Pc Intravenous Catheter G. 20 With Integrated Hard Plastic Safety Clip With Snap Fit Cap Port And Perforated Wing 10,000 75.00 750,000.00 3 Pc Intravenous Catheter G. 22 With Integrated Hard Plastic Safety Clip With Snap Fit Cap Port And Perforated Wing 10,000 75.00 750,000.00 4 Pc Intravenous Catheter G. 24 With Integrated Hard Plastic Safety Clip With Snap Fit Cap Port And Perforated Wing 6,000 75.00 450,000.00 5 Pc Intravenous Catheter G. 26 With Integrated Hard Plastic Safety Clip With Snap Fit Cap Port And Perforated Wing 10,000 75.00 750,000.00 Sub-total 3,450,000.00 Lot 24 1 Pc Iv Starter Kit: 1-pc 70% Isopropyl Alcohol Swab 1-pc Latex-free, Polyisoprene Synthetic Blue Rubber Tourniquet 1-pc Sterile Transparent Dressing 1-pc Intravenous Site Label 1-roll Easy-to-tear Hypoallergenic Plaster 2-pcs 2x2 Inches Sterile Gauze 1-pc Film Dressing 20,000 200.00 4,000,000.00 Sub-total 4,000,000.00 Lot 25 Pc Microset 5,000 145.00 725,000.00 Pc Vial Access Spike 5,000 190.00 950,000.00 Pc Volumetric Set 60 Drip/ml Burette Volume 150ml Gravity Type With Air Vent Needle 240cm Length Dehp Free Tubing Material Luer Lock 10,000 120.00 1,200,000.00 Sub-total 2,875,000.00 Respiratory Therapy Unit Lot 26 1 Pc Air Filter Compatible With Fisher & Paykel Airvo Model 15 5,750.00 86,250.00 2 Kit High Flow Nasal Cannula Adult-large Tube And Chamber Kit Compatible With Fisher & Paykel Airvo Model (contents: Single Heated Circuit, Elbow, Chamber, Nasal Cannula) 100 11,500.00 1,150,000.00 3 Kit High Flow Nasal Cannula Adult-medium Tube And Chamber Kit Compatible With Fisher & Paykel Airvo Model (contents: Single Heated Circuit, Elbow, Chamber, Nasal Cannula) 30 11,500.00 345,000.00 4 Kit High Flow Nasal Cannula Adult-small Tube And Chamber Kit Compatible With Fisher & Paykel Airvo Model (contents: Single Heated Circuit, Elbow, Chamber, Nasal Cannula) 60 11,500.00 690,000.00 5 Pc Full Face Mask For Bpap, Vented, Large 10 9,000.00 90,000.00 6 Pc Full Face Mask For Bpap, Vented, Medium 10 9,000.00 90,000.00 7 Pc Full Face Mask For Bpap, Vented, Small 10 9,000.00 90,000.00 8 Pc Full-face Mask With Nasogastric Tube Sealing For Non-invasive Ventilation Size Xs 30 9,000.00 270,000.00 9 Pc Full-face Mask With Nasogastric Tube Sealing For Non-invasive Ventilation Size Small 100 9,000.00 900,000.00 10 Pc Full-face Mask With Nasogastric Tube Sealing For Non-invasive Ventilation Size Medium 100 9,000.00 900,000.00 11 Pc Full-face Mask With Nasogastric Tube Sealing For Non-invasive Ventilation Size Large 100 9,000.00 900,000.00 12 Pc Niv Face Mask Non-vented, Large 100 5,000.00 500,000.00 13 Pc Niv Face Mask Non-vented, Medium 100 5,000.00 500,000.00 14 Pc Niv Face Mask Non-vented, Small 100 5,000.00 500,000.00 Sub-total 7,011,250.00 Lot 27 1 Set Tubing Ventilator Complete Set, Adult Contents: Adult Breathing Circuit With 2 Water Traps, 2 Bacterial Filters, 1hmef, 1 Disposable Catheter Mount, 1 Auto-fill Chamber, 1 Nebulization Kit 2,400 2,800.00 6,720,000.00 2 Set Tubing Ventilator Complete Set, Neonate Contents: Neonate Breathing Circuit With 2 Water Traps, 2 Bacterial Filters, 1hmef, 1 Disposable Catheter Mount, 1 Auto-fill Chamber, 1 Nebulization Kit 250 2,800.00 700,000.00 3 Set Tubing Ventilator Complete Set, Pedia Contents: Pedia Breathing Circuit With 2 Water Traps, 2 Bacterial Filters, 1hmef, 1 Disposable Catheter Mount, 1 Auto-fill Chamber, 1 Nebulization Kit 100 2,800.00 280,000.00 4 Single-limb Breathing Circuit Compatible With Zoll Zvent Mri Compatible Transport Ventilator, 12 Ft, Adult 10 5,000.00 50,000.00 5 Single-limb Breathing Circuit Compatible With Zoll Zvent Mri Compatible Transport Ventilator, 12 Ft, Pedia-infant 10 5,000.00 50,000.00 6 Pc Bacterial/viral Filter Compatible With Mechanical Ventilator 2,700 250.00 675,000.00 7 Pc Heated Moisture Exchange Filter With Luer Lock Port And Super Catheter Mount And Elbow 1,200 600.00 720,000.00 Sub-total 9,195,000.00 Lot 28 Pc Heated Tube And Humidification Chamber For High Flow Machine Adult-large Compatible With Comed 10 7,000.00 70,000.00 Pc Heated Tube And Humidification Chamber For High Flow Machine Adult-medium Compatible With Comed 10 7,000.00 70,000.00 Pc Heated Tube And Humidification Chamber For High Flow Machine Adult-small Compatible With Comed 10 7,000.00 70,000.00 Pc Incentive Spirometer 400 300.00 120,000.00 Sub-total 330,000.00 Operating Room Supplies Lot 29 1 Box Blade Surgical No. 10, 100's 10 500.00 5,000.00 2 Box Blade Surgical No. 11, 100's 30 500.00 15,000.00 3 Box Blade Surgical No. 15, 100's 10 500.00 5,000.00 4 Box Blade Surgical No. 20, 100's 10 500.00 5,000.00 5 Pc Cadexomer Iodine 100% Containing 0.9% Iodine, 3grams 300 950.00 285,000.00 6 Pack Cap Boufant 700 175.00 122,500.00 7 Pc Hemostatic Gelatine Sponge 300 530.00 159,000.00 8 Pc Hemostatic Oxidized Regenerated Cellulose 3 X 4” 150 4,800.00 720,000.00 9 Pc Incise Drape Antimicrobial 13-15 3/4" X 13-16 1/2" 100 1,400.00 140,000.00 10 Pc Incise Drape Antimicrobial 17 3/4-22" X 17-21 5/8" 100 1,900.00 190,000.00 11 Kit Lar Kit 1; Curvilinear Stapler, Cutline Length 51mm, With Parallel Closure And Tissue Retention Pin For Rectal Transection Plus Intraluminal Stapler With Curved Detachable Head, 29mm, Adjustable Close 2 73,000.00 146,000.00 12 Pc Ligating Clip Cartridge Medium-large 6 Clips In1 Cartridge 180 700.00 126,000.00 13 Pc Mesh Polypropylene 15cm X 15cm 20 4,400.00 88,000.00 14 Pc Mesh Polypropylene 30-35cm X 30-35cm 6 12,400.00 74,400.00 15 Pc Mesh Polypropylene 7.5cm X 15cm 20 3,600.00 72,000.00 16 Gal Povidone Antiseptic 10% 75 1,200.00 90,000.00 17 Gal Povidone Cleanser 7.5% 100 1,210.00 121,000.00 18 Pc Topical Skin Adhesive 360 1,250.00 450,000.00 19 Pc Tube Tracheostomy With Inner Cannula No. 8.0, Fenestrated 60 5,200.00 312,000.00 20 Pc Ultrasonic Shear 17cm Length 1 46,000.00 46,000.00 21 Pc Ultrasonic Shear 9cm Length 1 46,000.00 46,000.00 22 Pc Ultrasonic Laparoscopic Shears With Adaptive Tissue Technology And Advance Hemostasis Mode Curved Tip 36cm 6 65,000.00 390,000.00 23 Pack Uterine Pack, X-ray Detectable, 12-16ply, 10’s 5,000 110.00 550,000.00 Sub-total 4,157,900.00 Lot 30 1 Pc Catheter Locking Solution 30% Pre-filled, 5ml 1,000 500.00 500,000.00 2 Pc Catheter Vascular 11-12f X 15-26cm, Curved Duo Split Double Lumen 100 3,500.00 350,000.00 3 Pc Catheter Vascular 11-12f X 15-16cm, Curved Duo Split Double Lumen 100 3,500.00 350,000.00 Sub-total 1,200,000.00 Lot 31 1 Pc Cautery Pad With Solid Gel, Foam Support With At Least 300cm Non Detachable Cable Connector Compatible With Covidien Machine, Neonate 30 600.00 18,000.00 2 Pc Cautery Pad With Solid Gel, Foam Support With At Least 300cm Non Detachable Cable Connector Compatible With Covidien Machine Pedia 50 600.00 30,000.00 3 Pack Laparotomy Pack: (5) Surgical Gown Medium-large Size, (1) Mayo Stand Cover At Least 60x140cm, (1) Square Of Drape With Adhesive At Least 75x90cm, (1) Laparotomy Drape At Least 270x320x330cm, (1) Back Table Cover At Least 150x200cm, (5) Hand Towel At Least 40x40cm, Sterile 750 2,000.00 1,500,000.00 4 Pc Percutaneous Drainage Catheter Pigtail, Drainage Catheter, Set-direct Access Min Pigtail: Fr.10x29cm With Safety String Lock 5 6,000.00 30,000.00 5 Pc Percutaneous Drainage Catheter Pigtail, Drainage Catheter, Set-direct Access Min Pigtail: Fr.12x29cm With Safety String Lock 5 6,000.00 30,000.00 6 Pc Percutaneous Drainage Catheter Pigtail, Drainage Catheter, Set-direct Access Min Pigtail: Fr.14x29cm With Safety String Lock 5 6,000.00 30,000.00 7 Pc Percutaneous Drainage Catheter Pigtail, Drainage Catheter, Set-direct Access Min Pigtail: Fr.8x29cm With Safety String Lock 5 6,000.00 30,000.00 8 Pc Saw Gigli 50 3,800.00 190,000.00 9 Pc Suction Set Poole Drain With Yankeur Tip Suction Handle, With Thumb Control Vent 3,000 560.00 1,680,000.00 10 Pc Skin Stapler, With Stapler Remover Every 50 Pcs 1,000 700.00 700,000.00 11 Pc Ureteral Stent, Standard Double J, Fr.5- 6 24cm 3 6,000.00 18,000.00 Sub-total 4,256,000.00 Lot 32 1 Bot Skin Disinfectant: Propan-2-ol Benzalkonium Chloride, 1 Liter 100 2,000.00 200,000.00 2 Bot Skin Disinfectant: Propan-2-ol Benzalkonium Chloride, 250ml 100 1,500.00 150,000.00 Sub-total 350,000.00 Lot 33 1 Pc Suture, Chromic, 0 37mm 1/2c. Atraumatic 36 460.00 16,560.00 2 Pc Suture, Chromic, 2-0 26mm 1/2c. Atraumatic 36 375.00 13,500.00 3 Pc Suture, Chromic, 3-0 26mm 1/2c. Atraumatic 36 375.00 13,500.00 4 Pc Suture, Chromic, 4-0 17mm 1/2c. Atraumatic 36 375.00 13,500.00 5 Pc Suture, Chromic, 5-0 17mm 1/2c. Atraumatic 36 460.00 16,560.00 Sub-total 73,620.00 Lot 34 1 Pc Suture, Glyconate/polyglycaprone 25/glycomer 631 Absorbable, Monofilament, 4-0, 19mm 3/8c. Cutting Size 72 800.00 57,600.00 2 Pc Suture, Glyconate/polyglycaprone 25/ Glycomer 631 Absorbable, Monofilament, 5-0, 17mm 3/8c. Atraumatic Size 36 800.00 28,800.00 3 Pc Suture, Glyconate/polyglycaprone 25/ Glycomer 631 Absorbable, Monofilament, 5-0, 12-13mm 3/8c. Cutting Size 36 1,000.00 36,000.00 Sub-total 122,400.00 Lot 35 1 Pc Suture, Monofilament Polyamide, 3-0, 19-24mm 3/8c., Cutting 1,224 310.00 379,440.00 Sub-total 379,440.00 Lot 36 1 Pc Suture, Monofilament Polypropylene ±, Polyethylene 5-0, 13mm 1/2c., Atraumatic Or Round Needle, Single Or Double Arm 36 620.00 22,320.00 2 Pc Suture, Monofilament Polypropylene, 6-0, 9-13mm 1/2c., Atraumatic, Single Or Double Arm 36 745.00 26,820.00 Sub-total 49,140.00 Lot 37 1 Pc Suture, Silk, 3-0, 22-26mm 1/2c., Atraumatic Or Round Bodied 144 250.00 36,000.00 2 Pc Suture, Silk, 4-0, 22-26mm 1/2c., Cutting Or Atraumatic Or Round Bodied 36 275.00 9,900.00 Sub-total 45,900.00 Lot 38 1 Pc Suture, Synthetic Absorbable Polyglycolic/polyglactin, 0, 36-37mm 1/2c. Atraumatic 7,200 530.00 3,816,000.00 2 Pc Suture, Synthetic Absorbable Polyglycolic/polyglactin, 3-0, 26mm 1/2c., Atraumatic 3,600 475.00 1,710,000.00 3 Pc Suture, Synthetic Absorbable Polyglycolic/polyglactin, 3-0, 70-75 Cm With 17mm Renal Bypass/ Cardio Vascular 23 36 910.00 32,760.00 4 Pc Suture, Synthetic Absorbable Polyglactin Braided With Triclosan 4-0, 70-75 Cm With 13mm Renal Bypass-2/ Cardio Vascular 22 Needle 36 1,300.00 46,800.00 Sub-total 5,605,560.00 Reprocessing Unit For Medical Devices Lot 39 1 Amp Biological Indicator Compatible With Ethylene Oxide (c2h4o) Machine 250 800.00 200,000.00 2 Pc Bowie And Dick Type Test Pack, 134 Degrees Celsius 3.5minutes 360 420.00 151,200.00 3 Roll External Indicator Tape Compatible With Matachana Plasma (h202) 50 1,700.00 85,000.00 4 Sack Industrial Salt 40 700.00 28,000.00 5 Bot Instrument Lubricant, Paraffin Liquid Of Pharmaceutical Grade, Non-ionic Surfactants 6 4,500.00 27,000.00 6 Pack Internal Chemical Indicator Strip Class 5 For High Temperature Sterilization 50's 150 1,500.00 225,000.00 7 Pack Internal Chemical Indicator Strip For Eo (c2h4o), 50's 6 1,500.00 9,000.00 8 Pack Internal Chemical Indicator Strip For For Plasma (h202), 250's 3 7,500.00 22,500.00 9 Box Pcd -helix + Chemical Strips For H2o2, 250 Units Per Box 2 76,000.00 152,000.00 10 Pc Sterilization Wrap (spunbond Meltdown Spunbond), 75x75cm 3,000 50.00 150,000.00 11 Pc Sterilization Wrap (spunbond Meltdown Spunbond), 100x100cm 3,000 80.00 240,000.00 12 Pc Sterilization Wrap (spunbond Meltdown Spunbond), 120x120cm 3,000 90.00 270,000.00 13 Pc Sterilization Wrap (spunbond Meltdown Spunbond), 150x150 6,000 120.00 720,000.00 14 Bx Tamper Proof Lock With Process Indicator For Steam Sterilization Compatible With Aesculap Rigid Containers, 1000’s 5 50,000.00 250,000.00 Sub-total 2,529,700.00 Lot 40 1 Gal Instrument Disinfectant 0.55%-0.60% Orthophthaldehyde, 5l 150 2,000.00 300,000.00 2 Gal Instrument Detergent Enzymatic 5l 100 3,500.00 350,000.00 Sub-total 650,000.00 Lot 41 1 Pack External Indicator Label Compatible With Aesculap Rigid Container 1000's/pack 6 50,000.00 