Paint Tenders

Paint Tenders

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation Number 70z04025qty023 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01, Dated Nov 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310. nsn 2815-01-458-8747 cylinder Head 251 Plus Oem: Fairbanks Morse Defense Pn: 22200243 Qty: 29 Ea substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Fairbanks Morse Defense And/or Their Authorized Distributor Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Cylinder Head 251 Plus shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Units During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn: 2815-01-458-8747 item Name: Cylinder Head 251 Plus p/n: 22200243 shipping Weight: Xxxx Lbs (including Crate) government Contract No.: 70z080xxxxxxxxxxx (per Contract). words: Coast Guard Sflc Material Condition A, 1 Ea. delivery: delivery Is Required No Later Oct 04, 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88a 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than Jan 06, 2025, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing Toyvette.r.johnson@uscg.mil No Later Than Jan 06, 2025. Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil

Department Of Agriculture Tender

Machinery and Tools
Corrigendum : Closing Date Modified
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 7.1 Million (USD 122.6 K)
Details: Description Section I. Invitation To Bid Da8-goods-2025-21 (pr No. Bt-24- Goods-nupap-57204-0001) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Nupap-2025 Current Fund Intends To Apply The Sum Of Seven Million One Hundred Eighty Thousand Seven Hundred Fifty Pesos Only (p7,180,750.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “supply And Delivery Of Farm Supplies & Garden Tools”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Undertakes The Bidding Of This Procurement Project As “short-of-award.” Hence, The Notice Of Award To The Winning Bidder Shall Be Issued After Enactment By The Congress Of The General Appropriation Act (gaa) For 2025. 3. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Thirty (30) Calendar Days From Receipt Of Ntp. Bidders Should Have Completed, Within Two (2) 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. Qty Uom Item Description Unit Cost Total Cost Supply And Delivery Of Other Farm Supplies And Garden Tools Lot 1: 3,918,050.00 941 Pcs Bolo, ( Length: 8 Inches X Width: 2.5 Inches Long Wooden Handle) Fabricated, Made Of Leaf Spring) 350 329,350.00 87 Pcs Culture Net Or Trellising Net , 7 Inches X 7 Inches Grid X Length =100 Meters X Width =2.4 Meter 2,500.00 217,500.00 230 Pcs Garden Hoe (head - 230 X 175 Millimeter, 1.36 Kilogram In Forged Steel, With Varnished Hard Wood Handle Length 110-120 Centimeter) 400 92,000.00 790 Pcs Hand Trowel, Metal; Length = 12 Inches, Width = 3 Inches; Painted 250 197,500.00 225 Pcs Pickmattock (4l Pounds, Blade Edge And Pick Made Of Durable Forged Steel, Hard Wood Handle) 500 112,500.00 795 Pcs Pruning Shears, Total Length = 7 1/2 Inches High Carbon Steel Blades, Stainless Steel Spring, Locking Feature 500 397,500.00 1688 Pcs Seedling Tray (105 Holes) Made Of Plastic Material 100 168,800.00 225 Pcs Shovel: Material-carbon Steel; Handle-wooden; Shovel Head, Length: 12 Inches X Width 13 Inches 924 207,900.00 190 Pcs Spade With D-handle (total Length = 48 Inches, Blade Length = 8 Inches; Steel Handle, High Impact D-grip, Heavy Duty 400 76,000.00 225 Pcs Spading Fork (42 Inches Long, Steel Handle, With 4 Forged Steel Tines With 10 Inches Long And 7 Inches Wide, 4-5 Pounds Weight) 392 88,200.00 600 Set Stackable Plastic Pot With 1 Platter; 5 Trays/layers 12x12x7 Inches Dimensions; 1,200.00 720,000.00 146 Roll Uv Film, 200 Microns, Length = 50 Meters, Width = 8 Feet 6,000.00 876,000.00 76 Roll Garden Hose With Nozzle, Length = 50 Meters, 1/2 Inches Diameter 2,800.00 212,800.00 555 Pcs Plastic Water Sprinkler (8 Liters Capacity) 400 222,000.00 Lot 2: 965,400.00 201 Pcs Plastic Crates With The Following Size: 27.4 Inches X 15 Inches X15.7 Inches, Food Grade, Perforated, Full Grip Handle: 850 170,850.00 36 Pcs Hdpe Plastic Drum With Cover And Faucet, Open Top, 200 Li Capacity, Preferably Blue 3,500.00 126,000.00 1273 Pcs Hdpe Plastic Pots, 30 Centimeter Top Diameter., 2 Millimeter Thickness 150 190,950.00 724 Pcs Rake (14 Inches Straight, Heavy Duty With 48 Inches Steel Handle Length) 400 289,600.00 47 Pcs Plastic Mulch, Black, 1.20 Meters X 0.03 Millimeter X 400 Meters 4,000.00 188,000.00 Lot 3: 1,263,000.00 300 Box Hydroponics Box With Plastic Net Cups 1,330.00 399,000.00 A. Length:23.60 Inches.; Width: 15.75 Inches.; Height:4.5 Inches. B. 15 Holes Snap-lock Cover C. Preferably Blue Color D. Plastic Net Cups Diameter 3.5 Inches.; Height 3.25 Inches 144 Bed Mapal Bed 6,000.00 864,000.00 A. Length: 3000 Millimeter; Width:1000 Millimeter; Height:160 Millimeter B. Thickness: 0.75 Millimeter Black Hdpe C. Welded With Accessories With Drain Hole Lot 4: 1,034,300.00 189 Roll Polynet (fine Mesh Net) 3,700.00 699,300.00 A. Mesh Size: 24 Mesh B. Length = 8 Meter, Width = 12 Feet, Color: White 246 Pcs Pressure Sprayer (8 Liters Capacity; Pump Hand Pressure Operation) 500 123,000.00 225 Pcs Sharp Bolo, Blade Material: Molye/pure Leaf Spring; Handle Materials: Wooden With Ring; Total Length:19-20 Inches; Blade Length: 13-14 Inches; Blade Width: 2.5-3 Inches 600 135,000.00 11 Roll Fine Net (black Shading Net), 54 Mesh Or 80% Shading, 1.2 Meters X 100 Meters 7,000.00 77,000.00 Terms And Conditions: A. During The Opening Of Bids, Bidder/s Shall: 1. Submit Duly Notarized Affidavit Of Stock Sufficiency; 2. Bidder/s May Indicate The Brand That They Offered; B. Winning Bidder/s Shall: 1. Deliver New Items To Abuyog Experiment Station, Leyte. 2. Deliver The Items 30 Calendar Days Upon Receipt Of Ntp. 3. Inform The Gss Section And End User One (1) Week Before The Delivery Schedule; 4. Present Samples Of All The Garden Tools, Before Delivery. 5. Deliver The Items As Specified In The Contract Agreement; 6. Assemble All Necessary Items During The Delivery To The Drop Off Point. C. Any Delay Of Delivery Of The Item Shall Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of The Undelivered Items; D. Payment Shall Be Made After Complete Delivery, Inspection, Acceptance And Submission Of All Necessary Documents Required For The Processing Of The Payment. E. Winning Bidder Shall Submit A Snapshot Of A Business Of A Business Bank Account (preferably Landbank) To Effect Payment. 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. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 5. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 24, 2024 To January 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee, Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Lot/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 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 7. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On January 07, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 21, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On January 21, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 11. The Department Of Agriculture-rfo 8 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. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 13. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee

BARANGAY CANRAMOS Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 138.9 K (USD 2.3 K)
Details: Description Description I. Project Billboard Ii. Occupational Safety & Health Program Iii. Clearing & Grubbing Iv. Structure Excavation V. Formworks Vi. Reinforced Concrete Vii. Painting Works Viii. Solar Led Streetlight 1. Barangay Canramos, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project: Installation Of Solar Streetlights (3 Units) 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than January 22, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On January 22, 2025. 5. Barangay Canramos, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Canramos, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Fred C. Nirza Brgy. Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i.prescribed Forms)including The Required Enclosed Attachments.all Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items.bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items .bid/tenders Shall Be Written In Words As Well As In Figures,the Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof,the Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents ,including Annexes Shall Be Signed In Ink .the Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents ,specifications,special Provisions If Any ,and The Form Of Contract,and Fully Informs Himself As To Quality Of Materials.the Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenderscfor Any Expense Or Loss That May Occur In The Preparation Of Their Proposals,nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To,and Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash,certified Check,cashiers Check,managers Check,bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Canramos, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond.bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing ,except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned . Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form ,shall Be Submitted In Two (2) Sealed Envelop Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders ,and Must Be Addressed To; The Bac Chairman,bids And Awards Committee(bac)and Or,type Bac Chairman, Barangay Canramos Tanauan, Leyte .the Bidders Shall Marked The Two Envelopes;do Not Open(date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st”shall Contain The Following;1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule ;4.manpower Requirements;5.after Sales Service/parts;if Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p149,974.31);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Og Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-aand Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope,which Should Be Marked’’2nd ‘’shall Contain The Following;1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form;2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid ,but Shall Send Another Bid Equally Sealed,properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac;in This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant,either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself,acts,rules And Regulations Of The Republic Of The Philippines,including Any Or All Local Ordinances Or Rules Or Regulations,which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders.the Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules,and Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay”s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On January 22, 2025 At Exactly 02:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Brgy. Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted.award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Brgy. Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information;or (c) Such Other Compelling Grounds As Determinedcduring Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By Thr Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By; Hon. Fred C. Nirza Brgy. Chairman

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 64.5 Million (USD 1.1 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00127 (re-advertisement) : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao 1. The Dpwh Regional Office Ii, Through The 2024 Ps-dbm Revolving Fund Intends To Apply The Sum Of ₱64,525,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00127: Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao Contract Id No. : 24b00127 Location : Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Brief Project Description : Ps-dbm Building, Generator Set With Generator Set House And Concrete Pavement, Building = 23.0 X 33.8 Meters Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer • Provision Of Furniture /fixtures Equipment & Appliances For The Field Office Of The Engineer Other General Requirements • Permits And Clearances • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Additional Geotechnical Investigation Earthworks • Trees (furnishing And Transplanting) • Clearing And Grubbing • Removal Of Trees • Structure Excavation • Embankment (from Structure Excavation And Borrow) • Gravel Fill Subbase And Base Preparation • Aggregate Subbase Course Surface Courses • Pccp, 0.15m Thick, 14-day Concrete Plain And Reinforced Concrete Works • Structural Concrete, (3000 & 4000) Psi, Class A, 28 Days • Lean Concrete • Reinforcing Steel Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Ceiling, Metal Frame, Gypsum Board • Aluminum Metal Cladding • Modular Partition • Louver Window • Flush Door • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning, Fixed) Type • Frames (jambs, Sills, Head, Transoms And Mullions) • Doors, (flush, Wood Panel) • Roll-up Doors • Waterproofing, Liquid • Built-up And Preformed Membrane • Canopy Drain With Strainer • Unglazed Tiles • Cement (floor, Plaster) Finish • Stucco Finish • Painting Works, (masonry/concrete, Steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel), (100 & 150) Mm • Louver Block • Metal Structure Accessories • Metal Railing (steel) • Sanitary/plumbing Fixtures • Cold Water Lines • Sewer Line Works • Storm Drainage And Downspout Electrical Works • Rigid Steel Conduit • Rigid Polyvinyl Chloride Pipes (pvc/upvc) • Boxes/wire Gutter • Fittings And Accessories • Electric Wire • Single Pole Wall Switch On One Switch Plate • Duplex (2 Single Pole Wall Switches On One Switch Plate) • Triplex (3 Single Pole Wall Switches On One Switch Plate) • Three-way Switch • Single Convenience Outlet/receptacle, Grounding Type (gt) • Duplex Convenience Outlets/receptacles (gt) • Pop-up Type/floor Duplex Convenience Outlet/receptacle (gt) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Pad Mounted Distribution Transformer (oisc) With Complete Accessories • Generator (single Or Three Phase - Standby) • Lighting Fixtures Electronic Works • Network Cabling • Cctv System • Network Video Recorder • Lcd, Led Monitor • Door Access And Card Reader System • Public Address System • System Management Amplifier • Remote Microphone • Ceiling Speaker • Wall Mount Speaker • Wires/cables • Fire Alarm System • Smoke Detector With Base • Heat Detector With Base • Fire Alarm Control Panel • Manual Pull Station Switch • Back-up Battery Pack Mechanical Works • Ventilating Equipment • Exhaust Fan (ceiling Cassette, Wall Mounted, Wall Mounted, Industrial Type) • Booster Pump With Control • Water Tank (stainless) • Fire Department Connections For Wet And Dry Type System • Air Conditioning System (vrf/vrv) • Service Elevator Approved Budget For The Contract (abc) : ₱64,525,000.00 Contract Duration : 243 Calendar Days Inclusive Of 16 Unworkable/rainy Days, 47 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025

National Dairy Authority Tender

Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 731.5 K (USD 12.4 K)
Details: Description Esteban Mayo St., Brgy. 6, Lipa City, Batangas Tel. No.: (043) 724-5876 Email: Sldmail@nda.da.gov.ph Website: Http://nda.da.gov.ph Nda-qf-admin-02 Rev.8 Effective 09/09/24 : Page 1 Of 5 Date Prep. : 1/24/2025 2:26 Pm Traceability Code Our Quality Management System Is Certified According To Iso 9001 Republic Of The Philippines Department Of Agriculture National Dairy Authority Regional Dairy Farmers Livelihood Center Southern Luzon Request For Quotation (rfq) Date: January 24, 2025 Rfq No.: Svp 25-004 Company/business Name:1 Address: Business/mayor’s Permit No.:2 Tin: Philgeps Registration Number (required): The National Dairy Authority, Through Its Bids And Awards Committee (bac), Intends To Procure Provision Of Security Services For The Nda Rdflc-sl Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Deadline On January 28, 2025 5:00 Pm. Along With Your Quotation, Please Provide All Legal Documents As Required In The Appropriate Ticked Box: ☐ For Sec 50. Direct Contracting A. Mayor’s/business Permit B. Philgeps Reg. Number C. Income/business Tax Return (for Abc Above Php500k) D. Bir Form 2303 (certificate Of Registration) ☐ For Section 52.1 (b) Shopping A. Mayor’s/business Permit B. Philgeps Reg. Number C. Bir Form 2303 (certificate Of Registration) ☐ For Section 53.2 Emergency Cases A. Mayor’s/business Permit B. Pcab License (for Infra Only) C. Nfcc (for Infra Only) (for Abc Above Php500k) D. Income/business Tax Return (for Abc Above Php500k) 1 In Case Of Discrepancy On The Business Name As Reflected On This Rfq And As Reflected In The Business Permit, The Latter Shall Prevail. 2 For Methods Of Procurement Requiring Mayor’s Permit And Philgeps Registration Number, Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. Nda-qf-admin-02 Rev.8 Effective 09/09/24 Page Page 2 Of 5 Date Prep. 1/24/2025 2:26 Pm E. Omnibus Sworn Statement (for Abc Above Php500k) F. Bir Form 2303 (certificate Of Registration) ☐ For Section 53.6 Scientific, Scholarly Or Artistic Work, Exclusive Technology And Media Services3 A. Mayor’s/business Permit B. Professional License/curriculum Vitae (consulting Services)4 C. Philgeps Reg. Number D. Income/business Tax Return (for Abc Above Php500k) E. Bir Form 2303 (certificate Of Registration) ☐ For Section 53.7 - Highly Technical Consultant A. Mayor’s/business Permit B. Professional License/curriculum Vitae (consulting Services)5 C. Philgeps Reg. Number ☒ For Section 53.9 - Small Value Procurement A. Mayor’s/business Permit B. Professional License/curriculum Vitae (consulting Services)6 C. Philgeps Reg. Number D. Pcab License ( For Infra) E. Income/business Tax Return (for Abc Above Php500k) F. Bir Form 2303 (certificate Of Registration) G. Omnibus Sworn Statement 7 (for Abc Above Php50k) ☐ For Section 53.10 - Lease Of Real Property Or Venue A. Mayor’s/business Permit (except For Government Agencies As Lessors) B. Philgeps Reg. Number (except For Government Agencies As Lessors) C. Income And Business Tax Return (except For Government Agencies As Lessors) *notarized Omnibus Sworn Statement (gppb-prescribed Form) Shall Be Submitted Upon Receipt Of The Notice Of Lowest Calculated/highest Rated Quotation (lcq/hrq). You May Send It: • Electronically Thru The Email Address: Sldbacsec@nda.da.gov.ph; Or • Hard Copy To: Nda Southern Luzon Department National Dairy Authority E. Mayo St. Brgy 6, Lipa City, Batangas For Any Clarification, You May Contact Us At Telephone No. (043) 724-5876 Or Email Address At Sldbacsec@nda.da.gov.ph. Jomark B. Masongsong Bac Secretariat 3 Requirements Under Section 53.6 Of The Irr Of Ra No. 9184 Will Not Apply To Artists Such As Singer, Performer, Poet, Writer, Painter And Sculptor Who Are Not Engaged In Business 4 For Individuals Engaged Under Sec. 53.6, 53.7 And 53.9 Of The Irr Of Ra No. 9184, Only The Bir Certificate Of Registration Shall Be Submitted In Lieu Of Dti Registration And Mayor’s Permit. 