300,000.00 Sub-total 300,000.00 Lot 42 Neurosurgery Supplies 1 Pc Bipolar Forceps, Adjustable Dissecting Force, Non-stick Bayonet 19-20cm With Solid Silver Tip 0.7mm, Disposable Or Reusable 5 75,000.00 375,000.00 2 Pc Bipolar Forceps, Adjustable Dissecting Force, Non-stick Bayonet 19-20cm With Solid Silver Tip 1.0-1.5mm, Disposable Or Reusable 5 75,000.00 375,000.00 3 Pc Bipolar Forceps, Irrigation Bayonet 19-22cm With Solid Silver Tip 0.5-0.7mm, Disposable Or Reusable 2 75,000.00 150,000.00 4 Pc Bipolar Forceps, Irrigation Bayonet 19-23cm With Solid Silver Tip 1.0-1.5mm, Disposable Or Reusable 2 75,000.00 150,000.00 Sub-total 1,050,000.00 Orthopedic Surgery Lot 43 1 Roll Bandage Elastic 2inches X 5yards 900 40.00 36,000.00 2 Roll Bandage Elastic 4inches X 5yards 1050 55.00 57,750.00 3 Roll Plaster Of Paris 4 X 5yd 1000 130.00 130,000.00 4 Roll Plaster Of Paris 6 X 5yd 600 150.00 90,000.00 5 Roll Wadding Sheet 4inches X 5yards 450 65.00 29,250.00 Sub-total 343,000.00 Lot 44 1 Roll Bandage Esmarch 4 Inches X 2.5meters 10 1,000.00 10,000.00 2 Roll Bandage Esmarch 6 Inches X 2.5meters 10 1,000.00 10,000.00 3 Roll Fibercast 4 Inches 100 500.00 50,000.00 4 Roll Fibercast 6 Inches 100 500.00 50,000.00 Sub-total 120,000.00 Lot 45 1 Pc Suture Anchors 2.9mm 20 2,500.00 50,000.00 2 Pc Suture Anchors 5.0mm 20 2,500.00 50,000.00 3 Pc Suture, Monofilament Polypropylene, 0, 40mm-mayo 2 Needle, 100cm 180 1,000.00 180,000.00 4 Pc Suture, Monofilament Polypropylene, 4, 40mm-mayo 2 Needle, 100cm 180 1,000.00 180,000.00 5 Pc Suture Wire Polyblend Braided With Needle 90 2,000.00 180,000.00 Sub-total 640,000.00 Lot 46 Medical Gases 1 Cyl Medical Grade Compressed Air 2 700.00 1,050.00 2 Cyl Medical Grade Oxygen Refill 32,353 700.00 22,647,100.00 3 Cyl Medical Grade Oxygen Refill For Portable 2,745 700.00 1,921,500.00 Sub-total 24,569,650.00 Lot 47 Hemodialysis Unit Supplies 1 Pc Polysulfone Low Flux Dialyzer: 1.8m2 1,250 916.50 1,145,625.00 2 Pc Polysulfone High Flux Dialyzer: 1.8m2 1,250 933.40 1,166,750.00 3 Pc Av Fistula Needle (arterial): Double Lumen 1,500 22.75 34,125.00 4 Pc Av Fistula Needle (venous): Single Lumen 1,500 22.75 34,125.00 5 Pc Hemobloodlines With Drain Bag 5,000 182.00 910,000.00 6 Cann Premix Solution (bicarbonate Concentrate): 5 Liters In Cannisters 3,600 253.50 912,600.00 7 Gal Disinfectant For The Machine (inside) 30 2,591.55 77,746.50 8 Gal Disinfectant For The Dialyzer 200 4,547.40 909,480.00 9 Sack Industrial Salt 100 455.00 45,500.00 10 Tube Residual Test Strip 100/tube 20 1,154.40 23,088.00 11 Tube Potency Test Strip 100/tube 20 2,598.70 51,974.00 12 Pcs Ultrapure Dialysate Filter 90 9,097.40 818,766.00 13 Pcs Df Filter 30 9,097.40 272,922.00 13 Kit Fistula Kit:1 Pc Syringe Disposable 20 Cc With Needle G21 With Safety Feature, 1 Pair Gloves Surgical Sterile Powder-free Hypoallergenic S 7.0, 1 Pc Dental Bib, 2 Pcs Cherry Balls, 1 Pack Gauze Absorbent Sterile 4x4x8ply 5’, 3pcs Chlorhexidine Prep Pad 6,000 550.00 3,300,000.00 14 Pack Subclavian Catheter On Pack: 1 Pair Nitrile Gloves Medium, 1 Pc Syringe Disposable Without Needle, 1 Pair Gloves Sterile Powder-free Hypoallergenic S7.0, 1 Pc Underpad, 2 Pcs 10cc Syringe Without Needle, 2 Pcs 3cc Syringe Without Needle, 1 Pack Gauze Absorbent, Sterile 4x4x8 Ply 5', 1 Pack Povidone Swab Stick Of 3 1,200 550.00 660,000.00 15 Pack Subclavian Catheter Off Pack: 1 Pair Nitrile Gloves Medium, 1 Pair Gloves Surgical Sterile Powder-free Hypoallergenic 7.0, 1 Pc 10cc Syringe, 1 Pc 3cc Syringe, 1 Pack Gauze Absorbent, Sterile 4x4x8ply 5’, 1 Set Replacement Cap (red And Blue), 1 Set Transparent Film Dress 10cm X 12 Cm 1,200 550.00 660,000.00 Sub-total 11,022,701.50 Lot 48 Respiratory Consumables 1 Set Pedia Ventilator Tubings Set Inclusions: 1 Pedia Breathing Circuit With Water Traps, 2 Bacterial/viral Filters, 1 Hmef, 1 Nebulizing Kit, 1 Auto-feed Chamber, 1 Catheter Mount 150 4,400.00 660,000.00 2 Set Adult Ventilator Tubings Set Inclusions: 1 Adult Breathing Circuit With Water Traps, 2 Bacterial/viral Filters, 1 Hmef, 1 Nebulizing Kit, 1 Catheter Mount, 1 Auto-feed Chamber 4650 4,400.00 20,460,000.00 3 Set Neo Ventilator Tubings Set Inclusions: 1 Neo Breathing Circuit With Water Traps, 2 Bacterial/viral, 1 Nebulizing Kit, 1 Auto-feeder Chamber, 1 Hmef, 1 Catheter Mount 300 4,400.00 1,320,000.00 4 Pc Niv Mask, (non-vented, Large) 175 5,200.00 910,000.00 5 Pc Niv Mask, (non-vented, Medium) 400 5,200.00 2,080,000.00 6 Pc Niv Mask, (non-vented,small) 175 5,200.00 910,000.00 Sub-total 26,340,000.00 Notes: Terms Of Reference: • Supplier Must Lend 10 Units Of Mechanical Ventilators, Free Of Charge • The Supplier Will Provide Necessary Maintenance And Repair Services During The Term Of This Agreement, At No Additional Charge. • The Supplier Shall Be Responsible For Performing Regular Quarterly Maintenance Under Warranty Period And Repair For Parts And Services For Ventilators During The Lending Period And Will Issue Service Report, Ensuring That They Are Kept In Good Working Order. • The Supplier Agrees To Respond To Any Maintenance Or Repair Requests Within 24 Hours Upon Receipt Of Report Or Call Of Notification, Replacement Within 48hours Of Equipment If Reported Defective And Cannot Be Fixed And Shall Prioritize Urgent Requests To Minimize Disruptions To Hospital Operations. • The Supplier Ensures That The Ventilators Are Brand-new, In Good Working Order, And Free From Defects At The Time Of Delivery. • The Supplier Must Provide A Registered Respiratory Therapist Who Is Responsible For Hooking, Cleaning And Daily Rounds At Least Twice Per Shift Check-ups Such As Self-test Or Self-calibration To Ensure The Ventilators Are In Good Working Condition And No Defects Are Present. • The Supplier Must Provide Necessary Training And Support To The Respiratory Therapists. • The Supplier Guarantees A One-year Price Protection For The Consumables, Regardless Of Fluctuations In The Exchange Rate. • All Consumables Must Pass End-user’s Preference. Specs And Inclusion For Mechancal Ventilator: • For Adult And Pedia, Neo (optional) • Not More Than 12” Touch Screen Monitor • Main Unit Must Not Exceed 13 Kg • Turbine Type • Modes: V-ac, V-simv, P-ac, P-simv, Bilevel, Cpap, Prvc, Aprv, Spont • Must Be Capable Of Invasive And Non-invasive Ventilation • Bult-in Nebulization • Manual Breath • Tidal Volume: Minimum Of 20ml, Maximum Of 2000ml • Rr: Minimum Of 1, Maximum Of 80 Per Minute • Fio2: 21%-100% • Peep: 0-35 Cmh2o • Pressure Support: 0-70 Cmh2o • Peak Flow/inspressure: Minimum Of 5, Maximum Of 70 Lpm • Power Supply: Ac 100-240 V, 50hz/60hz • At Least 4 Hours Internal Battery • Inclusions: Trolley/stand, Support Arm, Heater For Humidifier, Extension Cord, Oxygen Hose, Oxygen Gauge Delivery Terms: Within 10 Days Upon Receipt Of Approved Purchase Order Installation: Within 30 Days Lot 49 Occupational Therapy/orthosis Prosthesis Rehab Department 1 Pc Thermoplastic Sheet Perforated/or Non Perforated 3.2mm Thickness. Dimension 60cm X 90cm 50 13,500.00 675,000.00 2 Pc Bka Socket 4 Jaw Adaptor 40 4,980.00 199,200.00 3 Pc Fixed Suspension Strap 15 7,000.00 105,000.00 4 Pc Kt Brace Assembly 50 4,000.00 200,000.00 5 Pc Square Coneyin/yang Four Claws Socket Adpator 1/2- 2 20 5,000.00 100,000.00 Sub-total 1,279,200.00 Physical Therapy Section Supplies S/n Unit Item Qty Unit Cost Total Cost 1 Pack Paraffin Wax (1 Lb) Therapeutic Paraffin Wax Pre-mix; Unscented 18 600.00 10,800.00 2 Pair Es/tens Electrode Lead Wire Electrode Cable Wire For Tens/es/fes Compatible With N607 25 500.00 12,500.00 3 Pack Es/tens Adhesive Pads For Tens/es/fes (4pcs/pack) 300 300.00 90,000.00 4 Pc Hot Packs (cervical) Cervical: 24 Inches Length (60.95 Cm) Reusable, Washable And Latex Free 10 1,500.00 15,000.00 5 Pc Hot Packs (lumbar) Spinal (lumbar): 10 Inches X 18 Inches Reusable, Washable And Latex Free 10 2,000.00 20,000.00 6 Pc Hot Pack Terry Cover Reusable; Washable Foam-filled Terry Cloth. These Covers Are Made From The Traditional , Very Comfortable Terry Weave. 5 Pcs For Cervical Hot Packs; Size: 9"x24"' 5 Pcs For Lumbar Hot Packs; Size: 24"x36" Oversize 10 2,500.00 25,000.00 7 Pc Kinesiology Tape Water Resistant, Breathable, Latex-free And Hypoallergenic Acryllic Adhesive Backing, With Elasticity Similar To Human Skin. Good Quality And Not The Pirated Kind. Color: Beige, Size: 5cmx 4m-5m 15 1,000.00 15,000.00 8 Pc Punch Kinesiology Tape Hypoallergenic; Has A Unique And Patented Hole Pattern Which Improves The Stretch Capacity Of This Tape. Color: Beige Or Any Available Color, Size: 5cm X 5m 6 1,000.00 56000.00 Sub-total 194,300.00 Grand Total 170,760,841.50 ***********************************nothing Follows******************************************

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: Notice: this Sources Sought Synopsis/request For Information (sss/rfi) Is Issued For Informational Purposes And Market Research Only. This Is Not A Request For A Quote, Request For Proposal, Or An Invitation To Bid, Nor Is This To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. This Request Neither Constitutes A Solicitation For Proposals Nor The Authority To Enter Negotiations To Award A Contract. Additionally, This Sss Does Not Restrict The Government To A Particular Acquisition Approach. The Government Will Not Reimburse Any Company Or Individual For Any Expenses Associated With Preparing/submitting Information In Response To This Posting Or Any Follow-up Information Requests. Responders Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Sss. All Costs Associated With Responding To This Sss Will Be Solely At The Responding Party’s Expense. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Information Provided May Be Used By The Government In Developing Its Acquisition Strategy, Statement Of Work/statement Of Objectives, And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained Within Their Response As Instructed Later In This Sss/rfi. The Government Shall Not Be Liable For, Or Suffer Any Consequential Damages, For Any Proprietary Information Not Properly Identified. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. overview: the Air Force Life Cycle Management Center (aflcmc), Human Systems Division (hsd), Combat Ready Airman (cra) Branch, Wright-patterson Afb, Oh Is Conducting Market Research To Identify Possible Vendors And/or Manufacturers That Can Provide Aviator Helmets That Are Compatible With Fixed Wing Ejection And Non- Ejection Systems On Multiple Usaf Aircraft Weapon Systems. background Information: usaf Aircrew Require The Ability To Easily And Rapidly Transition Between Symbology Displays, Cueing, And Night Vision Or Use These Devices Simultaneously For Optimum Capability. Installing These Advanced Avionics On The Current 20+ Year Old Helmet Degrades The System's Operational Performance. If This Helmet Is Not Modified, Aircrew Will Continue To Have To Overcome Jitter, Loss Of Night Vision Image And Display Symbology, Neck Strain, And Increased Potential For Injury During Ejection. In Addition, Proprietary Helmets Designed To Optimize Specific Displays Will Be Introduced Into The Inventory, Increasing Logistical Footprint. current Helmets Are Not Optimized For Use With Night Vision And Weapon Cueing/display Systems Required To Operate Modern Aircraft. Currently, Employing These Devices Require Extensive Modifications To Current Helmets That Were Not Designed To Accommodate Them. This Results In Poor Weight Distribution And Stability Which Contributes To Mission Degradation, Aircrew Fatigue, Neck Strain, And An Increased Potential For Injury. In Addition, Current Helmets Do Not Provide Adequate Noise And Impact Protection. systems Requirements: please Provide Information Regarding The Following Capabilities Of Your Helmet System Regarding The Following Categories And Provide Rationale How It Is Compliant: key Performance Parameter (kpp) 1. Kpp #1: Stability the Fwh Will Provide A Stable Fixed Reference To The User’s Eye Through The Full Range Of Aircraft Operations. When Used With Helmet Mounted Equipment, There Will Be No Vignetting (loss) Of Symbology Or Imagery Or Loss Of Resolution Of Optical Systems. how Much Tension Load Can Your Helmet Withstand Over A 2.0-minute Exposure? 2. Kpp #2: Equipment Compatibility the System And Its Components Will Be Compatible With And Not Degrade Aircrew Flight Equipment And Helmet Mounted Devices. how Does Your Helmet System Integrate With Current Helmet Mounted Displays (hmds) (i.e. Joint Helmet Mounted Cueing System (jhmcs), Hybrid Optical-based Inertial Tracker (hobit), Night Vision Goggles (nvgs))? are You Compatible With Any Other Hmds, Not Specifically Called Out? what Capability Do You Have To Work With Other Companies To Understand Future Requirements/technologies For Helmet-related Systems To Include Hmds (ijhmcs, Etc.), Oxygen Masks, And Visors? is Your Helmet System Compatible With The Equipment Listed In Attachment I? 3. Kpp# 3:weight, Center Of Gravity, And Principal Moments Of Inertia the Weight, Center Of Gravity (cg), And Principal Moments Of Inertia (moi) Of The Fwh (in All Configurations) Will Decrease Neck Loads (compared To The Helmet(s) It Replaces) To The Aircrew During High-g Maneuvering, Bailout, 600 Knots Equivalent Air Speed (keas) Ejection, Parachute Opening, Ditching, And Crash-landing Scenarios. what Data Can You Provide To Support Your Helmet Reduces Weight, Cg, And Moi To Decrease Neck Loads? what Evidence Can You Provide To Show Your Helmet Decreases Neck Loads Against Mil-hdbk-516c, For Example: Multi-axial Neck Injury Criteria – Y Axis (manicy), Neck Moment Index (nmix), And Probability Of Concussion (poc)? key System Attributes (ksa) Capability 4. Impact Protection the System Will Protect The Crewmember’s Head From Impacts Associated With Basic Aircraft Maneuvers, Ejection, Bailout, Ditching, And Crash Landing Better Than The Helmet It Replaces what Data Can You Provide To Show That Your Helmet Can Withstand A 600 Keas Ejection Sequence With Limited Physical Damage That Would Cause Injury To The Aircrew Or Impair The Ability Of The Helmet To Protect The Aircrew? what Data Can You Provide To Show That No Part Of The Helmet System Will Become Foreign Object Debris In A 600 Keas Windblast? 5. Logistics fwh Variants Will Use Common Components To Reduce The Logistical Footprint Compared To Existing Systems, And Be Organically Supportable By Defense Logistics Agency. 6. Anthropometric Accommodation the Fwh Will Accommodate The Central 99% Of The Male And Central 99% Of The Female Aircrew Population (with 90% Confidence) In The Minimum Number Of Sizes, With The Remainder Being Fitted With Minor Modifications To Existing Sizes. 7. Acoustic Dose the Fwh Will Ensure Wearers Experience Acceptable Noise Levels, Technically Defined As Less Than Or Equal To 100% Acoustic Dose (1.0 Total Daily Exposure (tde) @ Mean -2 Standard Deviations (sd) Performance For Fit) For Crew Positions In 90% Of Aircraft. 8. Speech Intelligibility the Fwh Will Enable Helmeted Aircrew To Score Greater Than 80% On The Modified Rhyme Test (mrt) In The Laboratory With Talker And Listener Under Simulated Flight Noise Conditions. 9. Fit/wearability the Fwh Fit, In All Configurations, Will Be Repeatable, Accommodate Missions Of Extended Duration, And Not Cause Hot Spots/pressure Points That Degrade Performance On 95% Of Aircrews. 10. Aircraft Compatibility the Fwh Will Be Compatible With The Aircraft Without Requiring Aircraft Modifications. 11. In-flight Mission Reconfiguration the Fwh Will Accommodate Safe And Rapid In-flight Reconfiguration Of Fielded And Post-milestone B Helmet Mounted Devices Without Removing The Helmet During All Mission Profiles No Worse Than Legacy. additional Performance Attributes 12. Head Supported Weight. the Mass Properties Of The System Will Not Decrease The Ability Of The Wearer To Perform Related Tasks Over The Duration Of The Mission. what Is The Weight Of Your Helmet System As Operationally Worn For The Slick Configuration? Weight Reported Will Include Fully Assembled Base Helmet As Worn By The User, Excluding Interfacing Aircrew Flight Equipment (afe) (i.e. No Oxygen Mask, Or External Communication Cabling). Please Report The Weights For Each Size Of The Helmet System. in Addition To Head Supported Weight Of Your Helmet System (described Above), Report Mass Properties Of Your Helmet System, In All Configurations, For Day And Night Operations, Using The Template And Guidance Found In Attachment Ii. Upon Reporting According To The Template, Describe Set-up And Methods Utilized For Collecting Measurements. 13. Eye Protection the Fwh (in All Configurations) Will Shield The Eyes During All Flight And Ground Operations, From Adverse Effects Of Solar Radiation, Windblast, Airborne Debris, Bailout, Ditching, And 600 Keas Ejection. tell Us How Your Helmet System Will Provide Eye Protection In All Phases Of Ejection (initiation Of Ejection To Ground Landing), During Day And Night Operations With Respect To Slick, Jhmcs, Hobit, And Nvgs. what Data Can You Provide To Show That The Visor Of Your Slick Helmet System Remains In A Down And Locked Position During All Phases Of A 600 Keas Ejection (initiation Until Ground Landing), During Day And Night Operations? what Data Can You Provide To Show That Your Helmet System In The Jhmcs And Hobit Configuration Provides Eye Protection To The User During All Phases Of A 450 Keas Ejection (initiation Until Ground Landing), During Day And Night Operations? 14. Visor/visual Compatibility the Fwh Will Provide Aircrew The Ability To Rapidly Transition Between Two Visors Using One Gloved Hand During Flight Operations. The Visors’ Optical Distortion Qualities And Transmissivity Options Will Be Equal To Or Better Than The Visor Configurations They Replace. does Your Visor Meet The Criteria In Mil-dtl-43511d? If Any Deviations Exist, Please Note Them. 15. Field Of View/regard the Fwh Will Provide A Field Of View And Field Of Regard Equal To The Helmet Being Replaced. 16. Penetration Protection the System Will Protect The Crewmember’s Head From Penetrations Associated With Basic Aircraft Maneuvers, Ejection, Bailout, Ditching, And Crash Landing To A Level Equivalent To The Helmet It Replaces. what Data Can You Supply From Testing To Show That Your Helmet System Supplies Protection Against Impact And Penetration? 17. Retention the Fwh And Visor Will Be Safely Retained And Remain In Its Worn Position When Exposed To A 600 Keas Ejection tell Us How Your Helmet System Can Be Retained In All Phases Of Ejection (initiation Of Ejection To Ground Landing). 18. Bulk the Helmet Shape And Cabling Will Not Interfere With Aircrew Mobility, Ingress/egress (including Emergency Egress) Requirements, Or The Operation Of The Ejection Seats In All Aircraft. 19. Spinal Alignment the Helmet Shape Will Enable Proper Spinal Alignment During Flight When Interfacing With The Ejection Seat Head Pad. 20. Audio Compatibility the Fwh Noise Attenuation System Will Be Compatible With All Aircraft Systems And Will Not Impede Recognition Of Audible Aircraft Warning/caution Systems, Night Vision Equipment, Weapons System Employment, Or Decrease Accuracy Of Helmet-mounted Cueing Devices. 21. Aircraft Cockpit Simulator Compatibility the Fwh Will Be Compatible With All Existing Aircraft Cockpit Simulators. If New Adapters Are Required, They Must Be Provisioned For And Provided As Part Of The System. 22. Internal Communication Systems (ics) the Fwh Noise Attenuation System Will Be Compatible With All Aircraft Icss. 23. Emergency Ground Egress the Fwh Will Not Interfere With Emergency Ground Egress Procedures Or Require Any Additional Aircrew Action To Disconnect The Helmet System From The Aircraft Wiring (i.e. Disconnect Will Break Away During Aircrew Egress). 24. Fire Safety the Fwh Will Provide Flame, Drip, And Melt Protection Equal To Or Better Than Current Fielded Helmets. 25. Don And Doff aircrew Will Be Able To Don And Doff The Helmet Without Assistance. The Aircrew Will Be Able To Remove The Helmet During An Emergency With One Hand Using Either Hand. 26. Audio Performance the System Will Provide Broadband Audio Output With Minimal Distortion And Ensure Overall Sound Pressure Level And Electrical Polarity Are Matched Across Both Ears. what Data Can You Provide For Audio Performance Testing That You Have Conducted On Your Helmet System? if Available Please Provide Specifics On: Broadband Frequency Response, Distortion, Sensitivity Balance, Volume Control, And Speech Intelligibility. 27. Volume Control adjustment Of The Aircraft Ics Volume Control Will Result In A Corresponding Volume Change At The Ear. 28. Cockpit Illuminator the Fwh Will Provide A Modular, Night Vision Compatible Light Source With An On/off Switch Selectable By The Aircrew During Flight. 29. 3-d Audio the Fwh Will Be Capable Of Accepting 3-d Audio Cueing For Radio Communication And Threat/targeting Information. what Data Can You Provide To Show Your Helmet Provides 3d Spatial Audio Support? 30. External Audio fwh Will Be Capable Of Providing An External Audio Capability That Allows Dismounted Aircrew The Ability To Hear The External Environment While Wearing The Helmet. 31. Atmospheric Pressure Changes the Fwh Will Not Increase The Risk Of Aircrew Injury Throughout The Range Of Atmospheric Pressure Changes Experienced During Flight. 32. Altitude Protection the Fwh Will Allow Users To Safely Operate Aircraft At Altitudes Up To The Maximum Operational Cabin Altitude. 33. Emi/emc Compatibility the Fwh Will Not Emit Electromagnetic Energy That Exceeds The Limits Of Mil-std-461 And Ads-37a-prf As It Applies To Mission Critical Equipmentor Be Degraded By Electronic Emissions In Its Operational Environment. 28. Cockpit Illuminator the Fwh Will Provide A Modular, Night Vision Compatible Light Source With An On/off Switch Selectable By The Aircrew During Flight. 29. 3-d Audio the Fwh Will Be Capable Of Accepting 3-d Audio Cueing For Radio Communication And Threat/targeting Information. what Data Can You Provide To Show Your Helmet Provides 3d Spatial Audio Support? 30. External Audio fwh Will Be Capable Of Providing An External Audio Capability That Allows Dismounted Aircrew The Ability To Hear The External Environment While Wearing The Helmet. 31. Atmospheric Pressure Changes the Fwh Will Not Increase The Risk Of Aircrew Injury Throughout The Range Of Atmospheric Pressure Changes Experienced During Flight. 32. Altitude Protection the Fwh Will Allow Users To Safely Operate Aircraft At Altitudes Up To The Maximum Operational Cabin Altitude. 33. Emi/emc Compatibility the Fwh Will Not Emit Electromagnetic Energy That Exceeds The Limits Of Mil-std-461 And Ads-37a-prf As It Applies To Mission Critical Equipment Or Be Degraded By Electronic Emissions In Its Operational Environment. 34. Electrostatic Discharge (esd). fwh Performance Will Not Be Affected By Esd Events. 35. Communication Devices the System Will Be Compatible With Or Replace Current Communications Devices Designed For Use With Aircrew Helmets And Oxygen Masks. 36. Boom Microphones the Fwh Will Be Compatible With A Boom Microphone. 37. Habitability fwh Will Allow Aircrew The Unimpeded Ability To Eat, Hydrate, And One- Handed Valsalva. 38. Operability direct Manipulation Of The Donned Fwh By The Aircrew Under Operational Conditions, Will Require Only One Gloved (standard Nomex Flight Glove) Hand To Easily Operate Any Mechanism. 39. Positive Pressure Breathing the Fwh Will Allow For The Effective Use Of Positive Pressure Breathing For Altitude And G Systems. 