5 For Individuals Engaged Under Sec. 53.6, 53.7 And 53.9 Of The Irr Of Ra No. 9184, Only The Bir Certificate Of Registration Shall Be Submitted In Lieu Of Dti Registration And Mayor’s Permit. 6 For Individuals Engaged Under Sec. 53.6, 53.7 And 53.9 Of The Irr Of Ra No. 9184, Only The Bir Certificate Of Registration Shall Be Submitted In Lieu Of Dti Registration And Mayor’s Permit. 7 Only The Winning Supplier Will Be Required To Submit A Notarized Oss Within Five Calendar Days Upon Receipt Of The Notice Of Lcrq/scrq/hrq And Notice Of Award. Nda-qf-admin-02 Rev.8 Effective 09/09/24 Page Page 3 Of 5 Date Prep. 1/24/2025 2:26 Pm Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1) Do Not Alter The Contents Of This Form In Any Way. (2) The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Are Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. (3) All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4) Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Automatically Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Nda Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Nda. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 10. 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 Nda Nda-qf-admin-02 Rev.8 Effective 09/09/24 Page Page 4 Of 5 Date Prep. 1/24/2025 2:26 Pm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 11. Nda Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Procurement Process Or Reject All Proposals At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidders/suppliers. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 12. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. One Project Having Several Items Grouped Into Several Lots, Which Shall Be Awarded As Separate Contracts Per Lot One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Technical Specifications 1. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Field Blank. Indicate “0” Or “-” If It’s Free Of Charge. 2. For Item/s With Offer, Please State “comply” In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Otherwise, State “no Offer”. Lot Description Total Quantity Unit Cost (vat Inclusive) Total Cost (vat Inclusive) Bidder’s Statement Of Compliance 1 Provision Of Security Services Quantity: 2 Pax Period: February-december 2025 Terms Of Preference: (please See Attached Terms Of Reference On Bid Supplement) 1 731,500.00 731,500.00 Nda-qf-admin-02 Rev.8 Effective 09/09/24 Page Page 5 Of 5 Date Prep. 1/24/2025 2:26 Pm Financial Offer: Terms Of Payment: Payment Shall Be Made Through Cheque, Within Thirty (30) Days After Submission Of Billing And User Acceptance Of The Product. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Field Blank. Indicate “0” Or “-” If It’s Free Of Charge. Total Approved Budget For The Contract: Php 731,500.00 Quantity (a) Total Offered Quotation Lot 1 Provision Of Security Services Quantity: 2 Pax Period: February-december 2025 Terms Of Preference: (please See Attached Terms Of Reference On Bid Supplement) In Words________________________________________________________________________________________________________ In Figures: Php_______________________ Signature Over Printed Name Position/designation Office Telephone Number Mobile Number Email Address/es

Department Of Education Division Of Sultan Kudarat Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 4.2 Million (USD 72.1 K)
Details: Description Invitation To Bid Project No.: (25-01-01) Procurement Of Tvl Tools - Cookery (6 Schools) 1. The Department Of Education (deped) Division Of Sultan Kudarat, Through The Cy 2024 Government Appropriations Act (gaa), Intends To Apply The Sum Of Four Million Two Hundred Seventeen Thousand Eight Hundred Ninety-five Pesos (p4,217,895.00), Being The Approved Budget For The Contract (abc), To Eligible Payments Under The Contract For Procurement Of Tvl Tools - Cookery (6 Schools) Under Republic Act 11975 –fy 2024 Gaa. Bids Received That Exceed The Abc Shall Be Rejected At Bid Opening. Lot 1 Stock/ Property No. Unit Item Name Design Specification Quantity Unit Cost Total Cost 1 Pc Apple Corer Type: Apple Corer Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe (must Be Branded) 24 1,264.00 30,336.00 2 Pc Bain Marie, Table Type: Bain Marie Table (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Must Be Branded Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v (must Be Branded) 12 44,303.00 531,636.00 3 Pc Blender, Electric Type: Blender Machine Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades (must Be Branded) 6 5,600.00 33,600.00 4 Pc Board, Chopping/ Cutting, Plastic Type: Cutting Board Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Must Be Branded Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe / Must Be Branded 96 1,408.00 135,168.00 5 Pc Boiler, Double Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) Must Be Branded 6 5,120.00 30,720.00 6 Pc Braising Pan, Medium Type: Braising Pan Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 48 10,800.00 518,400.00 7 Pc Can Opener Type: Can Opener Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs (must Be Branded) 6 1,278.00 7,668.00 8 Pc Cart, Utility Type: Utility Cart Body Shape: Rectangular Material: Plastic, Polypropylene(pp) Dimension: (l X W X H) 84 Cm X 43 Cm X 95 Cm (minimum) Capacity: 330 Lbs (150 Kg) Loads (minimum) Three (3) Shelving With At Least 25 Cm Distance Between Shelves Tub Shelf Measure (l X W X D) 84 Cm X 43 Cm X 7 Cm (minimum) With Four (4) Swivel Caster, 10 Cm Diameter, Two Which Have Locking Brakes Preferably With A Packing Case Easy Grip Handles On Each End Of Cart (must Be Branded) 6 5,280.00 31,680.00 9 Pc Casserole, Medium Type: Casserole Pot Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case )must Be Branded) 24 4,000.00 96,000.00 10 Pc Casserole, Small Type: Casserole Pot Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 72 2,400.00 172,800.00 11 Pc Colander, Medium Type: Colander, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm (must Be Branded) 12 400.00 4,800.00 12 Pc Colander, Small Type: Colander (small) Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe (must Be Branded) 48 240.00 11,520.00 13 Set Cup, Measuring (for Solid) Type: Measuring Cup Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe 48 192.00 9,216.00 14 Pc Dispenser, Paper Towel Type Paper Towel Dispenser Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box 24 1,248.00 29,952.00 15 Pc Fan, Electric Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, (must Be Branded) 6 4,480.00 26,880.00 16 Pc Fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 6 1,760.50 10,563.00 17 Pc Fish Poacher, Medium Type: Fish Poacher Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm (must Be Branded) 6 6,400.00 38,400.00 18 Pc Fork, Carving Type: Carving Fork Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case (must Be Branded) 18 2,080.00 37,440.00 19 Pc Fork, Kitchen Type: Kitchen Fork Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End 48 64.00 3,072.00 20 Pc Frying Pan, Large Type: Frying Pan (large) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 20 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f (must Be Branded) 12 4,000.00 48,000.00 21 Pc Frying Pan, Medium Type: Frying Pan (medium) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferablywith A Packing Case (must Be Branded) 48 1,920.00 92,160.00 22 Pc Frying Pan, Small Type: Frying Pan (small) Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f. The Item Must Have Good Quality 24 1,280.00 30,720.00 23 Pc Funnel, S/s, Medium Type:stainless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe. The Item Must Have Good Quality 24 192.00 4,608.00 24 Pc Funnel, S/s, Small Type: Stanless Steel Funnel Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe. The Item Must Have Good Quality 24 128.00 3,072.00 25 Pc Garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: Diameter-26 Cm X Height-47 Cm (minimum) Capacity: 4 Gallons (minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With A Packing Case Color: Any Color 24 160.00 3,840.00 26 Pc Glass Rack Type: Glass Rack Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case. The Item Must Have Good Quality 72 400.00 28,800.00 27 Pc Knife, Boning Type: Flexible Boning Knife Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe. The Item Must Have Good Quality 12 912.00 10,944.00 28 Pc Knife, Chef Type: Chef's Knife Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum). The Item Must Have Good Quality 60 400.00 24,000.00 29 Pc Knife, Cleaver Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets.the Item Must Have Good Quality 24 640.00 15,360.00 30 Pc Knife, Oyster Type: Oyster Knife Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum). The Item Must Have Good Quality 24 288.00 6,912.00 31 Pc Light, Emergency Emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector. The Item Must Have Good Quality 6 1,440.00 8,640.00 32 Pc Meat Slicer, Small Type: Meat Slicer Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v ( Must Be Branded) 6 2,080.00 12,480.00 33 Pc Pan, Roasting Type: Roasting Pan Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack.. The Item Must Have Good Quality 24 840.00 20,160.00 34 Pc Peeler, Y-type Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum). The Item Must Have Good Quality 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case 48 240.00 11,520.00 35 Set Pepper And Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case 48 560.00 26,880.00 36 Pc Piping Bag Type : Piping Bag Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) 48 110.00 5,280.00 37 Pc Plate Rack Type: Plate Rack Body Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum)..the Item Must Have Good Quality 72 1,280.00 92,160.00 38 Pc Preparation Table With Sink Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) (must Be Branded) 30 19,200.00 576,000.00 39 Pc Pressure Cooker Type: Pressure Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring. The Item Must Have Good Quality 6 960.00 5,760.00 40 Pc Scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) 48 65.00 3,120.00 41 Pc Scooper, Ice Cream Type: Ice Cream Scooper Body Shape: Round Material: Stainless Steel Scoop: Diameter- 5 Cm X Deep-2.5 Cm (minimum) Handle Length: 10 To 12 Cm 12 400.00 4,800.00 42 Pc Siever, Small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case 48 112.00 5,376.00 43 Pc Skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case 48 112.00 5,376.00 44 Pc Skimmer, Spider Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe 48 320.00 15,360.00 45 Pc Soup Cup Rack Type: Soup Cup Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments 72 560.00 40,320.00 46 Pc Soup Ladle, 3 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded 12 192.00 2,304.00 47 Pc Soup Ladle, 6 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 48 240.00 11,520.00 48 Pc Soup Ladle, 8 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case 18 270.00 4,860.00 49 Pc Soup Ladle,12 Oz Type: Soup Ladle Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 48 400.00 19,200.00 50 Pc Spatula Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 192.00 9,216.00 51 Pc Spoon, Kitchen Type: Kitchen Spoon Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded. 48 64.00 3,072.00 52 Pc Spoon, Kitchen (slotted) Type: Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type With Slot At Least 6 Rectangular Slots Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe 48 432.00 20,736.00 53 Set Spoon, Measuring Type: Measuring Spoon Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 48 128.00 6,144.00 54 Pc Spoon, Parisienne Type: Parisiennes Spoon Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop 48 368.00 17,664.00 55 Pc Spoon, Serving Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 144 98.00 14,112.00 56 Pc Spoon, Wooden Type: Wooden Spoon Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges 48 121.00 5,808.00 57 Pc Stock Pot, Large Type: Stock Pot, Large Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) Capacity: 20 Quarts (22.7 Liters) Oven Safe To 350⁰f And Dishwasher Safe. With Aluminum Disc Layer In Bottom For Even Heat (5 Mm Aluminum. The Item Must Have Good Quality 12 1,808.00 21,696.00 58 Pc Strainer Chinois, Medium Type: Strainer Chinois, Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 18 4,800.00 86,400.00 59 Pc Strainer Chinois, Small Strainer Chinois, Small Body Shape: Conical Material: Stainless Steel Strainer Diameter: 14 Cm (minimum) Strainer Depth: 13 Cm (minimum) Handle Length: 15 Cm (minimum) With 1 Mm (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded 18 4,000.00 72,000.00 60 Pc Strainer Medium, Fine Type: Strainer, Medium Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) Fine Mesh Strainer’s Two Layers Of Tightly Woven Mesh Catches Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 320.00 15,360.00 61 Pc Strainer Small, Fine Type: Strainer, Small Fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) Fine Mesh Handle Has Provision For Hanging Preferably With A Packing Case Dishwasher Safe Must Be Branded. 48 280.00 13,440.00 62 Pc Table, Working Type: Working Table, Stainless Steel Body Shape: Rectangular Material: 304 Stainless Steel, 1.29 Mm Thick (gauge 16) Minimum Length: 1220 Mm (minimum) Width: 700 Mm (minimum) Height: 850 Mm (minimum) Tubular Stainless Steel Legs, 38mm (minimum) With 4 Adjustable Bullet Feet Fully Welded Construction Thickness:gauge 16 (1.29 Mm Thick) Minimum Stainless Steel Table Top With Stainless Steel Undershelf Distance Between Table Top And Undershelf Is 650 Mm (minimum) Preferably With A Packing Case Or Crate No Sharp Edges And Rough Surfaces Must Be Branded. 12 24,000.00 288,000.00 63 Pc Tenderizer, Medium Type: Tenderizer Body Shape: Ergonomic Material: Cast Aluminum Overall Length: 26 Cm (minimum) Dual-sided Hammer, Square Head: 6 Cm X 6 Cm (minimum) Ridged Surface With Rows Of Dull, Pyramid-shaped Spikes Weight: 250 Grams To 500 Grams Preferably With A Packing Case Dishwasher Safe Must Be Branded 48 288.00 13,824.00 64 Pc Thermometer, Pocket /pin Type: Pocket/pen Thermometer Body Shape: Tubular Pen Style Digital Thermometer Product Size: 100 Mm X 40 Mm X 14 Mm (minimum) Display Size: 40 Mm X 20 Mm (minimum) Prove Length: 200 Mm (minimum) Measuring Range: -50 °c To 300 °c (-58 ⁰f To 372 ⁰f) Resolution: 0.1 °c / 0.2 °f 18 240.00 4,320.00 65 Pc Tong, 12 Inches Type: Tong , 12 Inches Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 48 210.00 10,080.00 66 Pc Tong, 8 Inches Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe 60 128.00 7,680.00 67 Pc Tray, Baking, Small Type: Baking Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) Body Thickness: 0.7- 1.0 Mm Preferably With Packing Case Dishwasher Safe Must Be Branded. 48 176.00 8,448.00 68 Pc Tray, Utility Type: Utility Tray Body Shape: Rectangular Material: Stainless Steel Dimension: Length- 48 Cm X Width-32 Cm X Height-2.5 Cm (minimum) Reinforced Edges Finish: Polished Preferably With A Packing Case Washable And Oven Safe 72 128.00 9,216.00 69 Pc Tube, Pastry Type: Pastry Tubes Body Shape: Tube In Different Shape Of Nozzles Material: Stainless Steel Set Contain: 24 Different Shapes Of Nozzles (minimum) Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Stars, Leaves And Other Designs. Must Be Branded 48 5,520.00 264,960.00 70 Pc Turner 3" X 6" Type: Slotted Turner, 3" X 6" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded 48 2,880.00 138,240.00 71 Pc Weighing Scale, 1 Kg, Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) 24 1,600.00 38,400.00 72 Pc Weighing Scale, 5 Kilograms, Mechanical Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded 18 2,400.00 43,200.00 73 Pc Wire Skimmer, Small Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded. 54 318.00 17,172.00 74 Pc Wire Whisk, Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 12 368.00 4,416.00 75 Pc Wire Whisk, Medium Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 60 304.00 18,240.00 76 Pc Wire Whisk, Small Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 54 304.00 16,416.00 77 Pc Wok, Medium Type: Wok, Medium Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 12 5,601.00 67,212.00 78 Pc Wok, Small Type: Wok, Small Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 24 2,080.00 49,920.00 79 Pc Zester Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded. 48 690.00 33,120.00 Certified Allotment Available: Total 4,217,895.00 2. Deped-division Of Sultan Kudarat, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Above-mentioned Procurement Project. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships/partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interests Or Outstanding Capital Stocks Belonging To Citizens Of The Philippines. 5. A Complete Set Of Bidding Documents May Be Acquired Or Purchased At Deped-division Of Sultan Kudarat Bac Secretariat, Located At National Hi-way Brgy, Kenram, Isulan, Sultan Kudarat Upon Accomplishing A Bidder’s Information Sheet And Payment In Cash Of A Non-refundable Fee By Interested Bidders In The Amount Of Five Thousand Pesos (php5,000.00) Per Lot To The Division Cashier. Only Bidders Who Purchased The Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). It May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.net, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped- Division Of Sultan Kudarat Will Be Having The Following Procurement-related Activities. Activity Date & Time Venue Issuance Of Bidding Documents January 15–february 04, 2025 Division Office, National High-way,brgy Kenram, Isulan, Sul. Kudarat Pre-bid Conference January 23, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat Submission And Opening Of Bids February 04, 2025 (10:00 Am) Division Kalimudan Hall, Brgy. Kenram, Isulan Sultan Kudarat 7. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.net, For Them To Be Included In The Document Request List Of The Project. 8. Bids Must Be Delivered To The Address And On The Date And Time Stated Herein. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of The Bid Security. 9. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Opening Of Bids At The Address Stated Herein. Late Bids Shall Not Be Accepted. 10. Deped Division Of Sultan Kudarat Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s), Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Melvin P. Fortuna Chairperson, Bac Secretariat Department Of Education