40. Temperature And Moisture Control the Fwh Will Incorporate A Washable Moisture-wicking And Anti-microbial Interface That Does Not Present A Burn Hazard In Extreme Thermal Survival Environments. 41. Reliability the Minimum Acceptable Mean-time-between-critical Failure (mtbcf) Is Seven Years. 42. Maintainability mean Repair Time (mrt) Will Not Exceed 0.5 Hours, With 95 Percent Of The Tasks Not Exceeding 3.0 Hours. 43. Durability the Fwh And Its Components Will Be Shatter Proof, Non-reflective, And Have Abrasion/chip/stain/ Corrosion Resistance Equal To The Current System. 44. Materials And Helmet Shape materials And Helmet Shape Will Not Damage Aircraft Canopies, Windscreens, Other Transparencies, And Structures. 45. Survival And Rescue Compatibility the Fwh Will Not Interfere With Or Degrade The Performance Of Any Survival/rescue Equipment Or Procedures. 46. Support Equipment (se) if New Tmde, Se, Or Tools Are Required, They Must Be Provisioned For And Provided As Part Of The System. 47. Maintenance Planning maintenance, Repair, And Reconstitution Tasks Will Be Accomplished By Appropriately Qualified Organizational Level Aircrew Flight Equipment Specialist. 48. Maintenance Environment system Design Will Allow Maintenance To Be Performed In Hostile Environmental Conditions (e.g. Arctic And Mopp-4) At Operating Bases/locations Worldwide To Include Mobile, Sea-based, And Bare-base Facilities. 49. Inspections periodic Inspections And Preventive Maintenance Tasks Will Be Sufficient To Ensure System Integrity. Inspection Intervals Will Be Equal To The Helmet It Replaces. 50. Technical Data technical Orders/manuals (to/tm) For Integration/operation And Repair Will Include Illustrated Parts Breakdowns, Parts Listings, Diagrams, Theory Of Operation, Maintenance, And Troubleshooting Guides. The Technical Data Will Be Formally Verified, Validated, And Approved By The Appropriate Agencies Prior To The Delivery Of The First System. Time And Cost To Fully Incorporate Technical Data Will Be Part Of The Program Cost And Schedule. 51. Manpower manning Required For The System Should Meet Current Authorized Levels. Specifically, No Additional Logistics, Maintenance Or Aircrew Flight Equipment Authorizations Will Be Required To Support The New Helmet. 52. Human Factors Engineering human Factors Engineering Principles Specified In Mil-std-1472 Should Be Employed To The Maximum Extent Possible In Each Fwh System Solution. instructions To Potential Respondents: 1. Submit One (1) Electronic Copy To Ms. Samantha Mckee, Samantha.mckee.1@us.af.mil, No Later Than 6:00 Pm Est On 30 January 2025. Title E-mail Responses In The Subject Line Of The E-mail As Follows: “response To Next Generation Fixed Wing Helmet Rfi Rou-a044401.” 2. Respondents, Please Provide Data That Can Support These Questions As Well As Ejection Data That You Have. Respondents Shall Provide Capability Descriptions In The Same Format As The Above System Requirements Table, Attachment I – Equipment Compatibility, And Attachment Ii – Mass Properties And Should Include Technical And Descriptive Text To Provide Sufficient Detail On How The Proposed Solutions Will Benefit The Human Systems Division (hsd), As Outlined In The Systems Requirements Section Above. Submissions Shall Be Limited To No More Than 28 Pages Inclusive Of Answers To Requirement Specifications/questions Detailed In The Matrix Above; Any Necessary Product Sheets, Test Data, Graphs, And Charts Supporting Those Answers Shall Be Limited To No More Than 5 Pages As Well As A Rom (detailed Below) Of No More Than 3 Pages. Please Identify A Representative To Support Further Government Inquiries And Requests For Clarification Of The Information Provided, If Needed. Marketing Materials Are Considered An Insufficient Response To This Sources Sought Synopsis. 3. Please Provide A Rough Order Of Magnitude (rom) Cost Estimate. Rom Length Should Be No More Than 3 Pages. Provide Estimated Cost For The Following: This Section Of Your Response Should Provide Estimated Costs For Development, Non-recurring Engineering, Qualification Testing, And Future Production Costs. Specifically For Production, Include Helmet Unit Costs And Monthly Production Capacity For A Total 22,500 Production Units. The Government Is Interested In Obtaining Product Support Engineering Data Or A Technical Data Package (tdp) That Includes The Appropriate Level Of Data To Support An Organic Level Of Maintenance (that Could Include Up To Level 3 Drawings Iaw Mil-std-31000, Rev B, Sections 4.2 And 5.4.1.3). Furthermore, Please Provide An Estimate For Technical Manuals For The Helmets, Initial Provisioning Data And Any Required Updates Through Full Rate Production, And Training Costs To Include Training Evaluations And Fielding. 4. Please Provide A Program Schedule To Include Emd, Production, And Fielding Timelines. 5. Responses Shall Include The Following Information: company/institute Name: address: point Of Contact (to Include Phone Number And Email Address): cage Code: unique Entity Id: web Page Url: state Whether The Company Is Domestically Or Foreign Owned (if Foreign, Indicate The Country Of Ownership). state Whether The Company Is Interested In Being A Prime Contractor Or Subcontractor For This Requirement. state The Company’s Manufacturing Readiness Level In Support Of Helmet Production And Provide A Manufacturing Readiness Assessment. state The Business Readiness To Support Financial Capabilities To Support Government Testing And Production Of Helmets. provide Data Supporting Design Is Stable And Meets Above Listed Capabilities And Requirements Outlined In Table Above. provide Supply Chain Process And Capabilities To Support Helmet Production. lead Time Projected For Vendors To Support Manufacturing Of First Article Delivery provide An Assertion Your Helmet System Is Compliant With The Following Regulations: far 52.225-1, Buy American-supplies dfars 252.225-7012, Preference For Certain Domestic Commodities provide Data Rights Assertions, Please Use The Table Below: contractors Must Identify Any Noncommercial Data (data Is Technical Data And Computer Software) To Be Delivered Or Otherwise Provided Under The Contract To The Government With Data Rights Requirements More Restrictive That Unlimited Data Rights. provide Assertions At The Lowest Practical Segregable Level: software: Module Or Subroutine technical Data: Subsystem, Component Or Sub-component. refer To Dfars 252.227-7017 For Appropriate Language data Rights Assertions | Technical Data/computer Software To Be Furnished With Restrictions |basis Of Assertion |asserted Rights Category |person Asserting Restrictions 6. All Prospective Contractors Must Be Registered In The System For Award Management (sam) Database To Be Awarded A Dod Contract. The North American Industry Classification System (naics) Code For This Requirement, If Applicable To The Company’s Capabilities, Should Be Included In The Company’s Naics Code Listing In Sam. To Learn More About This Sam Requirement And How To Register, Please Visit The Sam Website At Https://www.sam.gov/ 7. The Naics Code For This Action Is 339113 – Helmets (except Athletic), Safety (e.g., Motorized Vehicle Crash Helmets, Space Helmets), Manufacturing With A Size Standard Of 800 Employees. Based On This Naics Code, Indicate Whether Your Company Qualifies As A: self-certified Or Third Party Certified Small Business (yes / No) self-certified Or Third Party Certified Women-owned Small Business (yes / No) self-certified Or Third Party Certified Economically Disadvantaged Women- Owned Small Business (yes/no) self-certified Or Third Party Certified Hubzone Certified (yes / No) self-certified Or Third Party Certified Veteran-owned Small Business (yes / No) self-certified Or Third Party Certified Service-disabled-veteran-owned Small Business (yes / No) self-certified Or Third Party Certified 8(a) (yes / No) self-certified Or Third Party Certified Sba certification Date: ____________ sba Graduation Date: ______________ communication And Additional Considerations: in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract. the Government Will Not Award A Contract On The Basis Of This Rfi. A Determination Not To Compete This Action Based On Responses Received Is Solely Within The Government’s Discretion. the Acquisition Strategy Is Still Being Determined. Market Research Results Will Assist The Air Force In Determining Whether This Requirement Will Be A Full And Open Competition, A Small Business Set Aside, A Sole Source Acquisition, Or Utilization Of Dla Contract. not Responding To This Sss Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. the Government May Contact Respondents To Obtain Additional Information Or Clarification In Order To Fully Understand A Response. This May Include Discussions, Site Visits, Demonstrations, Etc. To Further The Government’s Understanding Of A Proposed Effort, As Well As The Respondent’s Understanding Of The Government’s Requirements. responses To Questions From Interested Parties Will Be Promptly Answered And Posted On Sam.gov Unless Some Release Of Proprietary Information Is Involved Or The Answer Addresses A Question Peculiar To A Company Or That Company’s Response. Post Submittal, One-on-one Information Sessions With Respondents Are Not Contemplated; However, They May Be Offered To Respondents To Clarify The Government’s Understanding Of Their Submittal, The Capability Ramifications, Or To Discuss Their Business Approach. Information Feedback Sessions May Be Offered To Respondents After The Sss Assessments Are Completed. verbal Questions Will Not Be Accepted. All Questions Will Be Answered Through Postings To Sam.gov; Except As Provided Above. Additionally, Questions Must Not Contain Trade Secrets Or Classified Information. The Government Reserves The Right To Not Address Questions Received After 30january 2025. respondents That Submit Proprietary Data Shall Clearly Mark The Data With Appropriate Markings On The Cover Sheet And On Each Applicable Page. Any Proprietary Data Submitted May Be Handled By Contract Support Services Personnel Who Have Signed An Nda. Any Proprietary Information Received In Response To This Request Will Be Properly Protected From Any Unauthorized Disclosure. The Government Will Not Use Proprietary Information Submitted From Any One Firm To Establish The Capability And Requirements For Any Future Systems Acquisitions, So As To Not Inadvertently Restrict Competition. Any Material That Is Not Marked Proprietary Will Be Considered Publicly Releasable broad Industry Participation For This Sources Sought Is Encouraged. U.s. And Non-u.s. Firms Are Permitted To Respond To This Sss/rfi. if A Company Is Capable Of Some, But Not The Entire Requirement Stated In This Sources Sought Synopsis, Please Provide A Response That Explains The Requirements For Which You Are Capable. small Businesses Are Encouraged To Provide Responses To This Sss In Order To Assist The Program Office In Determining Potential Levels Of Competition Available In The Industry, As Well As Helping To Establish A Basis For Developing Any Subsequent Subcontracting Goals. companies Responding To This Sss/rfi Are Encouraged To Provide Quotes For Existing Items. These Quotes Are For Planning Purposes Only. indicate Whether The Company Is Currently Selling Proposed Solution To Department Of Defense Customers And Whether The Capability Can Be Obtained Under An Existing Government Contract. Provide The Contract Number(s) And Government Points Of Contact Accordingly. this Notice May Be Updated As Additional Information Becomes Available. Please Check The Sam.gov For Updates To This Announcement And Register To Receive E-mail Notices Of Any Updates.

Caraga Regional Hospital Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date4 Apr 2025
Tender AmountPHP 200 Million (USD 3.5 Million)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Reference: Ib No. 2025-03-25 (14) Design And Build: Construction Of 5 Storey Mri And Ward Building With Roof Deck Approved Budget For The Contract: Php 200,000,000.00 ================================================================== 1. The Caraga Regional Hospital (crh), Through The Internal Generated Fund (igf) 2025 Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Two Hundred Million Pesos Only ( Php 200,000,000.00 ) As To Payment Under The Contract For Design And Build: Construction Of 5 Storey Mri And Ward Building With Roof Deck. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. This Project Shall Be Completed Within 600 Calendar Days From Receipt Of The Notice To Proceed. 2. Section 23.4.2.4 Of Irr Of Ra 9184. The Bidder Must Have Completed An Slcc That Is “similar” To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid And With Valid Pcab License Category A, Medium B. Provided, However, That Contractors Under Small A And Small B Categories Without Similar Experience On The Contract To Be Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab. Slcc Shall Be 5 Years From The Opening Of Bids. (based On Completed Date). Furthermore, This Procurement Project Is Governed And Shall Be Adopted In Accordance With Annex-g – Guidelines For The Procurement And Implementation Of Contracts For Design And Build Infrastructure Projects Of The Irr Of Ra 9184. Slcc Must Have Network And Resources In Place (engineering Field Offices, Warehouse And/or Motor Pool For Equipment) In At Least Three (3) Major Cities To Mobilize Design And Build Services. 3. Moreover, A Contract Shall Be Considered “similar” To The Contract To Be Bid If It Has The Same Major Categories Of Work Of At Least 3 Storey Building With Mechanical, Electrical, Plumbing, And Fire Protection (mepf), Piped-in Oxygen, Elevator, Solar Power, Paging System And Telephone System (pabx) And Cctv. Hence. The Procuring Entity May Clarify In The Bidding Documents What Is Regarded As Major Categories Of Work. (23.5.2.5a) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 5. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 To March 25, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference March 11, 2025 At 9:00 A.m. Via Zoom Platform Join Zoom Meeting Https://us06web.zoom.us/j/81163931725?pwd=be9limdsdofhbx9pbszdntvp5clgdm.1 Meeting Id: 811 6393 1725 Passcode: 207939 Deadline Of Submission Of Bids March 25, 2025 At 10:00 A.m. Bidder Shall Submit Their Bids At Bac Office, Caraga Regional Hospital, Surigao City. This Is A Physical Submission. The Bidder Shall Submit 3 Copies Of Technical And Eligibility Documents And Financial Documents, In Sealed. Please See Instruction For The Submission Of Bids. Please Be Advised That Failure To Submit Bidding Documents On Time Will Result An Automatic Rejection And Disqualification. Opening Of Bids March 25, 2025 At 2:00 P.m. At Bac Office, Caraga Regional Hospital, Surigao City Face To Face Complete Philippine Bidding Documents Please Click The Link Below For The Complete Philippine Bidding Documents: Https://drive.google.com/drive/folders/1jf2fu4sztojvvxr3l98k1tz1asbpgiin?usp=sharing Bidding Documents Php 50,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items/plans/ And Other Relevant Documents B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) D. Philippine Bidding Documents 8. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 9. Bids Must Be Duly Received By The Bac Secretariat On Or Before March 25, 2025 At 10:00 O’clock In The Morning At Bac Office, Caraga Regional Hospital, Surigao City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 25, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Face To Face Or Physical Submission. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend In The Face To Face Opening Of Bids. Late Bids Shall Not Be Accepted. 10. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. For Bidders To Be Engaged As A Contractor And Engaged Into Jva, A Special Pcab License For Jvas Issued Pursuant To Section 38 Of Ra4566 And Section 3.5 Of Its Associated Irr Must Be Submitted As Part Of The Technical Eligibility Documents. The Submission Of Pcab License And Registration Individually Issues To Each Jv Partner Will Not Suffice. 11. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 13. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 14. The Bac Will Be Automatically Rejected If Bidding Documents Submitted Via Electronic. 15. Please Fill Up The Caraga Regional Hospital Supplier’s Registry To This Link: Https://bit.ly/crh_suppliersregistry 16. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Smart/tnt 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Account: Crh Bac Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee

Adela Serra Ty Memorial Medical Center Tender

Electronics Equipment...+2Healthcare and Medicine, Electrical and Electronics
Philippines
Closing Date5 May 2025
Tender AmountPHP 1.2 Million (USD 22.5 K)
Details: Description Item No. Description Qty. Unit Unit Cost Total Amount 1 Infant Radiant Warmer With Phototheraphy 1 Pc 600,000.00 600,000.00 Specification(s): Purpose Of Use: Radiant Warmer, Is A Body Warming Device To Provide Heat To The Body. This Device Helps To Maintain The Body Temperature Of The Baby And Limit The Metabolism Rate. Heat Has A Tendency To Flow In The Heat Gradient Direction That Is From High Temperature To Low Temperature. The Heat Loss In Some Newborn Babies Is Rapid; Hence Body Warmers Provide An Artificial Support To Keep The Body Temperature Constant. In Certain Areas With Very Cold Climate, Babies Are Kept On Radiant Warmer For Couple Of Hours Immediately After Birth To Ensure The Baby Is Stabilized After Birth. Department: Delivery Room 1. Microprocessor Based Servo Controlled Temperature System 2. The Microprocessor-controlled Unit Allows For Three Modes: Pre-warm, Manual And Automatic 3. Timer To Record Therapy Time 4. Audible And Visual Alarm Functions : Power Failure, Temperature Deviation, Temperature Sensor Failure, Skin Temperature Failure, Over Temperature 5. Led Observation Light Tilt Adjustable, Brightness Adjustable 6. Heater Head Can Be Adjusted ±90°horizontally 7. Convenient X-ray Cassette Board Under Infant Bed 8. Tilt Angle Of Infant Bed Is Adjustable 9. Four Transparent Foldable Protectors With 2 Infusion Seals 10. With Rs-232 Connector,2 Trays And 2 Drawer Techncial Specifications Performance Power Supply: Ac110/220v, 60/50hz Power Input: Atleast 1000va Skin Temperature Control Range: 32°c~38°c Skin Temperature Control Accuracy: ≤0.5°c Skin Temperature Sensor Accuracy: ±0.3°c Mattress Temperature Uniformity: ﹤2°c Infant Bed Tilt Angle: ±10° Led Observation Light Function: 3w Warm-up Time(from 25°c): ﹤30min Heater Head Horizontal: ±90° Distance From Heater To Mattress: 80cm Mattress Size: Atleast 67cm*54cm Timer Range: 0~99h59min Operational Condition Environment Temperature: Atleast 18°c~30°c Environment Relative Humidity: Atleast 30%~75% Atmospheric Pressure: 700~1060hpa Environment Air Velocity Of Flow:﹤0.3m/s Standard Configuration Main Body (including The Radiant Source, Control System, Infant Bed, Bracket), X-ray Cassette, Observe Light, I.v. Pole, Skin Temperature Sensor, Tray, Mattress, Transparent Protector, Castors, Drawers Functions Lcd Touch Screen Big Infant Bed Led Phototherapy Unit Air & Oxygen Blender Low Pressure Aspirator Infant Resuscitator Oxygen Supply System Electric Elevator Air Temp & Count Down Time Power Supply: Ac 220vac ± 10% 50/60hz Dedicated Trolley With Wheels Other Components Per Unit "1 Unit Ups With Avr Atleast 2000va Up 1 Unit 5 Meters Extension Wire Standard Provide Adaptor If Needed Per Unit" Training, Installation And Utilisation Pre-installation Requirements "requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Local Clinical Staff To Affirm Completion Of Installation" Training End Users & Biomedical/engineer "o For Bio-medical: Offsite 6 Biomed Technician Comprehensive Offsite Training Theoritical And Advance Troubleshooting Training Of Users In Operation , Basic And Advance Maintenance Including Fares, Accommodation And Meals " On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. "*** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented" User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. 16. Warranty And Maintenance • 3 Years Warranty Of Service In Quarterly Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Respond Time For Every Technical Service Call With In The Warranty Period 10years Availabilty Of Parts And Maintenance And Services Maintenance Tasks : Every Quarterly Preventive Maintenance 17 Documentation "documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided 18 Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) 2 Infusion Pump 4 Pcs 80,000.00 320,000.00 Specification(s): Purpose Of Use: The Need For Additional Infusion Pump In Surgical Intensive Care Unit Since The Area Only Have 5 Existing Infusion Pump Used By The Ward And Icu As Well. An Infusion Pump Is A Medical Device That Delivers Fluids Such As Nutrients And Medications, Into A Patient's Body In Controlled Amounts." Smart System Intelligent Occlusion Management Dynamic Pressure System (dps) That Monitors The Pressure With Numeric And Graphic Illustration Can Help Caregivers Identify Occlusion In Advance To Prevent Potential Risks. Dose Error Reduction System (ders) The Ders Drug Library With Color-coded Drug Names Helps To Minimize The Risk Of Medication Errors. Meanwhile, An Alert Will Be Activated When The Soft/hard Limit Is Reached To Prevent Potentially Fatal Over-infusions Or Under-infusions, Enabling Caregivers To Adopt Standard Practices On Drug Concentrations And Dosing Units For Improved Patient Safety. Accurate Infusion Consistent And Precise Performance Real-time High Stability Of Infusions Guaranteed By The Overall Mechanical Accuracy; High Accuracy Over Long Hours Guaranteed By The Compensatory Algorithm To Deformed Iv Sets. High Accuracy Detection Sensors Assist In Identifying Risks Caused By Occlusion And Air Bubbles To Ensure Patient Safety During The Infusion. Easy Connection Seamless Integration And Synergy Infusion Info Can Be Synchronized And Viewed On The Display Of The Patient Monitor. With A Comprehensive Picture Of Infusion Data And Physiological Parameters, It Facilitates Fast And Accurate Clinical Decision-making And Reasonable Prescribing. Department: Hospital Technical Characteristics Display External Ports Type Color Lcd Ports Size (diagonal) 3.5 Inches, Ration 16:9 Ac Power Supply Differentiation 480 X 272 Pixels Port Battery One Ac Power Supply Port Battery Type Lithium Battery Multifunction Shutdown Delay About 30mins (new Battery, After The First Low Battery Alarm) Interface Battery Voltage 7.4vdc One Multifunction Interface With The Following Functions: Battery Capacity 4800mah  Dc Power Supply Port Host Led  Rs232 Interface Alarm Light 1 (red/yellow Bi-color)  Nurse Call Interface Ac Indicator Light 1 (green) Drop Sensor Battery Indicator Light 1 (green) Speaker Produce An Alarm, The Sound Pressure Is 54-73 Db(a) And Key Beep; Support Multi-level Volume Functions; The Alarm Sound Meets The Requirements Of The Iec60601-1-8 Specifications Infusion Set Standard Infusion Set Used In Conjunction With Infusion Pump Should Meet The Requirements Of Iso 8536-4:2004 Infusion Equipment For Medical Use— Part 4: Infusion Sets For Single Use, Gravity Feed, Mod Compatible Conventional Set Sizes (ml) Infusion Set Diameter: 3.0-4.5mm Infusion Set Thickness: 0.8-1.2mm Rate Unit Of Rate (ml/h): 0.1-2000ml/h, The Minimum Increment Is 0.01ml/h Unit Of Rate (gtt/min): 1-(400*drip /60)gtt/min, The Minimum Increment Is 1gtt/min Note 1: The Maximum Rate Of The Infusion System (infusion Pump And Infusion Set) Is Affected By Inner And Outer Diameter, Material, Elasticity Of The Infusion Set And Other Factors. Therefore, Infusion Sets Of Different Brand And Model May Differ In Maximum Rates. Safeset Infusion Sets, And Specified Infusion Sets,. Temperature Of 20±2℃. Bolus Rate/ Purge Rate 0.1-2000ml/h / Vtbi 0.1-9999.99ml --- Time 00:00:01-99:59:59 H:m:s --- Volume 0.01-9999.99ml 0ml Select Mode Rate Mode, Body Weight Mode, Time Mode, Sequential Mode, Loading Dose Mode, Micro-infusion Mode And Ramp Up/down Mode Pressure 12 Levels Are Adjustable, Respectively Are (75, 150, 225, 300, 375, 450, 525, 600, 750, 825, 900 And 975)mmhg For 75mmhg, The Error Is ±50mmhg(6.7kpa); For Other Pressures, The Error Is ±20% Or ±113mmhg (15.1kpa), Whichever Is Larger. Maximum Occlusion Pressure Is About 1170mmhg. Note 1: The Detected Pressure Of The Infusion System (infusion Pump And Infusion Set) Is Affected By Inner And Outer Diameter, Material, Elasticity Of The Infusion Set And Other Factors. Therefore, Infusion Sets Of Different Brand And Model May Differ In The Detected Pressure Range. Air Detection 6 Levels Are Adjustable, Respectively Are (20, 50, 100, 250, 500, 800) Μl Sensitivity Of Single Air Bubble Is 20μl. Note 1: The Detected Air Detection Of The Infusion System (infusion Pump And Infusion Set) Is Affected By Inner And Outer Diameter, Material, Elasticity Of The Infusion 100μl Set And Other Factors. Therefore, Infusion Sets Of Different Brand And Model May Differ In The Detected Air Detection. Accumulate Air 0.1-4ml 1.5ml Kvo Rate 0.1-5.0ml/h 0.5ml/h Time Near End Off, 1-30 Min When The Time Is <10min, Step For 1min, And Step For 5min When The Time Is ≥10min. Max. Rate Limit 0.1-2000ml/h 2000ml/h Drip Setting Drip:10-60drop/ml 20drop/ml Gtt/min: On, Off Off Drip Abnormal On, Off Off Empty Sensitivity High, Low Low Auto-lock Time Off, 