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: Amendment 0004: amendment 0004 Is Issued To Extend The Sf 330 Submission Date Regarding N0016425r1025. amendment 0003: amendment 0003 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025. amendment 0002: amendment 0002 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025. amendment 0001: amendment 0001 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025. original Posting: n0016425r1025 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Naval Surface Warfare Center Crane Division (nswc Crane) Facilities Projects At Naval Support Activitys Crane (nsa Crane), Crane, Indiana And Lake Glendora Test Facility (lgtf), Sullivan In. description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download. related Notices: N0016422snb83, N0016424snb55, N0016424r1025, N0016424snc12, N0016425snb08 background: the Naval Surface Warfare Center Crane Division (nswc Crane) Requires A-e Services In Support Of Various Projects At Nsa Crane And Lgtf. This Procurement Will Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6. The Idiq Contract Will Be For A Five-year Ordering Period. This Is A Five-year Contract, With No Option Years. The Maximum Value For The Contract Term, Including All Awards, Shall Not Exceed $12,000,000. There Will Be No Minimum Dollar Limit Per Order And The Maximum Dollar Limit Per Order Will Be $5m In Compliance With The $9m Fy24 Ndaa Prescription. The Guaranteed Minimum For The Contract Ordering Period Is $5,000 And Will Be Satisfied By Simultaneous Award Of The Initial Task Order With The Basic Contract. Firm‐fixed Price Task Orders Will Be Negotiated At The Task Order Level. In Accordance With Dfars Subpart 236.6, The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed Ten (10) Percent Of The Estimated Construction Cost Of The Public Work Or Construction, Excluding Fees. there Will Be No Minimum Dollar Limits Per Task Order. The Estimated Award Date Is October 2025. this Proposed Contract Is Anticipated To Be A Full And Open Procurement. The North American Industry Classification System (naics) Code Is 541330, Engineering Services, And The Small Business Size Standard Is $25,500,000. The Product And Services Code (psc) Is C219 Architect And Engineering- General: Structural Engineering. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria Included Herein. comprehensive A‐e Services Are Required For The New Construction, Repair, Replacement, Demolition, Alteration, And/or Improvement Of Facility Projects. Projects May Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work Required To Support New Work; New Construction; Parking Areas; Foundations; Retaining Walls; Failure Investigation Including Destructive And Non‐destructive Testing; Seismic Evaluation And Design; Progressive Collapse Analysis; Blast Resistant Design; Structural Engineering Investigations; Utility Systems Including sanitary And Storm; Water Systems; Electrical Power Systems, Storm Water Management; Surveying; Pavement Design; And Civil Engineering Studies. the Selected Offeror Will Be Solely Responsible For The Designs Produced On The Resulting Task Order Contracts And Will Be Recorded As The Designer Of Record. The Successful Offeror Shall Also Be Accountable And Responsible For Contributions To Design-build Rfp Preparation And All Other Requirement Submittals To The Government. in Accordance With Far 36.604 And The Supplements Thereto, And Upon Final Acceptance Or Termination, All Task Orders Above $35,000 Will Receive A Performance Evaluation. A Performance Evaluation May Be Prepared For Lesser Task Orders And Interim Performance Evaluations May Be Prepared At Any Time. Performance Evaluations Will Be Maintained For Use In Future Source Selections For Architect-engineer Services. performance Location(s): crane, Indiana sullivan, Indiana requirements: for Complete Details On This Requirement See Attachment 1, “statement Of Work (sow).” Specific Types Of A‐e Services That May Be Required Under This Contract Include: facility Planning And Project Development: Services May Include Work Such As The Following: Prepare Master Plans, Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects. development Of Design‐bid‐build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements. Electronic Document Delivery Details Will Be Specified At The Order Level. Electronic Delivery Shall Include Both .pdf And .dwg Formats. development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements. Electronic Document Delivery Details Will Be Specified At The Order Level. Electronic Delivery Shall Be Include Both .pdf And .dwg Formats. preparation Of Cost Estimates Using Unit Guidance, Parametric Methodologies, And Detailed Cost Estimating: Services May Include Preparing Cost Estimates To Include Rough Order Of Magnitude Through Construction Working Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents, As Called Out In The Task Order. development Of Alternatives And Economic Analysis: Service May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects. condition Assessment: Services May Include Performing Studies Of Existing Buildings And/or Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions. field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e., Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project. surveying And Mapping: Services May Include Surveying And/or Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions. preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions. incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And/or New Construction Projects To Support Sustainable Design Solutions And/or Leadership In Energy And Environmental Design (leed) Certification. consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements. energy Computations: Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And/or Local Energy Requirements. geotechnical Investigations: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions. obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And/or Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation/construction Work. environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility/infrastructure Projects And Providing Consultation(s)/collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions. review Of Construction Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials/products Comply With Design Drawings And/or Specifications. field Consultation And Inspection During Construction: Services May Include Responding To Contractor Requests For Information (rfis) During Construction In Order To Address Design Questions That May Arise During Construction/renovation Projects. commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications. operation And Maintenance Support Information (omsi): Services May Include Providing The Government With O&m Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction. Electronic Document Delivery Details Shall Be Included With Each Order. Electronic Delivery Shall Include Both .pdf And .dwg Formats. as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction/renovation Projects. Electronic Document Delivery Details Shall Be Included With Each Order. Electronic Delivery Shall Include Both .pdf And .dwg Formats functional Analysis Concept Development (facd)/design Charrette/other Design And Construction Related Workshops And Meetings: Contractor Shall Attend Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s). Contractor Shall Provide Meeting Minutes (cdrl A005). document Deliverable Requirements: cdrl did Number did Title did Description/scope deliverable Schedule a001 di-misc-80508b technical Report - Study/services studies And Specifications at Milestone/ Asreq a002 di-fncl-81116 Not 2 manhour Estimate, Technical Cost Proposals manpower And Cost Estimate To Implement The Statement Of Work (sow) at Milestone a003 di-mgmt-80061a Not 2 engineering And Technical Services Accomplishment Report production Report weekly a004 di-misc-81274 Not 2 environmental Permits outlines Submittal Procedures To Be Applied To All Permits asreq a005 di-admn-81250c meeting Minutes meeting Minutes 2 Days After Meeting a006 di-mgmt-81597 personnel Resumes contractor’s Personnel Roster With Relevant Qualifications And Certifications post Award Kickoff a007 di-mgmt-80507 project Planning Chart schedule post Award Kick Off a008 di-admn-81249c meeting Agenda meeting Agenda 1 Day Before Meeting a009 di-facr-82278 installation Design Package designs And Drawings asreq other Special Considerations: as Defined By Paragraph 1‐5 Of United Facilities Criteria (ufc) 3‐ 600‐01, Fire Protection Engineering For Facilities, This Contract Requires The Services Of A Licensed Fire Protection Engineer Or Consultant. asbestos And/or Lead‐based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material During Removals/demolition Or At Utility Points Of Connections. Work On And Around Waterfront Structures, Including Under Deck And Underwater, And Work In Confined Spaces May Be Required On This Contract. A‐e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Poly‐chlorinated Biphenyls (pcbs), And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces. all Engineering And Design Services Shall Comply With The Most Current Edition Of Facilities Criteria (fc) 1‐300‐09n Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide (wbdg) Web Site (www.wbdg.org). The Selected A-e Contractor Shall Have Online Access To Web‐based Support Programs Capable Of Creating Auto-cad Documents For Government Review, And Email Via The Internet For Routine Exchange Of Correspondence. The Selected A-e Contractor Shall Submit And Maintain An A‐e Accident Prevention Plan (app) In Accordance With U.s. Army Corp Of Engineers (usace) Em 385‐1‐1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In‐field Action. Key Personnel, Including Consultants, Must Be U.s. Citizens. a‐e Firms Are Advised That The Selected Firm, Its Subsidiaries Or Affiliates, And Its Consultants Which Design, Prepare, Or Provide Engineering Services In Support Of Construction Contract Documents Cannot Provide Construction Services For The Same Contract. This Includes Concept Design, Preparation Of Project Programming Documents (dd Form 1391), Facility Siting Studies, Environmental Assessments, Geotechnical Services, Engineering Studies And Services, Design‐build Request For Proposals (rfps), Or Other Activities That Result In Identification Of Project Scope And Cost. The Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest, Including H-209-h003, Required Disclosure Of Organizational Conflict Of Interest (navsea) (nov 2022). The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term. in Accordance With Far 19.702, Each Solicitation Of Offers To Perform A Contract That Is Expected To Exceed $750,000 ($1.5 Million For Construction) And That Has Subcontracting Possibilities, Shall Require The Apparently Successful Offeror To Submit An Acceptable Small Business Subcontracting Plan. If The Apparently Successful Offeror Fails To Negotiate A Subcontracting Plan Acceptable To The Contracting Officer Within The Time Limit Prescribed By The Contracting Officer, The Offeror Will Be Ineligible For Award. submission Requirements: submission Requirements - Sf 330 Part I typed, 12 Point Times New Roman, Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages criterion criterion Title criterion Requirements criterion 1 specialized Experience sf 330, Part I, Section F - Minimum Of Three (3) And Maximum Of Five (5) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years criterion 2 professional Qualifications And Technical Competence sf 330, Part I, Section E – Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G. criterion 3 past Performance submit A Completed Cpars/acass/ppq Evaluation For Each Project Under Criterion 1 criterion 4 quality Control describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. criterion 5 program Management And Capacity 1. Provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Include Small Business Participation Specifics. 2. Describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. 3. Describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets. criterion 6 knowledge Of General Geographic Area 1. Indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. 2. Provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract. 3. Provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. criterion 7 volume Of Work firms Shall Not Submit Data For This Factor. a‐e Firms Desiring To Be Considered For This Contract Shall Submit A Completed Sf 330 Package By Dod Safe To The Contracting Officer And The Contract Specialist. The Sf 330 Shall Be Typed, 12 Point Times New Roman. Part I Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages (the 100 Page Limit Does Not Include The First Eight (8) Instructional Pages Of The Sf 330, Individual Subcontracting Reports (isrs), The Small Business Subcontracting Plan Or Certificates/licenses, Nor Does The Page Limit Include Cover Sheets Or Dividers, Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Synopsis Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. Introductions Shall Be Included In Sections E And F. A-e Firm Submissions Shall Include Its Unique Entity Identifier (uei), Commercial And Government Entity (cage), And Taxpayer Identification Number (tin) Numbers In Block 30 Of The Sf 330. submissions To This Proposal Announcement Must Be Submitted Electronically Through Dod Safe. No Paper Copies, Email, Cd-roms Or Facsimile Submissions Will Be Accepted. Electronic Proposal Submission Is Required Through The Army’s Electronic File Sharing Service, Dod Safe (https://safe.apps.mil). The Dod Safe Application Is Used To Send Large Files To Individuals That Would Normally Be Too Large To Send Via Email. There Are No User Accounts For Dod Safe. Authentication Is Handled Via Email. anyone Has Access To Dod Safe And The Application Is Available For Use By Anyone. The Dod Safe “getting Started Guide” Has Information On How To Utilize The System (https://safe.apps.mil/about.php). Instructions For Uploading Are As Follows: send An Email To The Contracting Officer And Contract Specialist To Receive The Link To Drop Off Your Proposal. This Will Need To Be Completed Five (5) Business Days Prior To The Proposal Due Date. contract Specialist, Aaron Hohl, Aaron.m.hohl.civ@us.navy.mil contracting Officer, Jared Myers, Jared.s.myers3.civ@us.navy.mil . you Will Receive An Email With The Link To Submit Your Drop Off. The Link Will Be Provided No Later Than Two (2) Business Days Prior To The Proposal Due Date. short Note To The Recipients: Click The Add Files Or Drag And Drop Your Files. For File Description, Enter N0016425r1025-firmname. click Upload Button To Send Documents. guest Users Will Need To Check Their Email To Verify Their Email Address Before The Recipients Will Be Notified. (government-issued Common Access Cards (cacs) Are Not Required). file Size Limitations: Offerors Are Advised To Follow The Dod Safe Instruction For Uploading Files. Dod Safe Supports Delivery Up To 8gb. If Needed, Offerors Are Advised To Break The Files Down To Smaller Sections In Order To Upload It To The System. In Such Cases, Please Divide The Sections As Logically As Possible And Be Sure To Clearly Name The Files As Specified Below. file Naming Convention: To Ensure Your Submission Is Received And Processed Appropriately, It Is Important That Interested Parties Carefully Ensure Their Electronic Files Adhere To The Following Naming Convention: xxx- Firmname- Volume I xxx- Firmname- Volume Ii each File Name Shall Begin With The Solicitation Number Followed By The Firm’s Name And A Brief File Description. Please See Examples Above. file Organization: Although Hard Copies Are Not Accepted, Each File Shall Be Clearly Indexed, And Logically Assembled. Font Size Shall Be 12 Or Larger. Pages Shall Be Letter Sized (larger Page Sizes (such As 11x17 Foldouts, Etc.) Will Be Counted As One Page. Proposals Shall Be In Narrative Format, Organized, And Titled So That Each Section Of The Proposal Follows The Order And Format Of The Criterion. Information Presented Should Be Organized So As To Pertain To Only The Evaluation Factor In The Section That The Information Is Presented. Information Pertaining To More Than One Evaluation Factor Should Be Repeated In Each Section For Each Factor. upload Completion And Deadline: Interested Offerors Shall Submit Proposals No Later Than The Date And Time Specified In This Synopsis. The Time And Date Of The Proposal Receipt Will Be Upload Completion/delivery Time And Date Recorded Within Dod Safe Site. Do Not Assume That Electronic Submission Will Occur Instantaneously. Large Files (e.g. 10mb Or More) Will Take Some Time To Upload. Offerors Should Time Their Upload Effort With Prudence By Not Waiting Until The Last Few Minutes- This Will Allow For Unexpected Delays In The Transmittal Process. Offerors Are Encouraged To Keep A Copy Of The Upload Confirmation For Their Record. Submissions After The Deadline Will Be Considered Late And Will Be Processed In Accordance With Far 15.208. electronic Files: Files Shall Be In Their Native Format (i.e .,.docx, .xlsx, .ppt, Etc.), Or If In .pdf Format, Shall Be In Searchable Text. Text And Graphics Portfolios Of The Electronic Copies Shall Be In A Format Readable By Microsoft Office Or Adobe Applications. Data Submitted In A Spreadsheet Format Shall Be Readable By Ms Excel (all Cells And Formulars Shall Be Unlocked). all Contractors Are Advised That Registration In System For Award Management (sam) Database Is Required Prior To Award Of A Contract. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site: Https://www.sam.gov. the Technical Data Package May Contain Information That Is Export Controlled. Only Those Companies That Have Completed Dd Form 2345 And Are Certified Under The Joint Certification Program (jcp) In An Active Status Are Authorized To Receive Export Controlled Information. Only Jcp Certified Firms Will Be Eligible For Any Future Award Made Related To This Effort. Additional Information About Jcp Is Available At Https://www.dla.mil/hq/logisticsoperations/services/jcp/. offerors Shall Restrict The Disclosure Or Use Of Its Proposal, (and) A Proper Legend Must Be Included On Materials Provided. Individual Subcontractor/vendor Proprietary Information May Be Submitted Separately. In Addition, If Proposal Volumes Include Technical Requirements That Have Been Identified As Cui, The Markings Shall Apply To The Technical Information Included In The Technical Volume. offeror Shall Mark Proposal Documents As Cui In Accordance With Nist Sp 800-171. Possible Categories For Use Include But Are Not Limited To The Following: cui Category: General Proprietary Business Information https://www.archives.gov/cui/registry/category-detail/proprietary-business-info.html#authority-list banner Marking For Specified Authorities: Cui//sp-propin banner Marking For Basic Authorities: Cui category Description: material And Information Relating To, Or Associated With, A Company's Products, Business, Or Activities, Including But Not Limited To Financial Information; Data Or Statements; Trade Secrets; Product Research And Development; Existing And Future Product Designs And Performance Specifications. *at A Minimum Technical Proposals Shall Safeguard In Accordance With Markings And Distributions Statements On All Technical Documents Within The Solicitation (sow, Specification, Drawings, Etc.). cui Category: Controlled Technical Information* https://www.archives.gov/cui/registry/category-detail/controlled-technical-info.html#authority-list banner Marking: Cui//sp-cti category Description: controlled Technical Information Means Technical Information With Military Or Space Application That Is Subject To Controls On The Access, Use, Reproduction, Modification, Performance, Display, Release, Disclosure, Or Dissemination. Controlled Technical Information Is To Be Marked With One Of The Distribution Statements B Through F, In Accordance With Department Of Defense Instruction 5230.24, "distribution Statements Of Technical Documents." The Term Does Not Include Information That Is Lawfully Publicly Available Without Restrictions. "technical Information" Means Technical Data Or Computer Software, As Those Terms Are Defined In Defense Federal Acquisition Regulation Supplement Clause 252.227-7013, "rights In Technical Data - Noncommercial Items" (48 Cfr 252.227-7013). Examples Of Technical Information Include Research And Engineering Data, Engineering Drawings, And Associated Lists, Specifications, Standards, Process Sheets, Manuals, Technical Reports, Technical Orders, Catalog-item Identifications, Data Sets, Studies And Analyses And Related Information, And Computer Software Executable Code And Source Code. category Marking: cti *at A Minimum Technical Proposals Shall Safeguard In Accordance With Markings And Distributions Statements On All Technical Documents Within The Solicitation (sow, Specification, Drawings, Etc.). cui Category: General Procurement And Acquisition https://www.archives.gov/cui/registry/category-detail/procurement-acquisition.html#authority-list banner Marking: Cui//sp-procure category Description: material And Information Relating To, Or Associated With, The Acquisition And Procurement Of Goods And Services, Including But Not Limited To, Cost Or Pricing Data, Contract Information, Indirect Costs And Direct Labor Rates. category Marking: procure cui Category: Source Selection https://www.archives.gov/cui/registry/category-detail/source-selection banner Marking For Specified Authorities: Cui//sp-ssel banner Marking For Basic Authorities: Cui category Description: per Far 2.101: Any Of The Following Information That Is Prepared For Use By An Agency For The Purpose Of Evaluating A Bid Or Proposal To Enter Into An Agency Procurement Contract, If That Information Has Not Been Previously Made Available To The Public Or Disclosed Publicly: (items 1-10). category Marking: ssel each Volume Submitted Shall Be Properly Marked With At A Minimum Ssel As Follows: a Cover Page Including The “cui” Marking In The Header And Footer As Required, As Well As The Requiredcui Designator Block If The Volume Contains Cui. This Designator Block Shall Be Included At The Bottom Right Portion Of The Cover Page And Read As Follows: controlled By: Department Of The Navy controlled By: Nswc Crane Code 02 cui Category: Propin/cti/procure/ssel distribution/dissemination Control: Fedcon poc: Nswccr 0253 Branch Head all Subsequent Pages Of The Document Shall Include The “cui” Marking In The Header And Footer. If Other Information Is Included In The Header Or Footer, The "cui" Marking Shall Be Centered On Its Own Line Within The Header And Footer. in Accordance With The Federal Acquisition Regulations (far) 36.601-4(b), The A-e Firm Must Be A Professional A-e Firm Permitted By Law To Practice The Professions Of Architecture Or Engineering In The State Of Indiana. This Requirement Can Be Achieved By Providing The Firm’s Indiana Secretary Of State Registration, And Currently Employing At Least Two (2) State Of Indiana Registered A-e Professionals. A-e Firms Shall Provide Proof That The Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering In Indiana (e.g., Indiana Secretary Of State Registration And Employee’s State Of Indiana Professional Engineering License With Stamp Or State Of Indiana Registered Architect License With Stamp). Failure To Submit The Required Proof Will Result In A Firm’s Elimination From Consideration. all Businesses Intending To Conduct Business In Indiana, Except Sole Proprietors And General Partnerships, Must Register With The Indiana Secretary Of State. If A Business Needs To Be Registered, Please Do So At Www.inbiz.in.gov. jv Offerors Must Ensure That Both Entities Are Either State Registered Individually In Accordance With The Information Above, Or State Registered As A Jv In Accordance With The Information Above. only Those Companies That Have Completed Dd Form 2345 And Are Certified Under The Joint Certification Program (jcp) In An Active Status Are Authorized To Receive Export-controlled Information. Only Jcp Certified Firms Will Be Eligible For Any Future Award Made Related To This Effort. please Provide A-e Professional Licensure Proof Within Sf 330, Part I, Section E. Please Provide Secretary Of State Registration Information Within Sf 330, Part I, Section H. please Provide Jcp Registration Specifics Within Sf 330, Part I, Section E. Include Jcp Certification Number, Jcp Status, And Jcp Expiration Date. If Currently Working To Acquire Jcp Certification, You May Provide A Brief Explanation Of Your Firm’s Progress Towards Certification. However, Only Actively Jcp Certified Firms Will Be Eligible For Award. Jcp Active Status Will Be Confirmed Via Https://www.public.dacs.dla.mil/jcp/ext/ On The Day Of Proposal Submission. firms Must Also Acknowledge All Amendments To The Solicitation Within Their Proposal. A Statement Of Amendment Acknowledgement Within Sf 330, Part I, Section H Will Suffice. Please Address Individual Amendments Along With Corresponding Date Of Issuance On Sam.gov With Your Proposal. A Signed Copy Of The Amendments Is Not Required. if An Sf 254/sf 255 Is Submitted For This Request, It Will Not Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number). interested Firms Shall Submit Proposals To Both The Contract Specialist And The Contracting Officer Via Dod Safe. sf 330 Submissions Are Due No Later Than 9 January 2025 At 12:00 Pm (est). Late Responses Will Be Handled In Accordance With Federal Acquisition Regulations (far) 52.215‐1. The Points Of Contact For This Acquisition Are Contract Specialist, Aaron Hohl, At Aaron.m.hohl.civ@us.navy.mil And Jared Myers, Contracting Officer, At Jared.s.myers3.civ@us.navy.mil. inquiries Concerning This Procurement Should Reference The Solicitation Number (n0016425r1025) And Title And Be Forwarded Via Email To The Points Of Contact Identified Above. Questions Pertaining To This Requirement Are Due No Later Than Fourteen (14) Days After Posting Of This Requirement In Sam.gov. list Of Attachments: statement Of Work (sow) cdrls past Performance Questionnaire (ppq) key Personnel Criteria dd 254 selection Criteria: firms Responding To This Special Notice Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. failure To Comply With Instructions Or Provide Complete Information May Affect The Firm’s Evaluation Or Disqualify The Firm From Further Consideration. Evaluation Criteria (1) Through (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include: specialized Experience professional Qualifications And Technical Competence past Performance quality Control program Management And Capacity knowledge Of General Geographic Area volume Of Work (no Data Submission Required) criterion 1 —specialized Experience (sf 330, Part I, Section F): firms Will Be Evaluated On Specialized Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In: infrastructure/facility Design Utilizing The Following Criteria, Including, But Not Limited To, Unified Facilities Criteria (ufcs) And Military Standard (milstd); conducting On‐site Design Development Workshops, Charrettes, Functional Analysis, Schematic Design, Or Space Programming, Including Supporting Budgetary Or Parametric Cost Estimating; demonstrated Ability To Design To Project Budget And Schedule; experience Preparing Design‐bid‐build; experience Preparing Design‐build Rfp Packages; And designing Projects In Accordance With Dod, Navy, Or Other Government Agencies’ Criteria. use Of Specsintact For Package Generation And Submittal To The Government specialized Design Experience To Include Antiterrorism Force Protection (atfp), Seismic Design And Analysis, And Design Of Secure Spaces firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following: demonstrated Experience On Military Bases Within The Primary Geographic Area Of The Contract. experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements Above. experience On Multiple Facility Types, Such As Business, Educational, Industrial, Assembly, Health Care, Residential, Storage, Laboratory, And Mixed-use Occupancies, Identified In The Requirements Above. demonstrated Experience Using Rsmeans-based (or Equal) Electronic Cost Estimating Software. demonstrated Experience Designing Modifications To Existing Structures And Developing Construction Phasing While Associated Facilities Are Required To Remain In Service. demonstrated Experience Specific To Navy Facility Projects, Illustrating The Capability Of The A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Consultants) To Work Within The Navy Project Planning Process Including: dd Form 1391 Development In The Navy’s Electronic Procurement Generator (epg), dd Form 1391 Validation Procedures Including Cost Validation. demonstrated Understanding Of Procedures And Timely Submission Of Base Access Documents In Adherence With Security, Safety, Environmental, And Accident Prevention Regulations In Order To Support A‐e Activities And Maintain Project Schedules. experience Of A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Sub‐ Consultants) With Facilities Located In Historic Areas That Will Require Consultation With State Historic Preservation Officer (shpo) Throughout The Design Process. criterion 1 Submission Requirements: provide Up To A Minimum Of Three (3) And Maximum Of Five (5) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Is Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted. all Projects Provided In The Sf 330 Must Be Completed By The Actual Office/branch/regional Office/ Individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Uei And Cage Along With Each Firm Name In The Sf 330 Part I, Section F, Block 25, “firm Name.” Include A Contract Number Or Project Identification Number In Block 21. Include An E‐mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. For Projects Performed As A Sub-contractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Sub-contractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Firm Will Be Eliminated From Award Consideration. note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Must Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For Both Partners Combined. Each Partner Within A Jv May Not Be Responsible For More Than Three (3) Projects Within The Past Performance Submission. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion. projects Shall Be Submitted On The Sf 330 At Part I, Section F And Shall Be Completed Projects. Projects Not Completed Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand‐alone Contract Award. Do Not Submit An Idiq Base Contract As An Example Project. Instead, List Relevant Task Orders Or Stand‐ Alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. all Information For Criterion 1 Shall Be Submitted In The Sf 330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Part I, Section F In The Evaluation Of Criterion 1. criterion 2—professional Qualifications And Technical Competence (sf 330, Part I, Sections E & G): films Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf 330, Part I, Section G. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Specific Disciplines That Must Be Included In Key Personnel Are: project Manager, Registered Architect Or Professional Engineer, 10 Years quality Control Specialist, Architect Or Professional Engineer, 15 Years architect, Senior, Registered Architect, 15 Years architect, Junior, Registered Architect, 10 Years civil Engineer, Senior, Registered Professional Engineer, 15 Years civil Engineer, Junior, Registered Professional Engineer, 10 Years structural Engineer, Senior, Registered Professional Engineer, 15 Years structural Engineer, Junior, Registered Professional Engineer, 10 Years mechanical Engineer, Senior, Registered Professional Engineer, 15 Years mechanical Engineer, Junior, Registered Professional Engineer, 10 Years electrical Engineer, Senior, Registered Professional Engineer, 15 Years electrical Engineer, Junior, Registered Professional Engineer, 10 Years registered Communication Distribution Design (rcdd), 15 Years fire Protection Engineer, Registered Professional Engineer, 15 Years cost Estimator, Certified Cost Professional Or Equivalent, 15 Years key Personnel, Including Consultants, Shall Be U.s. Citizens. submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications. See Key Personnel Attachment For Specific Qualification Criteria. If An Offeror Is Unable To Meet Key Personnel Requirement List In Its Entirety, The Government Still Urges A Response For Consideration Which Illustrates The Firm’s Maximum Personnel Capabilities. If Certain Key Personnel Roles Cannot Be Fulfilled, Please Indicate Those Role Vacancies Individually With A Course Of Action For Fulfillment. criteria 2 Submission Requirements: sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three (3) Single-sided Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines To Include Document/licensure Numbers; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G. The Firm Must Hold A Current And Active License In The State Of Indiana As Well As Currently Employ At Least Two (2) State Of Indiana Registered A-e Professionals. offeror Will Not Be Permitted To Simultaneously Fulfill Multiple Roles With An Individual On The Same Project. The Individuals Identified As Key Personnel On The Sf330 May Not Have Multiple Duties Or Be “dual-hatted.” Offerors Shall Provide Individual Resumes In Sf330 Section E For Each Of The Individuals Listed Above. criterion 3—past Performance (sf 330, Part I, Section H): firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. evaluating Past Performance And Experience Will Include Information Provided In The Contract performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) Or A Completed Past Performance Questionnaire (ppq) For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. criteria 3 Submission Requirements: submit A Completed Cpars/acass/ppq Evaluation For Each Project Under Criterion 1. firms May Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1—specialized Experience. Firms May Also Address Any Adverse Past Performance Issues. Information For Each Past Performance Submission Shall Not Exceed Five Single‐sided Pages In Total. offeror Shall Submit One (1) Past Performance Questionnaire Provided As An Attachment To This Synopsis To Each Of Its Customer Pocs Identified In Criterion 1 For Referenced Projects With No Cpars/acass Available. In Order To Expedite The Assessment Process, The Offeror May Complete The “contract Information” Portion Of The Past Performance Questionnaire For The Convenience Of The Customer Poc. A Ppq Submission Is Not Required For Criterion 1 Projects Accompanied By A Cpars/acass. However, A Ppq Submission For Every Criterion 1 Project, Including Those With A Cpars/acass Evaluation On Record, Would Assist The Government In Evaluation Accuracy And Is Encouraged. the Offeror Shall Not, However, Complete Any Other Section Of The Past Performance Questionnaire. The Questionnaire Shall Be Provided To The Customer Poc With Instructions To Complete And Submit It Directly To The Contracting Officer And/or The Point Of Contact Identified In This Announcement On Or Before The Proposal Due Date. Electronic Submission Via Encrypted E-mail By The Customer Is Required. under No Circumstances Shall The Questionnaires Be Returned To The Offerors After Completion. Any Information Provided By The Offeror’s References Is Subject To Verification/validation By The Government During The Evaluation Process. The Government May Make Contact And Follow Up With The Listed References Identified On The Contractor Past Performance Data Documents/data. The Offeror May Provide Information On Problems Encountered On The Identified Contracts As Well As The Offeror’s Corrective Actions. The Government Reserves The Right To Solicit Feedback Beyond What Is Identified In The Questionnaire. awards, Letters Of Commendation, Certificates Of Appreciation, Etc., Shall Not Be Submitted And Will Not Be Considered In The Evaluation. criterion 4—quality Control Program (sf 330, Part I, Section H): firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract And Means Of Ensuring Quality Services From Their Consultants/subcontractors. criteria 4 Submission Requirements: describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall: describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services. provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components. identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities. describe How The Firm’s Quality Control Program Extends To Management Of Sub-contractors. explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. criterion 5—program Management And Capacity (sf 330, Part I, Section H): firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time. criteria 5 Submission Requirements: provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff, Sub- Contractors And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets. include Small Business Subcontracting Plan Specifics Which Detail Level Of Participation Of Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business And Veteran Owned Small Business Team Members. attach A Small Business Subcontracting Plan Which Estimates The Proposed Extent Of Participation Of Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business And Veteran Owned Small Business Team Members In The Contract Team. Clearly Specify Each Small Business Firm That Is A Team Member, Their Small Business Category, And Their Proposed Level Of Participation Measured As A Percentage Of The Overall Estimated Effort. The Small Business Subcontracting Plan Draft Will Not Count Against The Total Page Count Limitation For The Firm’s Response. The Small Business Subcontracting Plan Should Be Included As An Attachment To The Sf 330 Response. Small Business Subcontracting Plan Specifics May Be Referenced Within The Sf 330 Response, But The Subcontracting Plan Should Also Be Attached In Its Entirety. criterion 6— Knowledge Of General Geographic Area (sf 330, Part I, Section H) firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Surface Warfare Center Crane Division, Crane, In). criteria 6 Submission Requirements: indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract. provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably. criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker) in The Event Of A Tie Among Equally Rated Firms, Those Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602‐1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve (12) Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A‐e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A‐e Contracts. criterion 7 Submission Requirements: firms Shall Not Submit Data For This Factor.