1-5min, Step For 1min Off Reminder Time Off, 1-5min, Step For 1min 2min Weight Unit Kg, Lb Kg Sound Volume 1-8 4 Brightness 1-8 4 Night Mode On, Off Nurse Call On, Off History Record Can Store Up To 2000 Records. / Brand Selection On, Off Bw Mode Configuration Conc., Drug Amount And Volume Conc. Drug Library On, Off Para. Memory On, Off Date And Time Time:_ _:_ _ 0:00 Date:_ _ _ _-_ _-_ _ 43101 Time Format: 12h, 24h 24h Date Format: Yyyy-mm-dd, Mm-dd-yyyy Or Dd-mm-yyyy Language You Can Select Language According To Actual Needs Pressure Unit Mmhg, Kpa, Bar And Psi Mmhg Alarm Sound Sound1, Sound2, Sound3 Anti-bolus Switch On, Off Drop Sensor On, Off Infusion Accuracy Infusion Pump With Conventional Infusion Sets: Infusion Accuracy Of The Whole Rate ≤±5% Infusion Pump With Silicone Specified Infusion Sets: Infusion Accuracy Of The Whole Rate ≤±5%, Temperature Of 20±2℃. Infusion Pump With Pvc Specified Infusion Sets: Infusion Has Run For 24h Or Has Pumped 3l Of Fluid, Infusion Accuracy ≤±10%, Temperature Of 20±2℃ Dose Of Single Fault 0.25ml Status Indicators Stop, Running, Bolus, Kvo, Pause, Standby, Alarm And Purge Training, Installation And Utilisation Pre-installation Requirements "requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Supplier Should Be Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring And Other Consumables Shoulder By Supplier " Training End Users & Biomedical/engineer "o For Bio-medical: Offsite 6 Biomed Technician Comprehensive Offsite Training Theoritical And Advance Troubleshooting Training Of Users In Operation , Basic And Advance Maintenance Including Fares, Accommodation And Meals " On-site Training And Orientation Upon Installation. On-site Training And Orientation For Machine Handling And Operation. "*** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented" User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance • 3 Years Warranty Of Service In Quarterly Visit • 3 Years Warranty Of Parts • Maximum Of Two Working Days Respond Time For Every Technical Service Call With In The Warranty Period 10years Availabilty Of Parts And Maintenance And Services Maintenance Tasks : Every Quarterly Preventive Maintenance Documentation "documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) 3 Baby Bassinet Trolley With Stand And Mattress 6 Pcs 60,000.00 360,000.00 Specification(s): Purpose Of Use: Hospital Bassinet With Heavy Duty Frame And Practical Position, Ergonomic Push Handle, Baby Ensuring The Safety" Technical Characteristics Features Frame Stainless Steel 304 Bed Plate Acrylic Bassinet Bedplate Angular Tilt Tiltable Bed-frame Caster Wheel Two 3-inch Casters With Brake And Other 2 Without Brakes Storage Underbed Mesh-basket Tray Dimensions 680 × 380 × 760 Mm Telescopic : Adjustable Iv Drip Pole : Sponge Mattress Training, Installation And Utilisation Pre-installation Requirements "requirements For Commissioning *** Supplier To Perform Installation, Safety And Operation Checks Before Handover *** Supplier Should Be Shoulder All Electrical And Data Wiring *** Staff/end-user And Biomed Technician In Coordination With The Engineering Department To Affirm Completion Of Installation *** Electrical, Cable Wiring And Other Consumables Shoulder By Supplier " Training End Users & Biomedical/engineer "*** Training Of Users In Operation And Basic Maintenance And Calibration Shall Be Provided *** Supplier To Issue Certificate Of Training *** Advanced Maintenance Tasks Required Shall Be Documented" User Care*** Unit Layout To Enable Easy Cleaning And Sterilization Of All Surfaces. Warranty And Maintenance • 3 Years Warranty Of Service • 3 Years Warranty Of Parts Maintenance Tasks : Every Quarterly Preventive Maintenance Documentation "documentation Requirements *** User, Technical And Maintenance Manuals To Be Supplied In English Language (3 Copies Each) *** Supplier To Describe Any Materials Contained In The Device That Are Classified As Hazardous Under Local Regulations. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. *** List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance *** Certificate Of Calibration And Inspection To Be Provided. *** List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost *** Contact Details Of Manufacturer, Supplier And Local Service Agent To Be Provided Decommissioning Estimated Life Span: 10 Years Life Span Safety And Standards Risk Classification Class B (ghtf Rule 10); Class Ii; Class Ii International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) Total Amount 1,280,000.00

Department Of Education Division Of Tangub City Tender

Machinery and Tools
Corrigendum : Tender Amount Updated
Philippines
Closing Date11 Jun 2025
Tender AmountPHP 235.2 K (USD 4.1 K)
Details: Description 1. The Deped, Division Of Tangub City, Through The General Appropriations Act Fy 2025 Intends To Apply The Sum Of Two Hundred Thirty-five Thousand Two Hundred Thirty-eight Pesos And Fifteen Centavos (p 235,238.15) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools With Identification Number Tvl-pb-2025-05-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Stock/ Property No. Unit Item Description Quantity Total Abc Lot 1. Maquilao Integrated School (shielded Metal Arc Welding Nc Ii) P 235,238.15 1 Piece Anvil 1.type: Forging Type 2.body Shape: Rectangular With Horn 3.material: Cast Iron 4.anvil Face Dimension: 5-1/2" X 2" 5.horn Length: 3-1/2" 6.height: 4" 7.weight: 9 Lbs 2 2 Piece Apron, Leather 1.type: Longer Bib Style With Single Pocket In Front 2.material: Plain Leather 3.size: 400mm Width X 1027mm Length (approx.) Furnished With Metal Grommets And Leather Ties With Steel-staple Reinforcement At Stress Points 12 3 Piece Brush, Steel 1.material: Steel Wire 2.handle: Wood 3.brush Length: 5 Inches 4.over-all Length: 10 Inches 5.bristle Length: 1 Inch (minimum) 12 4 Piece Disc Grinder, Portable, Electric 1.type: Angle Grinder 2.material: Plastic Body 3.rated Input Power: 900w 4.disc Diameter: 100mm, 100mm(4") 5.rated Voltage: 220v-240v 6.no-load Speed: 12000 Rpm 7. Package Includes: (1) 4-1/2 In. Angle Grinder, (1) Grinding Wheel Guard, (1) Auxilliary Handle, (1) Inner (clamping) Flange, (1) Outer (round Nut) Flange, (1) Spanner Wrench, (1) 4 In. Abrasive Grinding Wheel With Plastic Storage Box With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safely Procedure, And Maintenance; Warranty Period Of 1 Year; 5 5 Piece Fan, Exhaust 1.frame Material: Steel 2.voltage: 220 V Ac; 3.airflow: 45000 Cubic Meter/hour; With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safely Procedure, And Maintenance; Warranty Period Of 1 Year; 1 6 Piece Fan, Industrial 1.type: 3 Speed Control Industrial High Speed Pedestal Stand Fan 2.material: Metal 3.power Source: Electric 4.power (w): 100w 5.voltage (v): 220v 6.size: 20 X 26 X 30 Inch 7.air Volume: 7000~16200 M3/h 8.speed: 1350 Rpm 9.motor Type: Ac Copper Motor 10.blade: 3 Alumimium Blades With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance; Warranty Period Of 1 Year; 1 7 Piece Gas Cutting Machine, Automatic 1.type: Automatic Cutting Torch; 2.body Shape: Rectangular; 3.material: Steel; 4.fuel: Gas Type Oxy-acetylene; 5.diameter Of Circular Cutting: 200mm (minimum); 6.linear Cutting Length: 1.8 Meters (minimum); 7.cutting Thickness: 3mm To 50 Mm; 8.cutting Speed: 200 To 700 Mm/min; 9.power Supply: 230 Vac/12 Vdc; 10.total Length: 500mm; 11.includes Oxygen And Acetylene Gas Regulators, T-grade Oxygen And Acetylene Hoses (20 To 25 Feet); 12. With Flashback Arrestor; 13. Packaging: Carton Box; 14. English User's Manual That Contains: Operation Guide, Maintenance/troubleshooting Guide, Safety Guide And List Of Parts. 1 8 Piece Gauge, Fillet 1.type: Fillet Weld Gauge 2.material: Stainless Steel Blades, Polished 3.fillet Weld Sizes: 1/8 Inch Through 1 Inch 4.gauges Has Inch And Metric Readings 5.size: 4-1/2 Inches X 2 Inches 6.includes Plastic Carrying Case 2 9 Piece Gloves, Leather, Long 1.type: Flexible Leather Welder's Gloves 2.material: Soft, Pliable Leather 3.with Spark Protector Patch Covering Back, Thumb Patch, Index Finger Patch, Thumb Strap And Chrome-leather Gauntlet Cuff 4.over-all Length: 13 Inches 5.sizes: Xs= 5.5"-6.5" - 2 Pairs, S= 6.6"-7.5" - 2 Pairs, M= 7.5"-8.5" - 4 Pairs, L= 8.5"-9.5" - 2 Pairs, Xl= 9.5"-10.5" - 2 Pairs 6. Comes With A Vinyl Storage Pouch 12 10 Piece Goggles, Oxy-acetylene 1.type: Flip-up Welders Glasses 2.lens: Shaded Rating #5 3.clear Lenses Underneath Plus Integral Top And Opaque Side Shields 4.conforms To Ansi Standard Z87.1 Permanently Marked On The Lense Or Goggles 5.clear Lens Size: 52mm (minimum) 6.shaded Lens: 50mm (minimum) 7.packed In A Plastic Pouch 2 11 Piece Goggles, Safety 1.safety Goggles; 2.clear Polycarbonate - One Piece Lens With 180 Panoramic View, Non-fog; 3.size/dimension: L:17 To 18.5 Cm X W:8 Cm X D:5 To 7.5 Cm; 4.high Impact Resistant, Ansi "z87" Compliant; 5.firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust; 6.adjustable Head Strap; 7.shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. 2 12 Piece Grinding Machine, Bench, Pedestal 1.type: Bench Type / Pedestal 2.material: Steel, Rubber, And Hard Plastic 3.rated Voltage: 220/240 Volts, Ac 4.power In Watts: 550 Watts (minimum) 5.frequency: 60 Hertz 6.rated Speed: 11,000 Rpm (minimum) 7.grinding Stone Diameter: 6 Inches With Grinding Wheel Guard; Comes With 1.5 Meters Power Cord With Molded Male Plug; 8.comes With Spanner Wrench, Chuck Key, 360 Degrees Auxiliary Handle, Inner Flange And Lock Nut; 9.with English User's Manual That Contains: Operation Guide, Maintenance/troubleshooting Guide, Safety Guide And List Of Parts; 10.warranty Period For Parts And Service: 1 Year. 1 13 Piece Hacksaw, Power 1.type: Horizontal; 2.material: Cast Steel; 3.main Motor: 1hp, 220 Volts; 4.single Phase; 5.blade Size: 350mm X 32mm X 1.6mm; 6.cutting Capacity Square H: 190mm (minimum); 7.cutting Capacity Square W: 200mm (minmum); 8.maximum Swivel Degree: 45/90 Degrees; 9.recirculating Coolant Control With Coolant; 10.fully Adjustable Material Length Stop; 11.material Support Stand; 12.power Saw Blade Ready For Cutting; 13.complete With A Set Of Required Tools And Toolbox; 14.with User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. 1 14 Set Hammer, Ball Peen, 12 Oz. 1.type: Ball Face; 2.material: High Carbon Steel 3.handle Material: Hard Wood With Natural Color 4.head Weight: 12 Oz. (etched/engraved On The Head) 5.overall Length: 10 Inches (minimum) 6.fully Polished Head 8 15 Piece Hammer, Chipping 1.head Type: Chisel And Cone 2.material: Forged Steel Head 3.handle: Hardwood 4.head Length: 7 3/4" 5.12 Inches Overall Length 6.comes With A Vinyl Storage Pouch 12 16 Piece Hand File, Bastard Cut 1.material: High Carbon Steel 2.type: Bastard Cut, Double Cut On Both Sides And Single Cut On Both Edges 3.slightly Tapered In Width And Thickness 4.length: 12 Inches 5.size: 1 5/32 Inch. W X 9/32 Inch. T 6.furnished With Plastic Handle 10 17 Piece Hand File, Half Round 1.material: High Carbon Steel 2.type: Half Round File, Bastard Cut, Double Cut On Back 3.over-all Length: 12 Inches 4.size: 1-1/8 Inches W X 11/32 Inches T 5.furnished With Plastic Handle 10 18 Piece Head Shield / Helmet 1.visor Type: Auto Darkening, Shading #4 2.color: Black 3.adjustable Ratcheted Headband With Quality Foam Head-strap 4.battery Type: Lithium (included) 5.viewing Area: 3.7 X 1.73 Inch (minimum) Light Shade: Din4 6.dark State: Din9-13 7.din4 And Din 9-13 Should Be Permanently Marked On The Welding Mask Or Its Equivalent 8.delay Time Setting: (slow/fast): 0.2s - 0.8s 9.uv Penetration: <0.003 @ 313mm - 365mm 10.ir Penetration: <0.027 @ 780mm-1300mm / <0.085 @1300mm - 2000mm 11.comes With A Vinyl Storage Pouch 12.with User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. 13.warranty Period Of 1 Year. 12 19 Piece Plier / Tong 1.material: Forged Steel With A Black Painted Finished 2.type: Single Pick Up Tongs 3.lip Size: 3/8 Inch Thick X 7/8 Inch Wide (minimum) 4.over-all Length: 16 Inches (minimum) 5.jaw Length: 3-3/4 Inches (minimum) 12 20 Set Steel Square 300mm. Long 1.type: Metric 2.body Shape: L-shape 3.blade Material: Stainless Steel 4.blade Length: 300mm Graduation: 1mm 5.blade Width: 30mm (minimum) 6.blade Thickness: 1mm (minimum) 7.handle Length: 150mm (minimum) 8.graduation Are Marked Permanently 9.numbers And Graduations Are Engraved And Filled With Black Or Red Color 10.packed In A Plastic Pouch. 12 21 Piece Try Square, 300mm Long 1.blade Material: Aluminum, Machined & Parallel 2.blade Length: 300mm 3.blade Width: 30mm (minimum) 4.blade Thickness: 1mm (minimum) 5.handle Length: 124mm (minimum) 6.graduation Are Marked Permanently In Metric And English Scale 7.numbers And Graduations Are Cut And Filled With Black Or Red Color 8.packed In A Plastic Pouch. 12 22 Piece Welding Positioner 1.type: Rotary; 2.body Shape: Rectangular With Round Chuck; 3.material: Steel Input Voltage: 220v / 50hz; 4.load Capacity 0/90: 30kg (horizontal), 15kg (vertical); 5.table Diameter: 310mm (minimum) 6.worktable Height: 380 To 50mm; 7.worktable Speed: 1-15rpm; 8.table Turning Angle: 0-90; 9.rotary Motor: 80w; 10.central Hole Diameter: 25.4mm; 11.rotary Method: Manual Activation; 12. 200mm Diameter 3 Jaw Welding Chuck; 13.must Be Stable; 14.with Anti-slip Foot Switch; 15.with Time Controller Box; 16.furnished With Welding Torch Bracket; 17.with User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. 2 Total Abc P 235,238.15 2. The Deped, Division Of Tangub City Now Invites Bids For The Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Deped, Division Of Tangub City And Inspect The Bidding Documents At The Address Given Below During Office Hours (monday-friday From 8:00 Am-5:00 Pm). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 23, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00), Deped, Division Cashier. Only Bidders Who Purchased The Bidding Documents Will Be Allowed To Submit Bids. Three (3) Sets (original, Copy 1, Copy 2) Of The Technical And Financial Documents Shall Be Submitted, In Hard Copies, On Or Before The Opening Of Bids Schedule. 6. The Deped, Division Of Tangub City Will Hold A Pre-bid Conference On May 30, 2025, 08:30 Am At Division Office Conference Hall Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before June 11, 2025 At 08:30 O’ Clock In The Morning. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On June 11, 2025, 08:30 Am At The Division Office Conference Hall, Deped, Division Of Tangub City, Anecito Siete St., Mantic, Tangub City. Activity Date & Time Of Conduct Venue Pre-bid Conference May 30, 2025 08:30 Am Division Office Conference Hall, Deped, Division Of Tangub City, Tangub City Opening Of Bids June 11, 2025 08:30 Am 9. The Deped, Division Of Tangub City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Gina L. Mandawe Head, Bac Secretariat Deped, Division Of Tangub City, Anecito Siete St., Mantic, Tangub City 7214 (088) 530-5988 Depedtangub.bacsec@deped.gov.ph Https://tangub.deped.gov.ph/ Erlinda G. Dael, Phd., Cese Assistant Schools Division Superintendent Bac Chair