Department Of Education Division Of Tangub City Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 3.9 Million (USD 68 K)
Details: Description 1. The Department Of Education – Division Of Tangub City, Through The General Appropriations Act 2024 Intends To Apply The Sum Of Three Million Nine Hundred Seventy-eight Thousand One Hundred Six Pesos (php 3,978,106.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Second Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools With Identification Number Tvl - 2025 – Rx – Tangub City – 030.a. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Quantity Unit Item Description Abc Lot 1. Lorenzo Tan National High School (caregiving Nc Ii)- Php 400,403.00 5 Piece Airpot 1.type: Water Heater 2. Outer Material: Hard Plastic, (pp) Polypropylene, Heat Resistant 3.cavity Material: Stainless Steel 4. Capacity: 2.5 Liters 5.voltage: 220/240/volts 6.ac 50/60 Hz. Power In Watts: 500 To 800 Watts 7.comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide 8. The Item Must Be Branded And Good Quality. 10 Piece Apron 1.type: Bib Apron 2. Material: Polyester-cotton Fabric 3.length: 20 To 40 Inches (minimum) 4. With 2 To 3 Bottom Pockets; 5.color: Any 6.the Item Must Be Of Good Quality 2 Piece Bath Tub, Baby 1. Material: Hard/sturdy Plastic, (pp) Polypropylene 2. Color: Any 3.dimension: (l X W X H) 670 To 700 Mm X 400 To 420 Mm X 160 To 190 Mm (minimum) 4. Thickness: 3 Mm To 6 Mm (minimum) 5.color: The Item Must Be Of Good Quality 10 Piece Baby Blanket 1. Type: Blanket 2. Material: 100% Cotton 3.color: White 4. Dimension: (l Xw) 38 To 42 Inches X 28 To 32 Inches (minimum) 5. Washable 6. The Item Must Be Of Good Quality 20 Piece Basin (small) 1.material: Hard Plastic, (pp) Polypropylene 2. Color: Any 3.dimension: 280 - 320 Mm Diameter X 80 - 120 Mm Higher (mimimum) 4. Thickness: 2 Mm To 4 Mm (minimum) 5. The Item Must Be Of Good Quality 20 Piece Bath-towel, Towellete 1. Type: Bath Towel 2. Material: 100% Cotton 3.color: White 4. Dimension: ( L X W ) 120 - 125 Cm X 60 - 65 Cm (minimum) 5.washable 6.the Item Must Be Of Good Quality 5 Piece Bedpan 1.material: Hard Plastic, (ps) Polystyrene 2. Color: Any Color 3.dimension: ( L X W X H) 22 - 26 Cm X 27 - 32 Cm X 7 - 12 Cm (minimum) Approximate 4. Capacity: 1 Liter (minimum) 5.thickness: 2 To 5 Mm 6.saddle-shaped And Lightweight 7. The Item Must Be Of Good Quality 10 Piece Blanket 1. Type: Blanket 2. Material: Cotton 3.color: White 4. Dimension: (l X W) 80 - 90 Inches X 54 -64 Inches Approximate 5. Washable 6. The Item Must Be Of Good Quality 3 Piece Bottle Sterilizer, Electric 1. Type: Electric Steam Sterilizer 2. Material: Hard Plastic (p E) Polyethylene Or Its Equavalent 3.color: Any Color 4. Capacity: 6 Bottles (minimum) 5.sterilizes Bottle And Accessories By Steam 6. With Automatic Power Shut-off Function 7. Dimensions: 8. Power Supply: 220 V-240v Ac, 50/60 Hz. 9. The Item Must Be Of Good Quality 5 Piece Bread Toaster 1. Type: Electric Bread Toaster 2. Dimensions ( W X D X H): 25 - 30 Cm X 15 -20 Cm X 18 - 22 Cm (minimum) Approximate 3. Capacity: 2 Slices 4. Power Supply: 220v-240v Ac, 50/60 Hz. 5. 400 To 600 W (minimum) 6. The Item Must Be Of Good Quality 10 Piece Burping Cloth 1. Type: Burping Cloth 2. Material: 100% Cotton 3. Color: Any Color 4. Dimension: Length: 17 -19 Cm Width: 14 -16 Cm (minimum) 5.washable 6. The Item Must Be Of Good Quality 10 Piece Cane 1.type: Adjustable Offset-walking Cane 2. Material: Aluminum 3.tip Size: 18 4. Height Adjustment: 31 Inches To 39 Inches (with 1 Inch. Increment) 5.weight Capacity: 200 - 250 Lbs. (minimum) 6.with Rubber Handle; With Push-botton Height Adjustment 7. The Item Must Be Of Good Quality 5 Piece Carpet 4ft. X 8 Ft 1.material: Polyster 2. Color: Any Patterned Color 3.dimension:48 Inches X 96 Inches (minimum) 4.the Item Must Be Of Good Quality 5 Set China Ware 1.material: Porcelain 2. Fit To Be Used In Ovens And Microwaves 3.specific Dimensions: Dinner Plate Diameter: 10 Inches (minimum) 4. Salad Plate Diameter: 7 Inches (minimum) 5.bowl Diameter: 5 Inches (minimum) 6.mug: 12 Oz. (minimum) 7. The Item Must Be Of Good Quality 8. Set Includes: 1 Piece Dinner Plate, 1 Set Salad Plate, 1 Piece Bowl, 1 Piece Mug 10 Piece Clothes Brush 1. Type: Rectangular Clothes Brush 2. Handle Material: Wood 3. Bristle Material: Plastic Bristle 4. Color: Any Color 5.overall Dimension: ( L X W X H) 140 -160 Mm X 45- 60 Mm X 20 -30 Mm (minimum) 6. The Item Must Be Of Good Quality 10 Piece Clothes Hamper 1. Type: Square Hamper 2. Material: Polyester 3. Color: Any Color 5. Dimension: ( L X W X H) 32 To 34 Cm X 36 To 38 Cm X 56 To 58 Cm (minimum) 5. The Item Must Be Of Good Quality 2 Piece Clothes Rack 1.type: Single-pole Clothes Rack 2. Material: Stainless Steel 3. Dimension: ( L X W X H) 30 To 32 Inches X 14 To 38 Inches X 62 To 64 Inches (minimum) 4. Comes With 4 Caster Wheels 5. The Item Must Be Of Good Quality 3 Piece Comforter 1.type:comforter 2. Material: Polyester 3.color: Any Color 4. Dimension: ( L X W) 84 To 88 Inches X 62 To 65 Inches (minimum) 5.thickness: 20-30 Mm (minimum) 6.washable 7. The Item Must Be Of Good Quality 3 Piece Commode 1.type: Foldable Commode 2. Durable Plastic Snap- On Seat And Lid Withouot Pushing Buttons 3. Blue Powder-coated Steel-welded Construction 4. Plastic Arms For Added Comfort 5.comes Complete With 12 Qt. Commode Bucket With Carry Handle, Cover And Splash Shield 6. Specifications: Width 18 Inches Between Arms/ 22.5 Inches Outside Approximate 7. Set Dimensions: W 32 -36 Cm X D 35 -40 Cm, Height 38 -54 Cm Approximate 8. Weight 13 Lbs., Weitgh Limit 350 Lbs. 9. The Item Must Be Of Good Quality 5 Set Cooking Utensils 1. Material: Stainless Steel 2. The Set Is Comprised Of Ff:; 1 Pc. -16 X 9.5 Cm Sauce Pan With Glass Lid (minimum) 3. 1 Pc. - 16 X 95 Cm Casserole With One Glass Lid, (minimum) 4. 1 Pc. - 18 X 10.5 Cm Casserole With Glass Lid, (minimum) 5.1 Pc. - 20 X 11. 5 Cm Casserole With Glass Lid, (minimum) 6. The Item Must Be Of Good Quality 2 Piece Crutches, Adjustable 1.type: Adjustable Crutches 2. Set Includes: 3 Pcs./set 3.material: Aluminum Powder-coated 4. Color: Any Color 5.weight Capacity: 300 Lbs. (minimum) 6. Dimensions: Youth Size 7. User Heights: 4 Ft. 6 Inches To 5 Ft. 2 Inches 8. Underarm Height: 37 Inches To 46 Inches 9. Adult Size: User Heights: 5 Ft. 2 Inches To Ft. 10 Inches 10. Underam Heights: 45 Inches To 53 Inches 11. Tall Adult Size: User Heights: 5 To 10 Inches 12. Underam Height: 53 Inches To 61 Inches 13. The Item Must Be Of Good Quality 10 Piece Cutlery 1.material: Stainless Steel 2. 20 Pieces Set For 4 3. 4 Dinner Knives 4. 4 Dinner Forks 5. 4 Dinner Spoons 6. 4 Salad Forks 7. 4 Tea Spoons 8. The Item Must Be Of Good Quality 10 Piece Cutting Board, Plastic 1. Material: Polyethylene Plastic 2. Color: Any Color 3. Dimension: ( L X W X H) 240 - 260 Mm X 140 - 160 Mm X 10 - 15 Mm (minimum) 4. Reversible Cutting Surface 5. The Item Must Be Of Good Quality 10 Piece Digital Thermometer, 32 C-42.9 C (90.0f-109.9f 1. Case Material: Hard Plastic (pe) Polyethylene 2. Color: Any Color 3. Range: 32 C - 42.9 C (90.0f-109.9f) 4. Accuracy: + 0.1c 35.5c-42.0c(+ 0.2 F 95.9f-107.6f) 5. Battery Operated 6.memory: Last Measuring Reading 7.alarm: Approx. 10 Seconds Sound Signal When Peak Temperature Reached. 8. The Item Must Be Of Good Quality 2 Piece Dressing Trolley 1.material: Shelves: Powder-coated Steel Sheet 2. Dimensions: ( W X D X H) 48 - 50 Cm X 48 - 50 Cm X 83 - 85 Cm (minimum) 3.number Of Shelves: 2 4. With Four Revolving Castors, Two Lockable 5. The Item Must Be Of Good Quality 10 Piece Electric Knife 1. Type: Electric Knife 2. Material: Stainless Steel And Hard Plastic, (pe) Polyethylene 3. Power Supply: 220/240 Volts, Ac 50/60 Hz. 4. Dimensions: 4.25 X 2.75 X 11.88 Inches (minimum) 5.comes With Touch Button Control, Safety Lock And English User & 39;s Manual 6. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, 7. The Item Must Be Of Good Quality 10 Piece Face Towel/towellete 1. Type: Face Towel 2. Material: 100% Cotton 3. Color: White 4. Dimension: ( L X W ) 28- 32 Cm X 28 -32 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Feeding Bottle Brush 1. Bristle Material: Nylon 2. Color: Any Color 3. Handle Material: Hard Plastic, (ps) Polystyrene 4. Total Length: 280 -320 Mm (minimum) 5. Fit With The Standard Feeding Bottle For The Baby 6.comes With Nipple Brush 7. Washable 8. The Item Must Be Of Good Quality 5 Set Feeding Utensils (child) 1.material: Hard Plastic, (ps) Polystyrene 2. Sets Includes: 6 Pcs./set 3. 1 Pc Knife 4. 1 Pc- Plate 5. 1 Pc. -bowl 6. 1 Pc. - Cup 7. 1 Pc. -fork 8.1 Pc. - Spoon 9. Color: Any 10. The Item Must Be Of Good Quality 7 Set First Aid Kit Type: Emergency Case; Contents: First Aid Quick Reference Guide, 1 Pc; Sterize Gauge Swab (4x 4 X 12 Ply) 100 Pcs/pack, 1 Pack; Adhesive Strips/band-aid, 50 Pcs/pack, 2 Packs; Gloves, Disposable, Medium Size, 2 Pairs; Hypo Allergenic Adhesive Tape, 5 Cm X 5 Cm, 2 Rolls; Triangular Bandage/arm Sling, Min 90 Cm X 90 Cm X 120 Cm, 2 Pcs; Safety Pins, 1 1/4 Inches, (12 Pcs), 1 3/4 Inches (12 Pcs); Stainless Steel Bandage Scissors, 2 Pcs; Betadine, 60ml, 2 -3 Years Expiration, 2 Bottles; Dust Mask, 2 Pcs; Hand Towels Or Face Towels, White Color, 6 Pcs; Gauze Bandage, Minimum 5 Cm X 4cm, 2 Rolls; Antiseptic Handwash/germicidal Soap, 60 Gms, 2 Pcs; Torniquet, 2 Pcs; Spirit Of Ammonia, 30ml, 2-3 Years Expiration, 1 Bottle; Burn Cream Ointment, 20g To 30g, 2-3 Years Expiration, 1 Tube; Medical Tweezers Min. 8 Cm, Plastic, 2 Pcs; Plastic Bags, Resealable, Minimum Of 24 Pcs, 100mm X 180mm, 24 Pcs, 150mm X 230mm; Cotton Balls, 50 Balls In A Sealed Package, 2 Packs; Hot And Cold Pack, Reusable, 1 Pack; Water Resistant And Sturdy Case W/ Handle That Can Accomodate All The Listed Items. 20 Piece Flat Sheet 1.type:bed Sheet 2. Material: 100% Cotton 3. Color: White 4. Dimension: Width - 137 - 145 Cm Length - 180 -200 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Garbage Bin Type: Swivel Lid Garbage Bin Body Shape: Round Material: Hard Plastic, Polypropylene Dimension: 4 Gallons ( Minimum) Removable Dome Shape Lid With Spring Return Swivel Preferably With Packing Case Color: Any Color Smooth And No Rough Surfaces 20 Box Gloves, Rubber (15 Mils) Medium Size (#8) Super Nitrile, Flocklined Interior (acid/solvent Resistant) Individually Packed For Hand Protection 10 Box Gloves, Surgical (disposable) 1.material: Latex 2. Color: White 3. Thickness: .09 Mm (minimum) 4. Disposable And Sterile 5. The Item Must Be Of Good Quality 20 Piece Gown (hospital) 1.type:unisex Hospital Gown 2. Material: Polyester- Cotton 3. Color: Any Color 4. Size: One Size Fits All 5. Comes With Overlap Back Closure 6. The Item Must Be Of Good Quality 5 Set Grooming Kit (hairbrush Comb, Nail Cutter, Nail Brush) 1. Set Includes: 6 Pcs./ Set (minimum) 2. Materials: Stainless Steel And Hard Plastic 3. 2 Nail Clippers/ Trimmers Of Different Sizes 4.1 Multipurpose Scissors 5. 1 Ear Pick 6. 1 Tweezer 7. 1 Comb 8. The Item Must Be Of Good Quality 10 Piece Hand Towel 1. Type: Hand Towel 2. Material: 100% Cotton 3. Color: Any Color 4. Dimension: ( L X W) 65 -75 Cm X 32 -42 Cm (minimum) 5. Washable 6. The Item Must Be Of Good Quality 3 Piece High Chair/booster Seat/ Portable Seat 1. Material: Foldable Powder Coated Steel Frame Or Its Equavalent 2. Phone Type: Corded 3. Polyester Harness, Seat/back Cushion 4. Overall Dimensions: ( L X W) 65 -75 Cm X 50 -60 Cm X 90 - 102 Cm (minimum) 5. Capacity: 40 Lbs. (minimum) 6. With 3-position Seat Recline 7. The Item Must Be Of Good Quality 10 Piece Hot Water Bag 1. Material: Rubber Or Its Equavalent 2. Color: Any Color 3. Overall Dimension: (lxw) 200- 300 Mm X 150 -200 Mm (minimum) 4. Leak-proof And Washable 5. The Item Must Be Of Good Quality 10 Piece Kettle 1. Material: Heat-resistant Hard Plastic 2. Capacity: 1- 1.5 Liters (minimum) 3. Height: 25-35 Cm (minimum) Approx 4. Voltage: 220/240 Volts, Ac 50/60 Hz 5. Power In Watts: 1000 To 1500 Watts 6.comes With Automatic Shut-off Feature And Permanent Water Level Indicator 7. Pitcher-type With Pouring. 8. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, 9. The Item Must Be Of Good Quality 10 Set Measuring Cups .. 1/4, 13, 1/2 1 Cup Set 1. Materials: Stainless Steel 2. Set Includes: 4 Pcs./set; 3. 1 Pc. - 1/4 Cup (60 Ml) 4. 1 Pc- -1/3 Cup (80ml) 5. 1 Pc.- 1/2 Cup (125 Ml) 6. 1 Pc. - 1 Cup ( 250 Ml) 7. Thickness: .5 Mm To 1 Mm (minimum) 8. The Item Must Be Of Good Quality 10 Piece Medical Tray 1. Type: Tray 2. Material: Stainless Steel 3. Overall Dimension: (lxw X D) 300- 350 Mm X 200 -250 Mm X 12 - 19 Mm (minimum) 4. Thickness: .7 To 1 Mm (minimum) 5. The Item Must Be Of Good Quality 2 Set Mixing Bowl, Stainless, 6-piece Set 1. Material: Stainless Steel 2. Quantity Of Set: 6 Pcs./set 3. Dimension: 3/4 Qt., 1.5 Qt., 3 Qt., 4 Qt., 5 Qt., 8 Qt., 4. The Item Must Be Of Good Quality 10 Piece Pail, Plastic, 10 Liters 1. Material: Polyethylene Plastic 2. Dimension: 25-30 Cm Diameter X 23-27 Cm Depth (minimum) 3. Color: Any Color 4. Chromed Finished Handle 5. Capacity: 10 Liters (minimum) 6. Material Must Be Non-toxic 7. The Item Must Be Of Good Quality 10 Piece Pans 1. Type: Frying Pan 2. Material: Stainless Steel 3. Handle: With Hard Plastic Heat Insulation 4. Tempered Glass Lid With Steam Hole 5. Size 23 -26 Cm With Lid 6. The Item Must Be Of Good Quality 10 Piece Peeler 1. Type: Peeler 2. Blade Material: Stainless Steel 3. Handle Material: Stainless Steel 4. Overall Dimensions: 18 X 8 Cm (minimum) 5. Comes With Self-locking 6. The Item Must Be Of Good Quality 10 Piece Pick Up Forcep 1. Type: Curved Forceps 2. Material: Stainless Steel 3. Overall Length: 100-130 Mm (minimum) 4. Comes With Self-locking 5. The Item Must Be Of Good Quality 10 Piece Pillow 1. Material: Cotton 2. Color: Any Color 3. Dimensions: ( L X W) 50 - 56 Cm X 75 - 180 Cm (minimum) 4. With 4 Inches Hems 5. Washable 6. The Item Must Be Of Good Quality 20 Piece Pillow Case 1. Material: Cotton 2. Color: Any Color 3. Dimensions: ( L X W) 50 - 56 Cm X 75 - 180 Cm (minimum) 4. With 4 Inches Hems 5. Washable 6. The Item Must Be Of Good Quality 10 Piece Portable Mixer 1. Type: Portable Mixer 2. Material: Stainless Steel, Clear Acrylic 3. Capacity: 16-18 Oz. (minimum) 4. Size: 170 - 220 Mm X 75- 100 Mm 5. Requires 2 Aaa Batteries 6. Power In Watts: 250 To 300 Watts 7. The Item Must Be Of Good Quality 10 Piece Potato Masher 1. Type: Portable Masher 2. Material: Stainless Steel And Hard Plastic 3. Mesh Head Diameter: 70-90 Mm (minimum) 4. Overall Length: 250 - 270 Mm (minimum) 5. Handle Length: 120-140 Mm (minimum) 6. Washable 7. The Item Must Be Of Good Quality 5 Set Pots 1. Type: Cooking Pot 2. Material: Stainless Steel 3. Set Includes: 4 Pcs./set 4. 1 X Pot With Lid 5. 1 X Pan With Lid 6. 1 X Strainer 7. 1 X Egg Streamer 8. Size: (l X W X H) 40 To 42 Cm X 12 To 14 Cm X 26 To 28 Cm 9. The Item Must Be Of Good Quality 5 Piece Skillet 1. The Item Shall Have The Following Specifications. Material Including Handle: Cast Iron 2. Color: Any Color 3. Dimension ( Dia. X Depth): 250 - 320 Mm X 50 - 70 Mm (minimum) 4. Handle Casted With The Body And Having Plastic Or Rubber Heat Insulator 5. Body Thickness: 1.5 - 3 Mm (minimum) 6. Washable 7. The Item Must Be Branded And Have Good Quality. 5 Piece Sphygmomanometer 1. Type: Aneroid 2. Material: Nylon Cuff And Inflation Bag, Die - Cast Zinc Manometer 3. Package Inlcluded: 1 X Aneroid Sphygmomanometer. 4. Size: ( L X W X H Cm) = 18 To 20 Cm X 11 To 13 Cm X 11 13 Cm 5. Nylon Zippered Carrying Case 6. Capacity: 0 To 300 Mm Hg 7. The Item Must Have Good Quality. 5 Piece Stethoscope 1. Type: Dual Head Stethoscope 2. Material: Stainless Steel Chestpiece And Eartubes 3. Reinforced Pvc Tubing 4. Soft Pvc Eartips 5. Color: Any Color 6. Bell Diameter: 18-25 Mm Approx. 7. Diaphragm Diameter: 25-50 Mm Approx. 8. Overall Length: 66-75 Cm (minimum) 9. The Item Must Be Of Good Quality 5 Piece Urinal 1. Type: Unisex Portable Urinal 2. Material: Hard Plastic, (pp) Polypropylene 3. Color: Any Color 4. Total Capacity: 28 Oz. Minimum 5. Dimension: ( L X W X H) 270 To 290 Mm X 145 To 160 Mm X 70 To 80 Mm ( Minimum) 6. Thickness: 1 Mm To 3 Mm (minimum) 7. The Item Must Have Good Quality. 5 Piece Vacuum Cleaner 1. Material: Plastic (pp) Polypropylene Or Its Equavalent 2. Color: Any Color 3. Suction Power: 18 To 22 Kpa (minimum) 4. Tank Capacity: 24 Liters (minimum) 5. Vacuum Hose Length: 6 To 8 Ft. (minimum) 6. Power Supply: 220 V - 240 Ac , 50/60 Hz. 7. With Accesories: Extension Wand, Utility Nozzle, Standard Paper Filter 8. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide 9. The Item Must Be Branded And Good Quality 3 Piece Wheel Chair 1. Type: Foldable Wheel Chair 2. Overall Dimensions: ( L X W X H) 40 - 44 Inches X 26 - 30 Inches X 34 - 38 Inches ( Minimum) 3. Folded Dimensions: ( L X W X H ) 40 To 44 Inches X 10 To 14 Inches X 34 To 38 Inches (minimum) 4. Capacity: 350 Lbs. (minimum) 5. With Padded Arm Rests; With Push-to-lock Wheel Brakes 6. The Item Must Be Of Good Quality Lot 2. Sta. Maria National High School (hairdressing Nc Ii)- Php 323,170.00 5 Pcs. Bowl, Mixing, Plastic With 10.5 Cm X 6cm 2 Pcs. Bowl, Shampoo, Stainless Steel Frame, Bowl Dimensions: 19 Inch X 20 Inch X 10 Inch With Hose Attachment Of 7 Ft. 5 Box Box, Hairpin, Metal With 3.5 X 4.5 X 0.5 Inches(100 Pcs Per Box) 5 Pcs. Brush, Applicator, Plastic With 70mm X 80mm 5 Pcs. Brush, Hair, Plastic Bristle And Wooden Handle, Width - 2 Inches 10 Pcs. Cap, Frosting, With Hook, Silicone With 31cm X 22cm,rounded Metal Hook 10 Pcs. Cap, Heating, Waterproof, Cordless With 21-24 Inches 10 Pcs. Cape, Polyester With 125 Cm X 140 Cm 5 Pcs. Chair,high, Metal Painted With Anti Rust With 15 Inches X 33 Inches, Synthetic Leather Seat 5 Pcs. Chair, Hydraulic, Metal Base With 59 Cm X 54 Cm X 51-78cm, 180kg, 360' Rotation 10 Pcs. Clamp, Plastic, Length:9.5cm, Thickness:10mm 10 Pcs. Clamp, Duck Bill, Metal, Length: 11 Cm, Elasticity Stainless Steel Spring 5 Pcs. Clipper, Hair, Body Material: Hard Plastic, Blade Material: Carbon Steel, 6 Watts 10 Pcs. Comb, Afro, Plastic, Length: 7 Inches, Width: 3.25 Inches, Number Of Teeth: 12 Teeth, Teeth Height: 2.5 Inches 10 Pcs. Comb, All Purpose, Plastic, 18 Cm Long , Has Both Fine And Medium Teeth Position On One Side Only, Height Of The Teeth: 2 Cm 10 Pcs. Comb, Haircutting, Hard Plastic, Length Including The Handle:180mm, Width: 30mm With Detachable Steel Blades And Blade Holder 10 Pcs. Comb, Large Toothed, Plastic, Size:15 Cm, Number Of Teeth: 10 Teeth, Gap Between Comb's Teeth: 0.4 To 0.5 Cm , Teeth Size: 0.3 Cm X 4cm 10 Pcs. Comb, Tail, Plastic, Size : 8 Inches X 1 Inches, Tail Length: 4 Inches Tooth Length: 3/4 Inch 10 Pcs. Comb, Teasing, Plastic,1st Row: Large Teeth 25 Mm Long, 2nd Row: Small Teeth 19 Mm, Over-all Size: 20cm X 3.8 Cm 5 Pcs. Comb, Wide Tooth, Plastic, Size:15 Cm, Number Of Teeth:10 Teeth, Gap Between Comb's Teeth:0.4 To 0.5 Cm, Teeth Size: 0.3cm X 4cm 8 Pcs. Crimpers, 25 Watts, Size:38 Cm X 15.5 Cm X 9 Cm, Maximum Temp.: 200 Degrees Centigrade, Rated Voltage:10 -230volts Ac 5 Pcs. Curling Iron, Ceramic, 65watts, 210-240volts Ac, Barrel Size: 1 Inch, Adjustable Heat Setting Of 200 Degrees Centigrade, Swivel Cord Up To 360 Degree 5 Pcs. Drip Pan, Hard Plastic, Size:17.5 X 25.8 X 1 Inches, Thickness: 1/8 Inch, Shallow Rectangular Type 5 Pcs. Dryer, Hair, 1000w, Rated Voltage: 220vac, 18.5cm X 16cm X 6.5cm With Plastic Handle Design 10 Box Gloves, Disposable, Size: 25cm X 23cm, 100 Pcs Per Box 5 Pouch Gloves, Rubber, Medium, Thickness: 4 Mil, Acid Resistant 5 Pouch Gown, Smock, Polyester, Sizes: Small (50inches X 56inches);medium (52inches X 58inches); Large (54 Inches X 60inches) 10 Pouch Hairclips, Metal, Size:67mm X 19mm 10 Pack Hairnet, Invisible, Nylon, Size: 55mm, Stretchable, Color: Black 10 Pc Headband, 6 Inches, Woven Crochet Tube 10 Pc Headband, Flannel, Cloth, Size : 45 Cm, Width: 8 Cm 6 Pc Infrared Iron, Ionic Ceramic Tourmaline-infused Plates And Abs Plastic Body, Power: 70 Watts, Power Rating: 220-240 Volts Ac; Over-all Size: 24 Cm, Heating Plate 50 Mm, Heating Time: Within 30 Seconds;variable Heat Settings: From 250 To 450 Degrees Fahrenheit 10 Pc Mirror, Hand, Plastic, Size 15 Cm Diameter, Frame Thickness: 6.5mm, Over-all Length With The Handle: 20 Cm 3 Pc Mirror, Modular, Plain Mirror, Mirror Material: Glass, Frame Material: Aluminum (cut To Fit), Dimensions: 75 Cm X 65 Cm, Mirror Thickness: 6mm 10 Pc Prong Clip, Double, Steel, Size: 45 Mm 10 Pc Prong Clip, Single,steel, Size: 55 Mm 10 Pc Razor, Straight, High Carbon Steel, Foldable Straight Razor, Replaceable Blade; Dimensions: 14 Cm X 2 Cm When Folded; Double-edged Razor Blades 3 Dz Roller Pins, Metal, Size: 60mm Long, Quantity By Dozen(12 Pieces) 10 Pc Rollers, Jumbo, Plastic 44mm In Diameter X 64mm 10 Pc Rollers, Large Sized, Plastic, Size: 40mm Diameter X 60mm Long 10 Pc Rollers, Medium Sized, Plastic; Diameter: 38 Mm ,length: 58mm 4 Pc Scissor, Cutting, Stainless Steel,length: 17cm,blade Width 10 Cm 4 Pc Scissor, Thinning, High Carbon Steel, Blade Length 6cm, Style: Right Handed Scissor, Length: 17cm 5 Pc Scoop, Plastic, Capacity:1/2 Cup, Rounded Edges With Handle Thickness: 1.5 Mm 5 Pc Shower Cap, Plastic, Size: One Size Fits All Or 30cm 5 Pc Spatula, Plastic, Dimension: 7.5 Cm X 1.5 Cm 5 Pc Spray Gun, Transparent Plastic, Capacity: 300ml, Dimension: Bottom Is 7 Cm And The Height Is 17cm 3 Pc Steamer, Hair, 450 Watts, 220 Volts/50-60hz, Hood Material: Polycarbonate, Hood 30 Cm Diameter Opening X 25 Cm, Timer Setting Is Up To 60 Minutes, 32 Ounce Water Reservoir, Adjustable Height 100- 150cm 30 Pcs. Stool, Metal, Electroplated, Load Capacity: 150kg, Design: Swivel Stool With Backrest With Hydraulic Lift To Adjust Height Freely Lot 3. Sta. Maria National High School (wellness Massage Nc Ii)-php 198,338.00 5 Pcs. Dummy, Anatomical, Plastic, 32" Tall, 27 Removable Parts That Are Held On By Metal Screws, Posts, And Hooks, Brain (2parts), Lungs (2 Parts), Heart (2 Parts, Liver, Intestines, Stomach, Base Is 13" X 9" (removable), Weighs 12 Lbs. 5 Pcs. Massage Bed/table, Hard Wood With Steel Bracings, Hardwood Frame, Marine, Plywood Deck; Color: Black, Dimensions: W:75 Cm X L:183 Cm X H: (adjustable) Height: Adjustable From 24 In. - 33in., Leg Thickness - 35mm, Cushion System: High Density Foam (7.5 Cm / 2.95") With Pu Leather Cover (1mm Thick), Weight Capacity: 250 Kg(minimum), Gross Weight: 21 Kg 2 Pcs. Massage Chair, Padded With 3" Thick, High-density, Small-cell Foam, Size: 14"-diameter Seat But Without Back And Arm Rest, With Metal Post And Hard Plastic Star, Pneumatic Spring Will Effortlessly Adjust The Height From 18" To 24" With The Pull Of A Lever, Five Heavy-duty, Smooth-rolling Wheels, Load Capacity: 265 Lbs / 120 Kg (maximum), Smooth Surface And No Sharp Edges 6 Pcs. Sphygmomanometer, 33 To 42 Cm Arm Diameters, Accuracy: ±3mm Hg;measurement Range : 0mm Hg To 300mm Hg; Smallest Scale: 1mm Hg Index And Range Markings On The Dial For Clear Readings, Nylon Cuff Is Durable And Stain Resistant With A Velcro Closure 6 Pcs. Stethoscope, Stainless Steel Double Chest Piece, Color: Black, Tubing Description: Y-tube Pvc, Uses Extra Soft Replaceable And Pivotable Ear Tips, The Binaural Is Chromium-plated, Chest-piece Diameter: 44 Mm And Non-chill Rim, Overall Length: 29" /74 Cm 6 Pcs. Talking Sphygmomanometer, Nylon Cuff Sizes: 33 To 42 Cm Arm Dia, Dimensions: 98mm*126mm*60mm, Measurement Range : 0mm Hg To 300mm Hg; Smallest Scale: 1mm Hg, Weight: 450g , Range: 20~280mmhg(0.4kpa-37.3kpa), Pressure Accuracy: ±3mmhg(±0.4kpa), Pulse Measurement Range: 40 ~199 Beats /min, Voltage: 4*aaa Alkaline Batteries 25 Pcs. Talking Thermometer, Hard Plastic, Sensing Unit: Thermistor, Measurement Range: 32 C - 42 C (89.6f-107.6f), Measurement Accuracy: ± 0.1c 32c-42.0c (± 0.2 F 89.6.9f-107.6f), Power Supply: 1.5v Dc, Lr41 Alkaline-magnesium Button Battery Real Voice, Temperature Display: 3-digit, +deg C (deg F) Display In 0.1 Degree Increment, Dimension Approx.: 2.0 (w) X 4.4 (h) X 1.2 (d) Inches / 51 (w) X 110 (h) X 30 (d) Mms 26 Pcs. Thermometer, Digital, Hard Plastic, Sensing Unit: Thermistor, Measurement Range: 32 C - 42 C (89.6f-107.6f), Measurement Accuracy: ± 0.1c 32c-42.0c (± 0.2 F 89.6.9f-107.6f) Power Supply: 1.5v Dc, 1 Lr41 Alkaline-magnesium Button Battery , Power Consumption: 0.1mw, Temperature Display: 3-digit, +deg C (deg F) Display In 0.1 Degree Increment, External Size (mm): 19.4(w) × 132.5 (l) × 10.0(d) 10 Pcs. White Board, White Formica Laminated, Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm Wih Plastic Corner Caps, The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube , Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels, Height From Floor: 210 To 214cm Lot 4. Sumirap National High School And Tangub City National High School (bpp Nc Ii)-php 519,702.00 10 Set Air Compressor With Airbrush Cake Decorating Set(airbrush Gravity Feed Dual Action Airbrush Compressor Kit 0.2/0.3/0.5mm Needle Air Brush For Cake Decorating Painting. Material: Aluminum + Copper Type: Single Cylinder Piston Compressor Power: 1/5 Hp Plug Type: Eu Voltage: 220-240v/50hz Speed: 1450 Rpm Air Volume Per Minute/liter: 23l/min Maximum Pressure: 7bar (100psi) Working Pressure Of Spray Gun: 15-50psi Low Noise: ≤50db Accessories: Pressure Gauge, Pressure Gauge, Air Filter Automatic Stop, Starts At 2.8 Bar, Stops At 4 Bar (special Pressures Available) Connection: With Connection G 1/8" Bsp Cable: Approx. 1.8m / 6ft) 40 Pc Egg Beater(stainless Steel Semi-automatic Mixer/manual Whisk Egg Beater Kitchen Cooking Tool) 40 Set Board, Chopping ,6 Color( Type: Food Grade Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 38 Cm (minimum) Width: 30 Cm (minimum) Thickness: 1.27 Cm (minimum) Color-coded For Use With Different Types Of Food, Blue, Red, Yellow, Green, Brown And White, Preferably Packed In Set Comes With No Sharp Edges And With Hole For Storage Purposes) 10 Pc Double Boiler (material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Rivetedhandle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) Must Be A Set Which Includes One (1) Saucepan, One (1) Boiler, And One (1) Lid With Stainless Steel Handle And Smooth Surfaces With No Sharp Edges) 80 Set Bowl, Mixing Set Stainless (premium Stainless Steel Mixing Bowls Bowl Sizes Are: 5 Qt, 4 Qt, 3qt, 1.5qt, And ¾ Qt And They Each Fit Perfectly Within One Another) 70 Set Cake Pan, Round, Size: 4''x3'' (non-stick Aluminum Alloy Cake Round Pan) 30 Set Cake Stand, With Tier (type: Cake Stand With Tier, Food Grade Body Shape: Circular With 3 Tier Material: Hard Plastic, Polypropylene, 4 Mm Thick The Tier Consists Of The Following Sizes: Tier 1: 18 Cm Diameter (minimum) Tier 2: 25 Cm Diameter (minimum) Tier 3 : 30 Cm Diameter (minimum) Column Diameter: 20 To 30 Mm (solid) Distance Between Tiers: 15 Cm Over-all Length: 30 Cm (minimum) Assembled Column Is Used For Maximum Strength And Stability Of The Stand Must Be Packed In Set ) 60 Pc Cake Turn Table (type: Turn Table Body Shape : Circular Material: Cast Aluminum Plate.and Cast Iron Base Upper Plate: 30 Cm Diameter (minimum) And 1.4 Cm Thickness (minimum) Base Dimensions: 18 Cm (minimum); 1.4 Cm Thickness (minimum) Total Height: 10 Cm To 15 Cm Turntable With Ball Bearing To Turn Easier Preferably Packed In Any Kind Of Packaging Comes With No Sharp Edges To Rotate Smoothly In 360 Degrees Clockwise Or Counter Clockwise ) 30 Pc Coupler (type: Foood Grade Body Shape: Tubular Material: Hard Plastic, Polypropylene, Any Bright Color Height: 3cm (minimum) Top Diameter: 1.27 Cm (minimum) Bottom Diameter: 2.54 Cm (minimum) Preferably With Storage Case The Materials Used Must Be Non-toxic And Dishwasher Safe ) 50 Set Cup, Measuring (stainless Steel Measuring Cup Set For Dry Ingredients. Composed Of 1 Cup, 3/4 Cup, 1/2 Cup, 1/4 Cup, 1/8 Cup) 50 Set Cup, Measuring 250 Ml. For Liquid Glass (250 Ml Heat Resisting Measuring Glass) 40 Set Cup, Measuring 500 Ml. For Liquid Glass (500ml Heat Resisting Measuring Glass) 40 Pc Cutter, Dough (type: Scrapper Body Shape: Straight Blade Material: Stainless Steel Straight Blade With Stainless Steel Handle Blade Dimension: Lenght : 15 Cm X Width: 11 Cm X Thickness: 1.2 Mm(minimum) Handle Dimension: Length: 15 Cm X Diameter: 3 Cm (minimum) Preferably With Packing Case Food Grade And Dishwasher Safe Design Allows Item To Be Hung For Storage) 40 Pc Cutter, Pie (stainless Steel Rolling Knife/pizza Cutter) 30 Pc Flour Sifter,hand Cranked (type: Hand Cranked Body Shape: Round Shape Material: Stainless Steel Dimension: Diameter: 133.3 Mm ( Minimum) X Height: 165 Mm (minimum) Thickness: 0.79 Mm (minimum) (body) And Constructed With Stainless Steel Wire Mesh # 30 Bottom Volume Markings Should Be Seen Inside And Outside Of The Sifter Capacity: 5 Cups (1.18 Liter) Spring Action Squeeze Handle Stainless Steel Preferably With A Packing Case Dishwasher Safe) 40 Pc Grater (type: Four Sided Box Grater Body Shape: Box In Shape Material: Stainless Steel Blade And Plastic (polypropylene Handle) Grater Dimensions: Height- 25 Cm X Width-13 Cm X Depth-10 Cm (minimum) Side 1: Large-hole Shredder With 6 Mm Hole Side 2: Slicer Side 3: Small-hole Shredder With 3 Mm Hole Side 4: Grater With Strips About 1.27 Cm To 2.54 Cm Length Preferably With Packing Case Food Grade & Dishwashing Safe) 50 Pc Knife, Kitchen (premium Quality Stainless Steel Kitchen Knife, 6-8” In Length) 20 Pc Knife, Pallete (premium Quality Stainless Steel Pallete Knife Ideal For Butter.) 50 Pc Ladle, 3oz (premium Quality Stainless Steel Soup Ladle, 3oz) 40 Pc Loaf Pan, Big (carbon Steel Non-stick Loaf Pan, Size: L=32,w=13,h=7cm Minimum) 40 Pc Loaf Pan, Medium (carbon Steel Non-stick Loaf Pan, Size: L=28, W=15.5, H=7cm Minimum) 40 Pc Loaf Pan, Small (carbon Steel Non-stick Loaf Pan, Size: L=25.5, W=13.5, H=6cm Minimum) 40 Pc Muffin Pan, Big (carbon Steel Non-stick Muffin Pan, 12 Holes,3oz) 40 Pc Muffin Pan, Medium (carbon Steel Non-stick Muffin Pan, 9 Holes,3oz) 40 Pc Muffin Pan, Small (carbon Steel Non-stick Cupcake Pan, 6 Holes) 70 Pc Pie Pan, 10'' (premium Stainless Steel/aluminum Pie Plate. Thick And Durable, 10” In Diameter) 70 Pc Pie Pan, # 8 (premium Stainless Steel/aluminum Pie Plate. Thick And Durable, 8” In Diameter) 50 Set Pillars, Cake (premium Quality Acrylic Cake Support Pillar, 12cm In Diameter(minimum),straw Size Diameter ) 60 Pack Piping Bag (reusable Silicone Piping Bag, Biggest Size, 100pcs Per Pack) 40 Pc Rectangular Pan (carbon Steel Non-stick Rectangular Cake Pan. Size: L=10.8", W=7", H=1.5", Minimum) 70 Pc Rolling Pin, Plastic (non-stick Rolling Pin Made With Food Grade Nylon, Size:13") 100 Pc Rubber Scraper, Silicone (size: 21cm X 4.1cm, Material: Silicone) 40 Pc Sauce Pan Non Stick (non-stick Sauce Pan With Lid, Size: 20cm) 40 Pc Sheet Pan / Cookie Sheet (aluminum Baking Sheet, Size: 13x18”) 50 Set Spoon, Measuring (premium Quality Stainless Steel Measuring Spoon Set, Compost Of 1/8tsp, 1/4tsp, 1/2tsp, 1tsp, 1/4tbsp, 1/2tbsp, 1tbsp)) 70 Pc Spoon,wooden (premium Quality And Durable Long Handled Wooden Spoon/ladle. Length: 30.5cm Minimum) 40 Pc Strainer (stainless Steel, Fine Mesh Strainer, Size: 18cm) 40 Set Tip, Decorating, Large (type: Tube Tips Body Shape: Nozzles With Different Shape Material: Stainless Steel Tube Height: 3.5 Cm To 5 Cm Tube Diameter: 2 Cm To 3.5 Cm Thickness: 0.5 Mm (minimum) Tube Tip: Assorted Designs (create Swirls, Rosettes, Flowers, Roping,stars, Leaves And Other Designs Comes With 24 Different Shapes Of Nozzles Packed In Plastic Storage Box Smooth And Deformities Free Must Be Branded) 30 Pc Weighing Scale, 10 Kg. (kitchen Weighing Scale, 10kg Maximum) 40 Pc Weighing Scale, 5 Kg. Digital(digital Kitchen Weighing Scale, Digital Price Computing Weight Electronic Scale, Capacity Is At Least 5kilograms, Pan Size 34.5 X 23.5cm) 70 Pc Wire Whisk, Medium (stainless Steel Wire Whisk, Size: 14”) Lot 5. Sumirap National High School And Tangub City National High School ( Cookery Nc Ii )-php 1,405,964.00 30 Pcs. Apple Corer, Body Shape: Tubular Material: Stainless Steel Total Length: 18 Cm (minimum) Handle Material: Hard Plastic, Polypropylene Handle Dimension: Length-10 Cm X Diameter-2 Cm (minimum) Blade Size: Length-8cm X Diameter-2 Cm (minimum) Preferably With Packing Case Dishwasher Safe. 4 Pcs. Bain Marie, Table, (food Warmer) Body Shape: Rectangular Material: 304 Stainless Steel, 0.8 Mm Thick (minimum) Dimensions: Length-1500 Mm X Width-700mm X Height-800 Mm (minimum) Power Soiuce: Voltage: 220 Volts - 230 Volts, 50 Hz/ 60 Hz With Royal Cord 1.5 Meter Long With Attachment Standard Type A Male Plug Or Provide Plug Adopter 10a/220v 20 Pcs. Blender, Electric Heavy Duty, Body Shape: Round Jar Material Housing: Plastic (polypropylene) Jar Height : 25 Cm To 28 Cm Jar Thickness: 4 Mm To 8 Mm Heat Resistant Glass Jar With Cover Source Voltage: 220 Volts / 240 Volts,50 Hz / 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v. Power Wattage: 300 To 700 Watts Blade: Stainless Steel, 3 To 4 Metal Blades 40 Pc Board, Chopping/ Cutting, Plastic, Body Shape: Rectangular Material: Plastic (polypropylene), Food Grade Board Size: Length: 15 Inches (minimum) Width: 12 Inches (minimum) Thickness: 0.5 Inch (minimum) With Hole For Storage Purposes Preferably With Packing Case Food Grade And Dishwasher Safe. 20 Pcs. Boiler, Double, Material: Stainless Steel Thickness: 1/16 Inch (1.5 Mm) (minimum) Lid Material: Glass Riveted Handle On Both Side Diameter: 9 1/2 Inches (minimum) Total Height: 9.4 Inches (minimum) Inset Bottom Diameter: 9 Inches (minimum) Inset Top Diameter: 9 Inches (minimum) Capacity: 2 Liters (minimum) 30 Pcs. Braising Pan, Medium, Body Shape: Round Material: Enameled Cast Iron And Stainless Steel Size: Diameter: 28 Cm X Height: 10 Cm (minimum) Capacity: 4 Liters (approximate) With Stainless Steel Cover, Solid Cast Stainless Steel Side Handles And Riveted Handle On Both Side: Length: 10 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm 30 Pcs. Can Opener, Body Shape: Materials: Stainless Steel Dimension: Length-21 Cm X Width 10 Cm X Depth:2.5cm (minimum) Multi-use: 3 In 1 Can Opener Also Opens Bottle Tops- Can Lids And Tabs. 30 Pcs. Casserole,medium Pot, Body Shape:round Material:stainless Steel, 0.7 Mm Thick Dimension: Diameter- 24 Cm X Height -14 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Preferably With Packing Case . 