DEPT OF THE ARMY USA Tender

Food Products
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: U.s. Army Contracting Division, Natick Contracting Division, Request For Pre-proposal (rfpp) Also Known As A “concept Paper.” area Of Interest: Soldier Sustainment Directorate, Combat Feeding Division. Development Of Integrated Scalable Technology For Production At The Pon Fornutritionally Tailoredrations In Military Operating Environments. objective: The U.s. Army Contracting Command, Natick, Invites Preproposals Under Botaa 22-01 Per 10 U.s.c. 4022 To Develop Automated Biomanufacturing Technology For Nutritionally Tailored Rations At The Pon In Operational Environments. This Rfpp Follows The Sources Sought Announcement (w911qy-24-biomfg) On Sam.gov And Outlines Guidelines From The Devcom Sc Botaa 22-01. Submissions Are Non-binding, And The Government Will Not Cover Submission Cost. the U.s. Army Combat Capabilities Development Command Soldier Center (devcom Sc), Located In Natick, Massachusetts, Is Seeking Proposals On The Capabilities And Willingness Of Non-traditional Defense Contractors, Or Contractors Meeting One Of The Exceptions To A Non-traditional Defense Contractor As Identified In The Aforementioned Botaa. The Intent Of This Project Is To Design, Fabricate And Assemble An Automated Prototype For The Biosynthetic Production Of Foodstuffs At The Pon In Military Operating Environments With Minimum Resources. background: The Government (devcom Soldier Center) Is Seeking A Biotechnology Integrator To Design, Fabricate And Integrate Pon Food Biomanufacturing Technology Scaled For Mobile Application And Targeted For Use In Contested Military Operating Environments Where Resources, Manpower And Space Are Limited. An Industry Day Is Planned To Be Hosted On Ms Teams And A Meeting Invitation Will Be Sent To Respondents Requesting To Participate, Dates To Be Published In The Subject Announcement On Sam.gov. project Overview: The Effort Will Be Initiated With Incremental Funding To Support The Design And Review Of The Proposed Base Fermentation Process. The Design Shall Be Configured To Rapidly Produce Nutritional Biomass. It Is Desired That The Proposed Process Be Configured To Support Future Integration And Process Optimization To Ultimately Produce High Quality Protein, Fat, Carbohydrate, Fiber And Other Vitamins And Minerals That Provide Complete Nutrition. It Is Further Desired That The Proposed Design Fosters Technology Advancement Process Optimization To Achieve The Threshold/objective Parameters Outlined In The Biosynthetic Nutrition Performance Metrics Chart. Following Approval And Availability Of Funds, The Base Process Will Be Fabricated And Integrated Within A Target Demonstrational Platform. While The Offeror Is Encouraged To Propose A Suitable Platform Upon Which The Process Will Be Configured, A Military Asset/platform May Be Provided By The Government To Support The Effort. Incremental Advancement Of The Biosynthetic Process Efficiency And Process Automation Is Also Desired. The Scope Of The Effort Will Be Focused On Development Of A Modular, Mobile Demonstrational Capability To Produce Nutritional Products (e.g. Shake, Pudding, Bar And/or Jerky) At The Pon. The Project Will Initiate With Review And Approval Of A Base Design For A Modular, Scalable Fermentation Process That Provides Accelerated Production Of A Nutritional Biomass Product And Allows For Follow-on Development And Technology Insertion Of Pre- And Post-processing Capabilities. The Ultimate Goal Of This Biosynthetic Process Is To Efficiently Utilize In-place Resources (air, Water, Minerals) For Microbial Fermentation, Prioritizing Generally Recognized As Safe (gras) Bacteria, Yeast, Or Microalgae. The System Will Emphasize Food Safety, Flexibility, And Automation Of Nutritional Biomass Production In Military Operating Environments With Limited Supplies. project Requirements: 1. Pre-processing Technologies: Integrate Feedstocks From Ubiquitous Resources (e.g., Carbon And Nitrogen Compounds From Gaseous Effluents To Include Fuel-fired Generator Effluent, Water And Other In-place Resources) For Microbial Metabolism. Supplemental Processes (e.g., Yeast Lysate Production) Could Enhance Cell Mass And Product Formation. Inputs Must Be Safe, Non-flammable, And Meet Drinking Water Standards. 2. Integrated Biosynthetic Process: Design An Automated, Modular Bioprocessing System For Military Nutrition Production. While A Developmental/commercial Platform May Be Proposed, A Modular, Scalable Platform Capable Of Leveraging Existing Platforms (e.g., Jltv Trailer-mounted Shelter/container, Tricon Or Other Suitable Platform) Is Preferred And Must Have A Footprint Sufficient To Include “fermentors” For Microbial Cultures, Pre-processed Feedstocks, And External Inputs. Future Integration Of Advanced Pre- And Post-processing Technologies Is Required. Process Integration On A Mobile Military Or Commercial-equivalent Platform Represents The Desired Threshold Capability, While Optimized Integration Of A Modular Process Capable Of Alternate/selectable Process Outputs, Scaled For Integration On An Expandable Military Platform Is Desired. The Fermentation Bioprocess Must Yield A Microbial Biomass Product That Can Be Further Developed Through Follow-on Optimization And Ultimately Validated To Meet Food Safety, Acceptability And Military Nutrition Standards (army Regulation Ar40-25) And Could Be Further Processed With Post-processing Technologies Into A Ready-to-eat Shake, Pudding, Bar Or Jerky Product. 3. Process Automation And Safety Control: As The Technology Is Advanced, It Is Desired That Standardized Programmable Intelligent Computer (pic) Or Equivalent Non-proprietary Programmable Logic Controller Be Utilized To Regulate Bioprocess Control With Appropriate Process Feedback From Process Monitoring Equipment (e.g., Ph, Dissolved Oxygen, Temperature Probes, And Mass Flow Controllers, Automated Switches/valves And Pressure Regulators/relief Valves). Automation Will Handle Feed Adjustments, With Manual Overrides For Troubleshooting. Upon Delivery Of Process Equipment, Operating And Safety Procedures, To Include Sops And Maintenance Procedures Required For Safe Operation, And Maintenance Shall Be Included With The Equipment. 4. Sub-assembly, Automation, Integration & Testing: Develop, Integrate, And Test Individual Components, Like Pre-/post-processing Systems, Optimizing Functionality For The Entire Biomanufacturing Process. 5. Food Safety Validation: It Is Intended That The Initial Phase Of The Development And Integration Of The Biosynthetic Processes Be Based On Precision Fermentation Utilizing Gras Microbial Culture(s) And Minimal Media Feedstock. As The Technology Is Advanced, It Is Desired That Compliance With Food Safety/haccp Standards And Undesirable Microbial/biofilm/fungal/mold Activity And Pathogen Detection Techniques Be Considered. Operational And Safety Procedures Shall Be Developed To Maintain Food Safety And Operator Safety With Consideration For Occupational Health & Safety Administration (osha) Compliance As The Technology Is Advanced. 6. Streamlined Production: Optimize Fermentation Processes For Biomass Production Efficiency While Maintaining Operational Flexibility Within A Modular, Scalable Biosynthetic Process. 7. Prototype Delivery: Deliver A Fully Functional, Biosynthetic Processing System Ready For Testing. 8. Size, Weight, And Power (swap) Optimization: Design The Prototype To Meet Size, Weight, And Power (swap) Limitations. Provide Alternatives For Unmet Requirements. timeline: Development Timeline Is Contingent On Ota Award And Funding Availability. Notional Work Breakdown Structure (wbs) And Milestone Schedule (ms) Shall Be Submitted As Part Of Pre-proposal And Detailed Wbs / Ms With The Full Proposal If Requested. The Length Of The Ota Includes A Base Period Of Six Months And Three 12-month Option Periods. Proposed Options May Be Sequential, Or Overlap, If The Proposed Scope Is Justified And Does Not Pose Increased Risk To Successful Completion Of The Proposed Effort. The Total Period Of Performance For The Proposed Effort Is Not To Exceed 42 Months. submission Guidelines timeline:base Period: 6 Months. Options 1–3: 12 Months Each. Detailed Wbs/ims Required In Proposals. format:preproposals (max 3 Pages) Should Include: technology Description, High-level Wbs, And Relevant Qualifications. projected Technology Readiness Level (trl) At The Beginning Of The Proposed Effort And Projected Trl And Associated Manufacturing Readiness Level (mrl) At The End Of The Proposed Effort. subcontractor / Collaborative Partners culture And Media Description And Gras Status / Documentation research Involving Human Subject Or Animals progress And Data Reporting Schedule planned Demonstration(s) With Projected Site(s), Including Contractor Site cost Estimates (base Period And Options 1–3). deadline:cob 13 January 2025 email:peter.g.lavigne.civ@army.mil; Lyndon.s.jagroop.civ@army.mil subject:[responding Organization And Rfpp Title] ** Amendment 1 ** q: Isthe Money That Will Be Supporting This Ota Is 6.2 Or 6.3 Funding? A:the Funding Category Supporting This Ota Is 6.3 Technical Demonstration. ** Amendment 2 ** the Industry Day Event Is Currently On Hold And Will Be Rescheduled At A Future Date. ** Amendment 3 ** fair Opportunity Industry Day (foid) Will Be Held February 13, 2025 At 1300. Additional Details For The Foid Can Be Found In The Attached Notice.

University Of Northern Philippines Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date25 Apr 2025
Tender AmountPHP 438.8 K (USD 7.7 K)
Details: Description Name Of The Procuring Entity: University Of Northern Philippines Project Reference Number: 2025-03-24-159 Name Of The Project: Standard Form Number: Sf-good-60 Location Of The Project: Unp Vigan City Revised On: May 24, 2004 Standard Form Title: Request For Quotation Date: 22-arpil-2025 Quotation No.: A-48 Company Name: ______________________________________________ Address: __________________________________________________ Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions As Required Herein, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Until April 25, 2025 - 9:00 A.m. In The Return Envelope Attached Herewith. Fatima F. Rocamora, Edd Bac Chairperson General Conditions: 1. All Entries Shall Be Printed/handwritten. 2. Delivery Period Within 25 Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4. Price Validity Shall Be For A Period Of 60-120 Calendar Days 5. Philgeps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 6. Bidders Shall Submit Original Brochures And State The Brand Name And Model Of The Product/s Being Offered. 7. Bidders Shall Submit Mayor’s/business Permit/bir Certificate Of Registration 8. Bidding Shall Be By Lot. Failure To Quote In At Least One Item Shall Be Cause For The Disqualification Of The Bid Proposal. Item No. Unit Item/description Qty Unit Price Total Price Lot 1 (medical Medicines) - Abc: ₱ 352,121.00 1. Bot Sterile Water For Injection, 50ml, Exp. 2027 And Beyond -2- 2. Bot Aluminum Hydroxide Magnesium Hydroxide 200mg/100mg/5ml, 120ml Suspension, Exp. 2027 And Beyond -10- 3. Bot Aluminum Hydroxide Magnesium Hydroxide Simethicone Chewable Tablet, Exp. 2027 And Beyond -350- 4. Cap Sodium Ascorbate With Zinc, 500mg/10mg, Exp. 2027 And Beyond -1,500- 5. Amp Ats 1,500 Units, Exp. 2027 And Beyond -30- 6. Tab Azithromycin, 500mg Tab, Exp. 2027 And Beyond -150- 7. Vial Bacillus Clausii, Exp. 2027 And Beyond -150- 8. Tab Betahistine 8mg, Exp. 2027 And Beyond -150- 9. Bot Calamine+diphenhydramine Hydrochloride Lotion 8g/1g Per 100ml, 30ml, Exp. 2027 And Beyond -5- 10. Cap Cefuroxime 500 Mg Cap, Exp. 2027 And Beyond -350- 11. Cap Celecoxib Cap 200 Mg, Exp. 2027 And Beyond -1,205- 12. Tab Cetirizine 10mg Tab, Exp. 2027 And Beyond -350- 13. Tab Cinnarizine Tab 25mg, Exp. 2027 And Beyond -300- 14. Tab Clonidine Hydrochloride 75mcg, Exp. 2027 And Beyond -150- 15. Cap Co-amoxiclav 625mg, Exp. 2027 And Beyond -500- 16. Bot D5 Lr 1 L, Exp. 2027 And Beyond -5- 17. Tab Domperidone Tab 10mg, Exp. 2027 And Beyond -100- 18. Tab Eperisone 50mg, Exp. 2027 And Beyond -150- 19. Tab Ferrous Sulfate 325 Mg + Folic Acid, Exp. 2027 And Beyond -150- 20. Tab Ibuprofen Paracetamol Cap, Exp. 2027 And Beyond -50- 21. Bot Isoprophyl Alcohol 70% Soln 250ml With Moisturizer, Exp. 2027 And Beyond -100- 22. Cap Loperamide, Exp. 2027 And Beyond -350- 23. Bot Methyl Salicylate Camphor+ Menthol Counterirritant Liniment 50ml, Exp. 2027 And Beyond -15- 24. Bot Methyl Salicylate Camphor+ Menthol Painkiller Liniment 60ml, Exp. 2027 And Beyond -150- 25. Pc Methyl Salicylate Menthol+ Camphor 80mcg/75mcg/26mcg Per Gram Ointment Counterirritant, 5g, Exp. 2027 And Beyond -100- 26. Tab Montelukast Chewable, 5mg Tablet, Exp. 2027 And Beyond -300- 27. Cap Multivitamins+ Minerals+ Amino Acids Tablet, Exp. 2027 And Beyond -2,500- 28. Mupirocin Ointment, 2%, 5gms., Exp. 2027 & Beyond -30- 29. Cap Omeprazole 40 Mg Tab, Exp. 2027 And Beyond -300- 30. Tab Paracetamol Tab 500mg, Exp. 2027 And Beyond -1,500- 31. Tab Phenylpropanolamine Hcl Chlorphenamine Maleate Paracetamol 25mg/2mg/325mg Tablet, Exp. 2027 And Beyond -500- 32. Neb Salbutamol + Ipratopium Nebule, Exp. 2027 And Beyond -100- 33. Tab Sambong Forte 500 Mg, Exp. 2027 And Beyond -350- 34. Tube Silver Sulfadiazine Cream 10mg/g, 20g, Exp. 2027 And Beyond -5- 35. Amp Tetanus Toxoid 0.5ml Vaccine, Exp. 2027 And Beyond -10- 36. Tab Vit. B Complex Tab, Exp. 2027 And Beyond -3,000- 37. Bot Hydrogen Peroxide 10 Volumes 120ml, Exp. 2027 And Beyond -30- 38. Bot Povidone Iodine Wound Solution 60ml, Exp. 2027 And Beyond -30- 39. Bot Povidone Iodine Dry Powder Spray 55g, Exp. 2027 And Beyond -5- 40. Bot Spirit Of Ammonia 15ml, Exp. 2027 And Beyond -10- Lot 2 (medical Supplies) – Abc: ₱ 11,762.50 41. Pc Disposable Syringe 1cc -10- 42. Pc Disposable Syringe 3cc -20- 43. Pc Disposable Syringe 5cc -10- 44. Roll Elastic Bandage, 2x5" Roll -15- 45. Roll Elastic Bandage, 3x5" Roll -15- 46. Roll Elastic Bandage, 5x6" Roll -10- 47. Pc Hot Water Bag, 500ml -10- 48. Pc Ice Bag, Size 6 -10- 49. Pc Ice Bag, Size 9 -10- 50. Pc Iv Catheter G22 -10- 51. Pc Iv Catheter G24 -10- 52. Pc Macroset, Infusion Set -10- 53. Pc Microset, Infusion Set -10- 54. Pc Nasal Oxygen Cannula -20- 55. Pc Nebulizer Kit With Mouthpiece -20- Lot 3 (dental Medicines) – Abc: 70,085.00 56. Cap Amoxicillin 500mg, Exp. 2027 And Beyond -600- 57. Tab Azithromycin 500mg, Exp 2027 And Beyond -30- 58. Cap Ascorbic Acid 500mg, Exp 2027 And Beyond -500- 59. Cap Celecoxib 200mg, Exp 2027 And Beyond -500- 60. Tube Co-amoxiclav 625mg, Exp. 2027 And Beyond -600- 61. Bot Cocoa Butter 10g, Exp. 2027 And Beyond -1- 62. Tube Canker Sore Relief 1.5ml Bottle, Exp 2027 And Beyond -1- 63. Box Prophy Paste, Exp. 2027 And Beyond -10- 64. Pc Tranexamic Acid, Exp. 2027 And Beyond -400- 65. Box Topical Anesthesia 43 Grams, Pump Type Dispenser To Eliminate Cross Contamination, Exp. 2027 And Beyond -1- 66. Pc Topical Anesthesia Spray 10% Lidocaine (10mg/dose) 50ml, Exp. 2027 And Beyond -2- Lot 4 (laboratory Supplies) – Abc: ₱ 4,875.00 67. Box Urine Strips 10u Exp. 2027 And Beyond -1- 68. Pack Pregnancy Test Kit, Urine Test, 20 Test Cards/pack Accuracy Of > 99%, Read In 1 To 3 Mins Exp. 2027 And Beyond -1- 69. Box Microscope Slides Clear Glass, Ground Edges- Superfrost -1- 70. Pc Specimen Bottle, Sterile, Disposable Wide - Mouthed With Cover -30- --first Quarter Medical, Dental Medicines And Supplies For Medical Dental Services Office Brand And Model: Delivery Period: Warranty: Price Validity: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above: The Above Quoted Prices Are Vat-inclusive. ______________________________ Signature Over Printed Name ______________________________ Tel. No./cellphone No. E-mail Address Date: _________________________

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Software and IT Solutions
United States
Closing Date30 Apr 2025
Tender AmountRefer Documents 
Details: National Aeronautics And Space Administration (nasa)/george C. Marshall Space Flight Center (msfc) Is Hereby Soliciting Information From Potential Sources For Development Of A Cost Effective Technology Demonstration Mission Spacecraft Bus. Nasa/msfc Is Seeking Capability Statements From All Interested Domestic Parties. Any Non-u.s. Organization Dependency Must Be Addressed In The Domestic Party’s Response To This Ssn. the Subject Spacecraft Bus Is Required To Enable A Technology Demonstration Mission. The Goal Of This Mission Is To Operate Multiple Technologies, Integrated Together In Several Systems, To Collect Integrated System Performance Data. The Anticipated Launch Date For This Project Is 2030 - 2032. The Mission Duration Is Anticipated To Be 8 Months With A Potential Of Up To 12 Months. Concept Studies Are Currently Under Development By The Nasa Team. this Ssn Seeks Information From Interested Sources Through Source Responses To The Anticipated Requirements Noted Below. Nasa Envisions Conducting A Bus Acquisition Where The Selected Source Will 1) Serve As The Principal Investigator’s (pi’s) Prime Contractor; 2) Finalize Spacecraft Bus Requirements Based On Nasa Contract Requirements; 3) Develop And Deliver A Complete Spacecraft Design, Hardware, Software, And Ground Support Equipment; 4) Support Technology Demonstration System Integration With The Spacecraft Bus; And 5) Provide Mission Operations Systems And Support. information Obtained Through This Ssn Will Be Used By Nasa To Evaluate Available Spacecraft Capabilities And Interfaces For Potential Use In The Subject Mission. spacecraft Key Characteristics: 1. Launch In 2030 – 2032; Launch Windows Will Be Selected To Avoid Eclipses During The 8-month Mission. 2. Launch Provider To Be Identified. 3. Orbit: 500 Km Sun-synchronous Orbit With 97.4 Degree Inclination. 4. Sustain A Minimum Mission Duration Of 8 Months With A Possible Extension Up To 4 Months (12 Months Total). 5. Carry A Payload Mass Of Approximately 1000 Kg. Conceptually, The Payload Total Height Is 5m With A Base Diameter Of 2.5m. The Payload Profile Tapers Off To A 1m Diameter Dome Shaped Top. 6. Provide Solar Arrays For Power Generation With Batteries For Payload Experiments And Propulsive Maneuvers. 7. Provide Tt&c Services. 8. Provide Approximately 6 Tbits Of Onboard Data Storage. 9. Provide The Science Payload’s Downlink Communications: downlink Science Data To Ground Station (6 To 10 Mbps, ~ 4 To 8 Contracts Per Day; ~8-10 Min Contact Duration). 10. Provide Electric Power To The Payload Of Up To 2000 W (peak) For Durations Up To 35 Mins. 11. Provide Guidance, Navigation, And Control Services. 12. Accommodate Thermal Control Of The Payload. It Is Desired That The Spacecraft Bus Be As Thermally Isolated As Possible From The Payload. 13. Provide Spacecraft Pointing Accuracy Of At Least 5 Degrees Rss. 14.provide Spacecraft Attitude Knowledge (sensor Accuracy) Of < 100 Arcseconds. 15. Provide Spacecraft Position Accuracy Of At Least 15 M. 16. Meet A Risk Of Casualty Limit No Higher Than 1:10,000 For An Uncontrolled De-orbit Within 25 Years Of Mission End. this Notice Seeks Information To Assist In Evaluating Current Manufacturing Capabilities, Feasibility, And Schedule For Delivering A Cost-effective Spacecraft For A Technology Demonstration Mission As Described Above. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. interested Sources Having The Required Capabilities Necessary To Meet The Above Requirement Described Herein Should Submit A Capability Statement In The Form Of A Pdf Document Of No More Than Twenty (20) Pages Using 12-pt Font Indicating The Ability To Perform All Aspects Of The Effort Described Above. The Respondent’s Capability Package Shall Address The Following: name Of Submitter And Contact Information (institutional Affiliation, Phone Number, Email Address) statement Of Capabilities And Qualifications That Address The Respondent’s Ability To Provide A Spacecraft Which Meets Those Specified Above discussion Of Experience In Mission Formulation And Engineering Trade Studies Which Have Guided Or Altered Initial Mission, Payload, Or Spacecraft Bus Requirements discussion Of Experience In Launch Site Integration At Candidate Launch Sites Such As Cape Canaveral Or Vandenberg Air Force Base discussion Of Past Experience In Developing Proposals To Nasa Or Other U.s. Government Entities discussion Of Experience Delivering Similar Spacecraft To Nasa Or Other Space Flight Missions description Of The Projected Spacecraft Flight Heritage notional Description Of Projected Spacecraft Mass, Volume, Power Specifications, Data Rate, And Deployment Requirements And Specifications notional Description Of Projected Spacecraft Payload Accommodation Specifications notional Cost And Schedule For Delivery Of Projected Spacecraft please Address The Following Questions In Your Response: please Provide A Detailed Description Of The Design Approach And Capabilities Of Your Recommended Core Spacecraft. Including Options (if Any) And Describe The Major Modifications To The Spacecraft Needed For This Mission. please Provide A Rough Order Of Magnitude (rom) For Both Price & Schedule By Government Fiscal Year And Funding Profile. Please Include Spacecraft Bus Development And Test, Payload Integration And Environmental Test, Shipment To The Launch Site, Launch Site Operations, Launch, And On-orbit Checkout In Your Rom. please Describe Key Technical, Schedule, And Price Drivers. Identify Options For Mitigating These Drivers Including Technical Trades. can You Provide A Bus User's Guide Or A Bus-to-payload Interface Control Document? Do You Have A Bus Model You Can Provide For Our Integration Efforts? If Not, Can The Structural And Thermal Properties Of The Bus Interface Be Provided? one Concept Is To Use A Single Rigid Panel Solar Array Wing (~ 11m X 1.5m) That Also Serves As A Gravitational Gradient Boom. Please Compare This Approach To Your Recommended Approach And Address Any Major Technical Or Cost Difference (e.g., Vendor Approach Uses Additional Propulsion Components For Stabilization). what Command & Data Handling Interfaces Do You Offer (i.e. Lvsd, Rs422, Spacewire)? does Your Bus Command Stack Support The End-to-end Requirement To Meet The Federal Information Processing Standard (fips) 140, Security Requirements For Cryptographic Modules, Level 1? what Voltages Can The Eps Provide To The Payload? Does The Vendor Implement Any Space Power Standards, Such As The Sae As5698 Rev. A? What Electrical Standards Are Followed At The System And Box Level? are The Bus Qualification Environments Available To Review That Shows Your Bus Is Compatible With Launch Vehicles? please Provide A List Of Recommended Separation Systems Available With Your Proposed Solution. does Your Bus Structure Support Cryogenic Quick-disconnect Fill/vent Lines That Contain Liquid/gaseous Cryogenic Fluid (e.g., Oxygen, Hydrogen) To The Payload? can The Bus Accommodate The Bending Moment Applied By The Payload In A Horizontal Configuration Prior To Launch? (e.g., For Falcon 9 Integration) this Requirement Is Not Commercial In Nature As Defined In Far 2.101, Definitions. all Responses Shall Be Submitted Electronically Via Email To Kathy Cooper Via Email At Kathy.cooper@nasa.gov And R. Jeremy Kenny At Robert.j.kenny@nasa.gov No Later Than 30 April 2025; 2:00 P.m. Cdt. Please Reference “development Of Technology Mission Spacecraft Bus” In Any Response. The Body Of The Email Message Should Identify And Provide The Name, Institutional Or Organizational Affiliation, Address, Telephone Number And Email Address Of The Primary Point-of-contact For The Response. Other Key Institutions, Companies And Individuals Collaborating On This Ssn Response Should Also Be Identified With Primary Point-of-contact Information. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. it Is Not Nasa’s Intent To Publicly Disclose Proprietary Information Obtained Through This Sources Sought Notice (ssn). To The Full Extent That It Is Protected Pursuant To The Freedom Of Information Act And Other Laws And Regulations, Information Identified By A Respondent As “proprietary Or Confidential” Will Be Kept Confidential. material Suitable For Full And Open Distribution Is Requested And Submittals Shall Be Considered Approved By The Providing Organization To Be Suitable For Full And Open Distribution. Respondents Should Not Submit Proprietary Information, Export-controlled Information (including Ear And Itar Restricted Information), Nor Confidential Information In Response To This Notice Unless Such Information Is Clearly Segregated And Marked As Proprietary Or Confidential.

Province Of Ifugao Tender

Healthcare and Medicine
Philippines
Closing Date22 May 2025
Tender AmountPHP 342.6 K (USD 6 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 2420 Date: May 15, 2025 Office: Mayoyao Dh Rfq No.: Bac Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Medical Supplies , In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before May 22, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2025 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2025 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2024 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2024 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 3 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Adhesive Plaster-micropore, Surgical Tape (hypoallergic); 1x10yd, 2.5cmx9.1m, X 12s Box 100 - 2 Gauze, Surgical, White 36x100 Yrds,2 Ply, 48x24 Mesh Roll 15 - 3 Lubricating Jelly, 150g Tube, Terile Tube 30 - 4 Oxygen Gauge With High Pressure Valve & Flow Meter, Heavy Duty Pc 10 - 5 Syringe, 1ml, 25g X 5/8" Disposable, Tuberculin, Luer Slip With Superior Needle X 100's Box 25 - 6 Syringe, 3ml, With Needle G23, Disposable, X 100's Box 150 - 7 Syringe, 5ml, With Needle G23, Disposable, X 100's Box 150 - 8 Examination Gloves, Sterile, 6.5"x 50's Box 50 - 9 Examination Gloves, Sterile, 7" X 50's Box 30 - **** Nothing Follows **** - Bidder's Grand Total: - Grand Total: 342,625.00 - Purpose: Pfor Mayoyao District Hospital Use. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Signature Over Printed Name Canvasser Position/designation Date Page 2 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As Separate Contract Per Item. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 3
5561-5570 of 5723 archived Tenders