30 Pcs. Casserole,small Pot, Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick Dimension: Diameter- 20 Cm X Height -12 Cm (minimum) Tempered Glass Lid Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm. 20 Pcs. Colander, Medium, Medium Body Type: Round Material: 304 Stainless Steel Diameter: 30 Cm (minimum) Capacity: 8 Quarts (9 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 To 10 Mm Body Thickness: 0.8 Mm (minimum) 20 Pcs. Colander, Small, Body Shape: Round Material: 304 Stainless Steel Diameter: 26 Cm (minimum) Capacity: 5 Quarts (5.6 Liters) Welded Handle On Both Sides, Size: 7.5 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Body Thickness: 0.8 Mm (minimum) Full-ring Support Base, 15 Cm Diameter Preferably With Packing Case Food Grade And Dishwasher Safe 20 Set Cup,measuring( For Solid) Set Body Shape: Round Material: Stainless Steel, 0.7 Mm Thick (minimum) Each Set Contains The Following: 1 Pc - 1 Cup (237 Ml) 1 Pc - 1/2 Cup (118 Ml) 1 Pc - 1/3 Cup (79 Ml) 1 Pc - 1/4 Cup (59 Ml) Handle Dimension: Length-12 Cm X Width-1 Cm (minimum) Measuring Capacity Engraved On The Handle Strip Handles Have Provision For Hanging Preferably With Packing Case Smooth Surfaces And Dishwasher Safe 20 Pcs. Dispenser,paper Towel Body Shape: Rectangular Material: Abs Plastic Dimensions: Length =260 Mm X Width =100 Mm X Height = 211 Mm (minimum) Capacity: 200 Paper Paper Size: Length-20 Cm X Width- 8 Cm (approximate) Mounting Style: Wall Mounted Tissue Box 12 Pcs. Fan, Electric, Ceiling Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names 6 Pcs. Fire Extinguisher With Contents .for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 20 Pcs. Fish Poacher,medium, Body Shape: Oval Pot For Poaching Material: Stainless Steel, 0.64 Mm Thick Dimensions (l X W X D): 45 Cm X 15 Cm X 12 Cm (minimum) Handle Material: Stainless Steel Riveted Looped Handles On Both Side, 7 Cm (minimum) Handle Diameter: 8 Mm To 10 Mm Includes Stainless Steel Lid With Handle And Removable Insert 20 Pcs. Fork, Carving Body Shape: Square Shape Prong Prong Material:high Carbon Stainless Steel Overall Length: 30 Cm (minimum) Blade Dimension: Length- 15 Cm X Width- 0.5 Cm X Thickness- 0.3 Cm (minimum) Number Of Prongs: 2 Prong Comes With Square- Shaped Prongs And Pointed Tips Abs Plastictriple-riveted Handle Preferably With Packing Case 400 Pcs. Fork, Kitchen Body Shape: Standard Material: Stainless Steel Dimension: Length - 32 Cm X Width- 3.5 Cm (minimum) Fork Size: Length: 8 Cm X Width -3.5 Cm (minimum) Handle :abs Plastic Number Of Tines: 2 Tines With Tapered End 36 Dozen Frying Pan, Large, Non Stick, Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-30 Cm (minimum) X Height- 5.5 Cm (minimum) 40 Pcs. Frying Pan, Medium, Non Stick, Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-24 Cm (minimum) X Height- 4.5 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 19 Cm Long (minimum) Preferably With A Packing Case 30 Pcs. Frying Pan Small, Non Stick , Body Shape: Round Pan Material: Aluminum With Non-stick Coating Thickness: 3 Mm Thick (minimum) Dimension: Diameter-20 Cm (minimum) X Height- 3.8 Cm (minimum) Handle Material: Stainless Steel With Silicone Riveted Handle: 12 Cm Long (minimum) Preferably With A Packing Case Oven Safe Up To 250⁰f 22 Pcs. Funnel, S/s, Medium, Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-15 Cm (minimum) X Height- 15.8 Cm (minimum) Tube Diameter: 2 Cm X Length: 7.3 Cm (minimum) Comes With Handle For Easy Hanging Preferably With Packing Case Dishwasher Safe 22 Pcs. Funnel, S/s, Small, Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe. 20 Pc Garbage Bin, Body Shape: Round Material: 304 Stainless Steel Dimension: Diameter-11 Cm (minimum) X Height- 10 Cm (minimum) Tube Diameter: 1.5 Cm X Length: 5 Cm (minimum) Comes With Handle For Easy Hanging Preferably With A Packing Case Dishwasher Safe. 20 Pc Glass Rack, Body Shape: Square Material: Polypropylene Plastic Overall Dimensions: Length - 19 1/2 Inches X Width - 19 1/2 Inches X Height - 4 Inches (minimum) Compartments: Full-size 25 Individual Compartment Glass Rack Compartment Dimensions: Length - 3 1/2 Inches X Width - 3 1/2 Inches X Height - 4 Inches (minimum) Easy Grip Handles Molded Into All Four Sides Preferably With A Packing Case 20 Pc Ice Cream Scoop, Stainless Steel Ice Cream Scoop 45mm. Simply Squeeze Handle. 30 Pc Knife,boning, Body Shape: Ergonomic Material: High Carbon Steel Overall Length: 28 Cm (minimum) Blade: Length-15 Cm X Width- 3 Cm (minimum), Pointed Tip Cutting Edge Angle From Tip To The Heel Is 13 To 14 Degrees Handle Length: 12 Cm (minimum) Handle Material: Hard Plastic Handle With Rivets Preferably Wiht Packing Case Dishwasher Safe 30 Pc Knife,chef, Body Shape: Flat Materials: Stainless Steel Overall Length: 30 Cm (minimum) Blade Size: Length - 20 Cm X Width-4 Cm (minimum) Blade Thickness: 2.5 Mm (minimum) 30 Pc Knife,cleaver, Cutting Edge: Straight, Pointed End Type: Cleaver Knife Body Shape: Flat Blade Material: Forged Stainless Steel Heavy Duty Blade Length: 17 Cm (minimum) Overall Length: 30 Cm (minimum Cutting Edge: Straight Handle Material: Ergonomic Wood Handle With Triple Rivets Blade Thickness: 3 Mm (minimum) 30 Pc Knife,oyster, Body Shape: Ergonomic Blade Material: Stainless Steel Blade Dimension: Length - 7 Cm (minimum) X Width - 2 Cm (minimum) Blade Thickness: 2 Mm (minimum) Handle Material: Smooth Wooded Handle Rounded Handle Size: Length-10 Cm X Diameter- 3.5 Cm (minimum) Total Length (from The Tip Of The Handle Up To Tip Of The Blade) :17 Cm (minimum) 4 Pc Light,emergency, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector 4 Pc Meat Slicer, Body Shape: Circular Housing Material: Die Cast Aluminum Alloy And Body Painted Dimensions: Width-40.5 Cm X Depth- 45.7 Cm X Height- 38 Cm (minimum) Stainless Steel Rotary Blade Diameter: 190 Mm (minimum) Power Source: 220 Volts-230 Volts, 60 Hz With Power Cord 1.5 Meter Long With Attachment Of Standard Type A Male Plug Or Provide Plug Adopter 10a/220v 30 Set Pastry Tube, Stainless Steel Pastry Tube 24, Big 40 Pc Peeler, Y -type, Rack Dimension: Length: 38 Cm X Width 23 Cm (minimum) Type: Y-type Peelers Body Shape: Ergonomic Material: Stainless Steel Overall Dimensions (l X W X H): 7 Inches X 2 1/4 Inches X 1 Inch (minimum) Blade Material: 304 Stainless Steel, 0.7 Mm Head Dimension: (l X W X H) 2 1/4 Inches X 2 1/4 Inches X 1 Inch (minimum) Handle Material: Stainless Steel Handle Length: 4 3/4 Inches X 1 Inch Diameter (minimum) 2 In 1 Design With 2 Blade Reel, Built In Potato Eye Remover And Hole For Hanger Preferably With A Packing Case 14 Set Pepper And Salt Mill Food Grade And Non-toxic Material. Mill Cookery Nc Ii Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism 20 Pack Piping Bag, Body Shape: Triangular Material: Transparent Disposable Plastic For Dispensing Ingredients To Pastries Length: 9 Inches Minimum Width: 3 Inches (minimum) Volume: 500 Ml (approximate) 10 Pc Plate Rack Shape: Rectangular Material: 304 Stainless Steel Dimension: Length-475 Mm X Width- 290 Mm X Height- 380 Mm (minimum) 12 Set Preparation Table With Sink, Heavy Duty Wire Shelving, 2.6 Mm Diameter (minimum) Table With Sink Cookery Nc Ii Type: Preparation Table With Sink & Sheleves Body Shape: Rectangular Material: Stainless Steel, 1 Mm Thick (minimum) Dimensions: L-1200 Mm X W - 700 Mm X H - 850 Mm (minimum) Stainless Steel Table Top And Stainless Steel Under Shelf Fully Welded Construction Sink: Left Side Single Bowl Sink With Drainer 4 Inches & Faucet Provision Sink Dimension (l X W X D) 400 Mm X 500 Mmx 25 Mm (minimum) 4 Pc Pressure Cooker, Cooker Body Shape: Round Material: Polished Aluminum Dimension: Diameter: 32 Cm X Height: 25 Cm (minimum) Capacity: 10 Quarts (11.3 Liters) Side Handles For Secure Carrying Equipped With Safety Opening Mechanism, Spring Safety Valve, Rubber Seal Ring 24 Pc Roasting Pan , Body Shape:rectangular Material: Stainless Steel Dimension: Length: 40 Cm X Width-35 Cm X Height -7 1/2cm (minimum) Thickness: 1.5 Mm Thick (minimum) Welded Handles On Both Sides Removable Stainless Steel Wire Rack 40 Pc Scissor, Kitchen Type:kitchen Scissor Body Shape: Ergonomic Blade Material: Stainless Steel, 2 Mm Thick Handle Material Heavy Duty Acrylonitrile Butadiene Styrene (abs) Plastic Overall Length: 20 Cm (minimum ) Width: 7.5 Cm (minimum) 30 Pc Siever,small Type: Fine Mesh Siever Body Shape: Round Material: Stainless Steel Diameter: 20 Cm (minimum) Depth: 7 Cm (minimum) Twin Wire Handle: Length 20 Cm X 5 Mm Diameter (minimum) Fine Mesh: 0.7 Mm (1/32 Inch) (minimum) Preferably With A Packing Case 30 Pc Skimmer, Fine Type: Medium Fine Mesh Skimmer Body Shape: Round Material: Stainless Steel, Polished Overall Length: 34 Cm (minimum) Skimmer Head: Diameter -10 Cm X Depth- 4 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle: Length- 12 Cm X Diameter- 2 Cm (minimum) Handle Has Hole For Hanging Preferably With A Packing Case 30 Pcs. Skimmer,spider, Dishwashing Safe Type: Skimmer, Spider Body Shape: Round Material: Stainless Steel, Polished Overall Length: 35 Cm (minimum) Skimmer Head Diameter: 15 Cm X Depth 4 Cm (minimum) Handle Length: 12 Cm X 2 Cm Diameter (minimum) Preferably With A Packing Case Dishwasher Safe. 24 Pcs. Soup Cup, Rack Body Shape: Square Material: Polypropylene Plastic Dimension: Length: 50 Cm X Width: 50 Cm X Height: 10 Cm (minimum) Compartment Length: 11 Cm Compartment Width: 11 Cm Compartment /inside Height: 6.7 Cm No. Of Compartment: 16 Compartments 20 Pc Soup Ladle, 12oz Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 34 Cm (minimum) Capacity: 12 Oz. (341 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 20 Pc Soup Ladle, 3 Oz Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 28 Cm (minimum) Capacity: 3 Oz. (85 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe Must Be Branded 20 Pc Soup Ladle 6 Oz. Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 6 Oz. (170 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case Dishwasher Safe 20 Pc Soup Ladle 8 Oz. Body Shape: Round Material: Stainless Steel Thickness: 1 Mm Thick (minimum) Handle Length: 30 Cm (minimum) Capacity: 8 Oz. (236 Ml) Ladle Type: Round Bottom Hooked Handle Design Allows It To Easily Sit On The Edge Of Pots. Preferably With A Packing Case 62 Pc Spatula, Type: Offset Spatula Body Shape: Flat Blade Material: Stainless Steel 316 Handle Material: Hardwood (smooth Finish) With Rivets Blade Dimension: Length= 7 .5 Inches X Width-1.5 Inches (minimum) Thickness Of Blade: 1.7 Mm Thick (minimum) Total Length = 12 To 14 Inches Preferably With A Packing Case Dishwasher Safe Must Be Branded. 400 Pc Spoon, Kitchen Body Shape: Oval Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) Handle: Abs Plastic Spoon Head: Oval Type Preferably With A Packing Case Heat Resistant Up To 220 ° C Dishwasher Safe Must Be Branded. 60 Pc Spoon, Kitchen (slotted) Kitchen Spoon Slotted Body Shape: Oval With Slot Material: Stainless Steel, 1.5 Mm Thick Overall Length: 30.5 Cm X Width-7.5 Cm (minimum) Spoon Head Dimension (l X W) 9 Cm X 7.5 Cm (minimum) 30 Set Spoon, Measuring Body Shape: Bowl In Shape Material: Stainless Steel, 0.7 Mm Thick (minimum) The Set Consists Of The Following Sizes: 1 Pc - 1 Tbsp. (15 Ml) 1 Pc - 1/2 Tbsp. ( 7.5 Ml) 1 Pc - 1 Tsp. (5 Ml) 1 Pc - 1/2 Tsp. (2.5 Ml) 40 Pcs. Spoon, Parisienne Body Shape: Round Double Headed Parisiennes Scoop Bar Tool Material: Stainless Steel, Polished Overall Length: 240 Mm (minimum) Scoop Diameter: 30 Mm And 24mm (minimum) With Plastic Handle (polypropylene), Size: 130 Mm X Width-20 Mm (minimum) Draining Small Hole In The Scoop 40 Pc Spoon, Serving Preferably With A Packing Case Type: Serving Spoon Body Shape: Oval Materials: Stainless Steel Dimension: Length: 23 Cm X Width: 5 Cm (minimum) Scoop Dimension (l X W X D): 7 Cm X 5 Cm X 0.9 Cm (minimum) Spoon Thickness: 1.6 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 30 Pc Spoon,wooden Body Shape: Oval Material: Hardwood Dimensions: Length- 10 Inches X Width- 2 Inches (minimum) Bowl Dimension: Length -3 Inches X Width 2 Inches X Depth -3/4 Inches (minimum) Total Length: 10 Inches (minimum) Preferably With A Packing Case Smooth Surface Finished And No Sharp Edges 20 Pc Stock Pot,large . Body Shape: Round Material: Stainless Steel, 0.8 Mm Thick (minimum) Top Diameter: 30 Cm (minimum) Height: 31 Cm (minimum) 30 Pc Strainer, Chinois,small Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) 30 Pc Strainer,chinois,medium Medium Body Shape: Conical Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 21.5 Cm (minimum) Handle Length: 20 Cm (minimum) With 2 Mm. (approx.) 26 Pc Strainer,medium,fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 20 Cm (minimum) Strainer Depth: 7 Cm (minimum) Handle Length: 18 Cm (minimum) With 2 Mm. (approx.) 30 Pc Strainer, Small,fine Body Shape: Round Material: Stainless Steel Strainer Diameter: 13 Cm (minimum) Strainer Depth: 5 Cm (minimum) Handle Length: 13 Cm (minimum) With 1 Mm. (approx.) 30 Pc Tenderizer, Medium Aluminum Meat Tenderizer 16 Pc Thermometer,pocket/pin Pocket/pin Food Thermometer 20 Pc Tong,12'' Body Shape: Standard Material: Stainless Steel Size: 12 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 20 Pc Tong 8'' Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 30 Pc Tray,baking,small, Tray Body Shape: Rectangular Material: Stainless Steel Dimension: 20 Cm X 30 Cm X 3.7 Cm (minimum) 36 Pc Tray,utility,medium,plastic White Plastic, White Multi Purpose 13”x10”utility Tray 30 Pc Turner,3'x6'', Slotted Turner, 3" X 6" Type: Slotted Turner, 3" X 6" Body Shape: Straight Material: Stainless Steel Blade Size (lx W): 6 Inches X 3 Inches (minimum) Handle Length: 5 Inches (minimum) Overall Length: 13 Inches (minimum) Solid Turner With Straight Slotted Blade Wooden Handle With Triple Rivets Preferably With A Packing Case Dishwasher Safe Must Be Branded 4 Pc Utility Cart, Stainless Steel 3 Tier Trolley Cart 75x40x85. 20 Pc Weighing Scale 1 Kg. Digital Type: Digital Weighing Scale Body Shape: Rectangular Materials: Engineering Plastic And Stainless Steel Weighing Plate Capacity: 1 Kg Accuracy: 1 Gram Back Light Lcd Display With 15 Mm Minimum High Digits Weighing Units: Gram, Ounce, Pound Size: (l X W X H Mm ) 163 Mm X 245 Mm X 79 Mmm (minimum) 20 Set Weighing Scale 5kg. Type: Mechanical Weighing Scale Body Type: Circular Bowl Material: Stainless Steel Bowl And Metal Body (coated) Mechanism Type: Spring Lever Capacity: 5 Kg /11 Lb. Sensitivity/graduated By 10 Gm Measurement Units: Gram/kilogram Manual Setting On Zero, Must Be Accurate And Durable Calibrate The Scale Using The Adjustment Knob Preferably With A Packing Case Delivery Must Include Instruction Manual Written In Good English With Service Centers Located In The Major Cities In The Philippines Warranty Period Of 1 Year (parts And Service) Must Be Branded 40 Set Wire Skimmer Small, Type: Skimmer, Wire Mesh Body Shape: Round Material: Stainless Steel, Polished Overall Length: 40 Cm (minimum) Skimmer Head Diameter: 12 Cm (minimum) Diameter Of Holes: 2 Mm (approx.) Handle Has Hole For Hanging Preferably With A Packing Case Dishwashing Safe Must Be Branded. 40 Pc Wire Whisk Heavy Duty Type: Wire Whisk, Heavy Duty Body Shape: Ballon Material: Heavy Duty Stainless Steel Dimensions (l X W): 31.8 Cm X 7.6 Cm (minimum) Handle Length: 12 Cm (minimum) With Hanging Loop No. Of Wires: 8 Wires Wire Diameter: 2 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 40 Pc Wire Whisk, Medium, Type Wire Whisk, Medium Body Shape: Ballon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 25.4 Cm X 7 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 40 Pc Wire Whisk,small, Type: Wire Whisk, Small Body Shape: Baloon Material: Stainless Steel Wire Whisk Medium Dimensions (l X W): 20.3 Cm X 6 Cm (minimum) Handle Length: 10 Cm (minimum) With Hanging Loop No. Of Wires: 6 Wires Wire Diameter: 1.8 Mm (minimum) Preferably With A Packing Case Dishwasher Safe Must Be Branded. 18 Pc Wok,medium Type: Wok, Medium Body Shape:round Material: Carbon Steel Thickness: 1.8 Mm Thick (minimum) Dimensions (dia. X H): 45 Cm X 14 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 10 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 18 Pc Wok,small Type: Wok, Small Body Shape: Round Material: Carbon Steel Thickness: 1.5 Mm Thick (minimum) Dimensions (dia. X H): 36 Cm X 10 Cm (minimum) Handle Material: Steel Riveted Convenient Both Side Handle 8 Cm (minimum) With Flat Bottom Preferably With A Packing Case Dishwashing Safe Must Be Branded 12 Pc Working Table, Stainless, 4 Seaters Stainless Working Table , Two Layer (120x60x80) 30 Pc Zester, Type: Cheese Zester Body Shape: Standard Material: Stainless Steel Grating Surface Dimensions (l X W): 20.3 Cm X 4 Cm (minimum) Overall Length: 32.5 Cm (minimum) Handle Material: Plastic (polypropylene) Ergonomic Handle Preferably With A Packing Case Dishwasher Safe The Plastic Material Used Must Be Non-toxic Must Be Branded. Lot 6. Sumirap National High School (housekeeping Nc Ii)-php 326,452.00 1 Pc Alarm Clock Alarm Clock, Digital, Overall Dimensions: 13.5 X 8 X 4.5 Cm (approx.) Material: Plastic (pe/abs) Illuminated Lcd Digital Display: Time (12/24), Calendar (mm/dd), Temperature, Alarm Status (on/off), Snooze Display Size: 10 X 5 Cm (minimum), Time Can Be Read 30 Ft Day Time. Runs On Aaa Battery Which Come Together With The Item Smooth Surface, No Sharp Edges, Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting) 25 Pc Apron, Polyester-cotton (bib Apron, Sleeveless Adjustable Neck Loop Material : Polyester - Cotton Fabric Dimension : 70 To 60 Cm (minimum) With 2 Or 3 Pockets Uni-color, Dark No Sharp Edges And Loose Threads) 5 Pc Baskets, Laundry (3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges) 1 Set Bed, Queen (bed Set, Queen Size (60 X 75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 20 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges) 1 Set Bed, Single (bed, Single Size (w36 X L75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 13 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges) 10 Pc Board, Ironing (type: Foldable Type Ironing Board Body Shape : Standard Material : 25 Mm Tubing Approx., 0.8 Mm Thickness Board Size: 32 Inches (minimum ) Body Size :120 Cm X 30 Cm X 5 Cm Color : Any Comes With Box No Sharp Edges) 25 Pair Boots, Safety, Plastic (upper Material: Elastic Pvc Sizes: 7 Inches - 5pcs 8 Inches - 5pcs 9 Inches - 5pcs 10 Inches -5pcs 11 Inches - 5pcs Height: 13 To 14 Inches Plain Toe Type Of Boots: Unisex Rain Boots With Rugged Tractor Lug Outsole Packed With Carton Box Per Size) 15 Pc Brushes, For Housekeeping (brush, Floor Scrubbing, Angled Long Handle Bristle Material : Plastic, Stiff Handle Material : Metal Tubular Corrosion Reistant, Overall Length : 120 Cm. (minimum) Bristle Length : 5 Cm (=/- 1cm) Scrubbing Surface : 25 X 6 Cm (+/-1 Cm) No Sharp Edges) 10 Pc Buckets, Water (water Bucket Bucket Material : Hard Plastic, Round Body Capacity : 10 To 12 Liters Handle Material : Steel Smooth And Glossy Surface, No Sharp Edges) 10 Pc Caddy, Toilet (carrying Caddy For Toilet Cleaning Supplies Holds Spray Bottles And Other Cleaning Supplies, No. Of Compartments: 3 (minimum) Material :plastic Tray Depth: 11 Cm (approx.) Overall Dimension: 36 X 26 Cm (approx.) Smooth Surface, No Sharp Edges) 1 Unit Carpet Sweeper (carpet Sweeper, Cordless Electric Motorized Single Brush Roll (removable) Body Material : Hard Plastic ,(abs) Or Its Equivalent, Any Color Equipped With Rechargeable Battery (16 Minutes Run Time On Carpet), Removable Dirt Box Sweep Width : 8 Inches (minimum) Capacity (volume) : 0.35 Lit.(minimum) Handle: Metal, Powder- Coated, With Plastic/rubber Grip, Swivel Steering Assembled Height: 44 Inches (minimum) Comes With Battery Charger 220/240vac, 50/60hz With Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) No Sharp Edges Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting.) 1 Unit Cart, For Housekeeping Nc Ii (housekeeping Cart Trolley, Equipped With Three-shelves With Steel/laminated Panels Single Door, Top Layer With Divider, Bag Holder, And 4 Wheels. Cart Frame: Steel, Powder Coated. Wheels: 2non-swivel 2 Swivel, 6 Inch Diameter, Non-markings. Overall Dimensions : Rectangular 90 X 48 X 1010 Cm (minimum) Comes With Accessory Linen Bag Smooth Surface, No Sharp Edges) 50 Pc Cleaning Cloth, Linth-free (lint Free Cleaning Cloths Material : Cotton Dimensions : Rectangular 16 X 26 Inch) 1 Unit Coffee Maker (coffee Maker, Electric Material: Metal, Plastic, Glass. Capacity: 6 Cups (minimum). Detachable Tank, With Water Level Indicator. Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher. With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option). Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item. Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines) 5 Pc Dust Pan (dust Pan, Upright Standing Material: Plastic Overall Length: 65 Cm (minimum) Pan: Round Back, 24 X 26 X 9 Cm (minimum) Smooth Surface, No Sharp Edges) 5 Pc Duster, Anti-static (anti-static Duster Duster Material : Polypropylene Micro Fiber Duster: Length : 30 Cm (minimum), Overall Length: 50 Cm (minimum) Handle Material : Hard Plastic, No Sharp Edges) 7 Unit Fan, Electric ( Stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service) 3 Pc Fire Extinguisher(with Contents) (1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality) 10 Pc Flashlight (flashlight Led 1,000 Lumens (minimum), Color : White , Battery: Rechargeable, At Least 3,500 Mah , Can Be Used Also With 3 X Aaa Batteries; Body: Aluminum Alloy, No Sharp Edges Dimensions : 5 Inches X 1 Inch Diameter (minimum) Operating Duration Of Battery When Fully Charged : At Least 2 Hours; Includes 220/240vac, 50/60hz Power Adapter /charger And User's Manual In English Which Includes: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, With 1 Year Warranty 10 Pc Flat Iron (clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines.) 10 Pc Foam, Scrubbing (1. Material: Cellulose And A Scouring Pad On One Side 2. Dimension: Length : 140 - 180 Mm ; Width : 80 - 100 Mm ; Thickness : 12 - 20 Mm 3. The Item Must Be Of Good Quality) 4 Pc Garbage Receptacles (1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality) 30 Pair Gloves, Rubber (1.heavy-duty Latex-free Vinyl Rubber Gloves 2.thickness : 4 Mil 3.color : Any Color 4.size : Medium 5.other Features: Acid/solvent Resistant. 6.the Item Must Be Of Good Quality) 15 Pc Goggles, Safety (safety Goggles, Clear Polycarbonate - One Piece Lens With 180° Panoramic View, Non-fog Size/dimension: L 17 - 18.5 Cm X W 8 Cm X D 5-7.5 Cm High Impact Resistant, Ansi "z87" Compliant Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust Adjustable Head Strap Shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. Smooth Surface, No Sharp Edges) 1 Pc Hairdryer( Electric Hairdryer, With Concentrator Nozzle Two Heat Setting And 1 Speed (minimum) Rating : 220/240 Vac, 1200 W (minimum) Body Length Including Nozzle: 20 Cm Folding Handle Design, With Hanging Ring Smooth Surface, No Sharp Edges Branded, Brand Name And Electric Rating Permanently Mark On The Item, With Dti-bps Certification With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. With Service Centers Located In Major Cities In The Philippines. 1 Year Warranty(parts & Service) 2 Roll Hose, Water(water Hose Material: Pvc Fiber Reinforced, Three (3) Layers; Any Color; Hose Length: 50 Feet; Hose Diameter: 5/8 Inches; Pressure Capacity: 200 Pounds Per Square Inch (minimum); Fitted With Male And Female Brass Couplers (nh, 11.5 Tpi) For Spray Nozzle No Sharp Edges) 3 Pc Kettle, Electric(electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220//240vac, 50/60hz, 1000 -1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item.) 5 Pc Laundry Sorter(3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges) 2 Pc Light, Emergency(emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 " Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item.) 2 Pc Mirror Wall Mirror With Frame Flat Glass Mirror, 2 Mm Thick (minimum), Clear With No Distortion Frame: Wood Or Plastic Commercial Finish Rectangular Shape, 3600 Sq.cm (minimum) Includes Mounting Accessories Smooth Surface, No Sharp Edges) 20 Pc Mop (mop, Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges 1 Set Polisher, Floor, Electric, With Accessories(electric Floor Polisher With Accessories Material: Stainless Steel, Aluminum Alloy Handle: Stainless Tube, Adjustable Height 1 Meter Long (approximate), With Dual Switch Lever Size/capacity :13 Inch (minimum) Diameter Power Supply: 220/240 Vac, 50/60 Hz. Power: 1/3 Hp (minimum) Rotation Speed : 160 Rpm (minimum) Heavy Duty (royal) Power Cord Length : 12 Meters (minimum) With Type A Plug (or Providing 10a Plug Adapter Is An Option) With Pair Of Rubber Wheels, Smooth Surface, No Sharp Edges Comes With Pad Holder, 2 Pcs - Polishing Brush And 3 Pcs - Floor Polishing Pads Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, Brand Name And Electric Rating Permanently Mark On The Item, With 1 Year Warranty Parts And Service The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 5 Pc Shelving(shelving, Open, Knockdown Type, Adjustable Shelves Metal Powder Coated Frame Number Of Shelves : 5 Overall Dimensions : 85 X 30 X 180 Cm(minimum) Sturdy Connection, No Wobble Smooth Surface, No Sharp Edges) 5 Pc Sign, Caution(caution Sign, A Shape-2 Panel Self Standing, With D-handle, Collapsible For Easy Storage Material : High Impact Plastic, Panel Dimension : Rectangular (lxw) 55-65 Cm X 25 X 61 0m (minimum), Panel Depth : 2 Cm (minimum) Color : Yellow Print Description : "caution: Wet Floor" On One Side "cleaning In Progress On The Other Side, Both Messages Provided With Graphics Printed In Black. Font Size: 100 -120 Mm X 50 -70 Mm, Arial Smooth Surface, No Sharp Edges) 10 Pc Sponges, Dish(dish Sponge, Cellulose, Non-scratch Dimensions : 5 X 3 X 1 Inch (minimum) Branded) 10 Pc Spray Gun, Water(barber/salon Spray Gun Material: Hdpe Transparent Plastic Capacity: 300 Ml.(minimum) Trigger Type Sprayer Dimension: Diameter :7 Cm. X Height: 16.3 Cm (minimum) Rotating Nozzle To Adjust Spray Patterns Smooth Surface, No Sharp Edges Must Be Branded) 10 Pc Squeegee(squeegee, Short Handle Head/blade Material: Stainless, Rubber Handle: Plastic Or Stainless Steel Blade Length: 25 - 30 Cm Overall Length (handle And Head) 20 - 32 Cm No Sharp Edges ) 5 Pc Squeezer, Mop(mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters "caution" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges) 1 Pc Step Ladder(material: Aluminum U Channel Capacity: 250 Lbs (minimum) Type: Flatform Type Number Of Step: 6 (including Top Step) Reach Height: 6 To 8 Feet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum) Twin Steps With Gripped Treads To Prevent Slipping Step Braces On Top And Bottom Step Heavy Duty Aluminum Foot Bracket With Slip-resistant Foot Pad With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, Brandedfeet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum)) 2 Pc Vacuum Cleaner, Dry And Wet(electric Vacuum Cleaner, Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels Material : Hard Plastic, (abs) Or Rust Proof Body Equivalent Power Supply : 220/240vac, 50/60hz, 1000 Watts (minimum) Auto Shut Off Tank Capacity : 20 Liters (minimum) Equipped With Complete Accessories I.e., Detachable Vacuum Hose Assembly (flexible Non-kink), Extension Tubes/wands, Carpet (long Square) Brush Nozzle, Wet And Dry Floor Brush Nozzle, Crevice Nozzle, Hepa Filter, Sponge Filter/washable Cloth Bag. Comes With 4 Meters (minimum) Heavy Duty (royal) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. The Item Must Be Branded, Brand Name And Electric Rating Permanently Mark On The Item. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 1 Unit Washer, Laundry(1. Front Load Electric Washer, Laundry 2. Electronic Control, Digital Indicator Display , Transparent Glass Door 3. Body Material : Steel, Powder Coated, Any Color 4. Dimensions (wxdxh): 590 Mm (minimum) X 490 Mm (minimum) X 820 Mm (minimum) 5. Drum Material : Stainless Steel 6. Capacity : 8 Kg (minimum) 7. Spin Speed : 1200 Rpm (minimum) 8. Power Rating: 220 /240vac, 50/60 Hz. 9. Comes With A 1 Meter (minimum) Heavy Duty Power Cord With Male Plug To Adapt Type A Outlet (or Providing 20a Plug Adapter Is An Option) 10. Smooth Surface, No Sharp Edges 11. With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 9.includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures 12.the Item Must Be Branded, Dti-bps Certified, 1 Year Warranty Parts And Service 13. With Service Centers Located In Major Cities In The Philippines. 14.the Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market.) 2 Pc White Board(white Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform. Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Caps Comes With Metal Tray For Marker And Eraser The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels Overall Height From Floor: 210 To 214cm Smooth Surface, No Sharp Edges) Lot 7. Tangub City National High School (food And Beverage Services Nc Ii) Php 571,245.00 50 Pcs Chair, Dining Type : Dining Side Chair Body Shape: Square Material : Metal (round Or Square) Dimesion: Total Height - 33" X 15" X15" (minimum) Capacity: 150 Kg. Black Colored Powder Coated Frame With Foam On Seat Packed In Carton Box The Item Must Have Good Quality 4 Pcs Coffee Pot, 2 Pints Type: Manual Drip Body Shape: Round Material : Stainless Steel With Cover Capacity : 2 Pints Outside Diameter : 90 -110 Mm Over-all Height : 200 - 230 Mm Thickness : 0.5 - 1 Mm With Handle And Spout Packed In Carton Box The Item Must Have Good Quality 6 Pcs Container, Creamer Design: Type: Porcelain With Spout Body Shape: Circular Material: Porcelain Diameter : 50 - 65 Mm Height : 80 - 105 Mm Color : White Appearance : Glossy White Packed In Carton Box The Item Must Have Good Quality 24 Set Cups Ans Saucers 5-6 Oz. 1. Material : Porcelain 2. Capacity : 5 Oz./140 Ml 3. Heatproof Up To 300 Deg. C 4. Color : White 5. The Item Must Be Of Good Quality 6. Packed In Carton Box 10 Pcs Folder, Menu Type: Leather Menu Folder Body Shape: Rectangular Material: Leather With 2 Partitions And 6 Inserts Size: 31.5cm X 24.5cm Color: Brown/black Applicable Paper Size: A4 50 Pcs Fork, Cocktail 1. Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design 2. Type : Rounded Tip Handle 3. Over-all Length : 110 - 165 Mm 4. Width : 20 - 30 Mm (minimum) 5. Handle Thickness : 2 Mm To 4 Mm 6. Handle Length : 75 - 90 Mm 7. Small, 8. Color : Silver 9. The Item Must Be Branded And Have Good Quality. 50 Pcs Fork, Dessert Type : Dessert Fork Body Shape: Fork Shape, Round Tip Material/appearance : Stainless Steel, Highly Polished,with Plain Design, Rounded Tip Handle Length : 150 Mm - 175 Mmwidth : 20 - 30 Mmhandle Thickness : 1.5 Mm - 3 Mm Number Of Tines : 4 Handle : 130 Mm (minimum) Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 60 Pcs Fork, Dinner Type: Dinner Fork Body Shape: Fork Shape Material / Appearance : Stainless Steel, Highly Polished, With 4 Tines Over - All Length : 120 - 175 Mm Thickness Of Handle : 2 - 3 Mm Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 36 Pcs Fork, Fish Type : Fish Fork Body Shape: Fork Shape With Round Tip Material / Appearance : Stainless Steel, Highly Polished, With Plain Design Over-all Length : 180 - 215 Mm Fork Width : 1.5 Mm - 3 Mm Fork Thickness : 1 Mm - 2 Mm Number Of Tines : 4 Length Handle : 120 - 130 Mmhandle Thickness : 2 Mm - 3 Mm Color : Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 36 Pcs Fork, Oyster Type: Oyster Fork Body Shape: Fork Shape Material: Stainless Steel, With High Polish Appearance, And With Plain Design Length: 90 - 120 Mm Thickness: 1 Mm - 3 Mm Silver Color With Three Short Wide Curved Tines Packed In Plastic Pouch The Item Must Be Of Good Quality 24 Pcs Glass, Champagne Flute Type : Flute Glass Body Shape: Round Material: Clear Crystal Glass Dimension : Height: 20 -24 Cm, Top Diameter: 50 -70 Mm, Bottom Diameter: 60 - 80 Mm Capacity: 250 Ml. (minimum) Thickness: 1.5 - 3 Mm Packed In Carton Box The Item Must Have Good Quality 36 Pcs Glass, Collins Type: Tumbler Body Shape: Round Material : Clear Glass Capacity : 10 Oz To 14 Oz Thickness : 1.5 -3 Mm (minimum) Packed In Carton Box The Item Must Have Good Quality 36 Pcs Glass, Juice/hi-ball 1. Material : Clear Glass 2. Type : Hi-ball 3. Height : 140 - 160 Mm 4. Bottom Diameter : 50 -70 Mm 5. Top Diameter : 50 - 70 Mm 6. Thickness : 2 - 4 (minimum) 7. Capacity : 8 Oz. To 10 Oz. 8. Diswasher Safe 9. The Item Must Be Branded And Good Quality 10. Packed In Carton Box 36 Pcs Glass ,pilsner(ice Tea Glass) Type:falired Rim,body Shape:round Slender Bowl,material:clear Glass Capacity:20 0z To 23 Oz With Flaired Rimand Slender Shape Packed In Carton Box.the Item Must Have Good Quality. 36 Pcs Glass, Red Wine Type: Royalty Body Shape: Balloon Shaped Bowl Material: Crystal Clear Glass Rim Diameter : 55 - 60 Mm Thickness : 1.5 Mm - 3 Mm Over - All Length : 200 -220 Mm Capacity : 250 -300 Ml Stem Diameter : 6 - 8 Mm Stem Length : 85 - 90 Mm Base Diameter : 75 - 85 Mm Base Thickness : 2 - 4 Mm 40 Pcs Glass, White Wine Type: Royalty Body Shape: Balloon Shaped Bowl Material: Crystal Clear Glass Rim Diameter : 55 - 60 Mm Thickness : 1.5 - 3 Mm Over -all Length : 200 -220 Mm Capacity : 270 - 300 Ml Stem Diameter : 6 - 8 Mm Stem Length : 75 - 85 Mm Base Diameter : 70 - 80 Mm Base Thickness : 2 - 5 Mm 4 Pcs Gravy Boats Type: Steel Type Body Shape: Boat Shape With Handle Material: Stainless Steel Capacity : 5 Oz. Appearance: Mirror Polish Finish Size :17cm X 7.3cm X 8.2 Cm / 6.7 X 2.9 X 3.2 Inches (minimum) The Item Must Have Good Quality Packed In Plastic Pouch 4 Pcs Ice Bucket, 2 Liters With Tongs Type: Steel Type Body Shape: Circular Set Includes: A. Ice Bucket Material : Stainless Steel Diameter : 140 - 180 Mm Height : 140 - 170 Mm Thickness Of Bucket : 0.7 - 2 Mm Capacity : 2 Liters (minimum) The Item Must Have Good Quality 24 Pcs Knife, Butter 1. Material : Stainless Steel W/ Highly Polished Appearance 2. Over-all Length : 140 Mm - 150 Mm 3. Handle Thickness : 3 Mm - 5 Mm 4. With Dull Edge And Rounded Tip 5. The Item Must Have Good Quality. 6. Packed In Carton Box 24 Pcs Knife, Dinner Type: Dinner Knife Body Shape: Flat With Round Tip Material / Appearance : Stainless Steel Blade Highly Polished Handle Material : Stainless Steel Overall Length : 160 - 190 Mm Blade Thickness : 2 - 4 Mmhandle Thickness : 3 - 6 Mm Serrated Blade With Rounded Tip Packed In Carton Box The Item Must Have Good Quality 24 Pcs Knife, Fish Type : Fish Knife Body Shape: Flat With Pointed Tip Material / Appearance : Stainless Steel, Highly Polished W/ Plain Design Overall Length : 200 - 220 Mm Width Blade : 20 - 25 Mm Thickness Of Blade : 2 Mm - 4 Mm Thickness Of Handle: 3 Mm - 6 Mm Wide Blade, Dull Edge, Tip Made With A Notched Point Color : Silver Packed In Carton Box The Item Must Have Good Quality 20 Pcs Napkin Holder (stainless) Type: Steel Type Body Shape: Rectangular Material : Stainless Steel With Highly Polished Appearance Dimension : Width : 70 - 90 Mm X Length : 150 - 170 Mm , Thickness : 0.7 Mm -2 Mm Packed In Plastic Pouch The Item Must Have Good Quality 20 Pcs Order Pads Type: Numbered Pads Body Shape: Rectangular Material : 80 Gsm Offset Paper Each Pad Comes With A 100 Sheets And Corresponding Copy Page Each Pad Has Sequentially Numbered Orders To Make It Easy To Keep Track With 100 Sheets Per Pad And 10 Pads Included Can Take 1000 Orders Before You Run Out Packed In A Plastic Pouch 12 Pc Pepper And Salt Mill Type: Pepper & Salt Mill Body Shape: Round Body Material: Wood Size: Diameter: 5 Cm X Height: 20 Cm (minimum) Carved Of Wood With Stainless Steel Grinding Mechanism Color: Natural Screw Cap At The Top Of The Mill To Adjust The Thickness Of Peeper Or Spices Preferably With A Packing Case Food Grade And Nontoxic Must Be Branded 50 Pc Plate Covers Type: Steel Type Body Shape: Circular Material: Stainless Steel, Mirror Polished Diameter: 10 1/4 Inches (minimum) Height: 2 7/8 Inches (minimum) Thickness: 1/16 Inch. (minimum) With Handle Packed In Plastic Pouch The Item Must Have Good Quality 50 Pc Plate, Dessert, 7" To 8" Type: Plain Type Body Shape: Circular Material: Porcelain Supply Must Be A Set, Consisting Of One (1) Of Each: 7 Inches And 8 Inches Plates Color : White Inner Diameter: 145 To 165 Mm Thickness : 3 To 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 60 Pc Plate, Dinner, 10" Type: Plain Type Body Shape: Circular Material: Porcelain With No Design Color: White Inner Diameter : 200 Mm - 215 Mm Outer Diameter : 250 - 260 Mm Thickness : 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 50 Pcs Plate, Fish, 8" To 9" Type: Plain Type Body Shape: Circular Material : Porcelain With No Design Supply Shall Be A Set Consisting Of: One (1) Each 8 Inches And One (1) Each, 9 Inches Color : White Inner Diameter : 165 Mm - 190 Mm (minimum) Thickness : 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 10 Pcs Round Table (8's) Type: Foldable Body Shape: Round Material: High Density Polyethylene Table Top Powder Coated Steel Frame Size: 154cm X 74cm X4.5cm (minimum) Good For 8 To 10 Seater Capacity Tube Size : 28 Mm Diameter X 1 Mm Thickness Packed In A Carton Box The Item Must Have Good Quality 50 Pcs Salad Forks Type: Salad Fork Body Shape: Fork Shape Material/appearance: Stainless Steel, Highly Polished, With 4 Tines Length: 150 Mm - 175 Mm Thickness Of Handle : 2 Mm - 3 Mm Color: Silver Packed In Plastic Pouch The Item Must Be Of Good Quality 50 Pcs Salad Knife Type: Salad Knife Body Shape: Semi Rectangular Blade With Pointed Tip Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design Overall Length: 145 -160 Mm Blade Thickness: 2 Mm To 4 Mm Handle Thickness: 4 Mm To 6 Mm Handle Material: Stainless Steel Rounded Tip Handle Packed In Carton Box The Item Must Have Good Quality 50 Pcs Salad Plates 7" To 8" Type: Plain Type Body Shape: Circular Material: Porcelain With No Design Supply Must Be A Set Consisting Of One (1) Each: 7 Inches And 8 Inches Plates Color: White Diameter (inner): 150 Mm - 165 Mm Thickness: 3 Mm - 6 Mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 20 Pcs Salt And Pepper Shakers Type: Glass Type Body Shape: Square Material: Glass And Aluminum Over-all Height: 75 -90 Mm Length: 50 -60 Mm Width: 50 -60 Mm Aluminum Cover Packed In Carton Box The Item Must Have Good Quality 25 Pcs Sauce Laddles Type: Spouted Bowl Body Shape: Circular With Pouring Spout Material: Stainless Steel, Highly Polished Appearance Over-all Length: 220 -230 Mm Ladle Bowl Length: 60 -65 Mm Long Ladle Bowl Diameter: 65 -70 Mm Depth: 10 -15 Mm Handle Details: 150-155 Mm Long X 20 -30 Mm Wide X 2 - 4 Mm Thick Color: Silver With Hang Hole For Hanging And Easy Access Dishwasher Safe Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Server, Cake 1. Material : Stainless Steel Blade , Highly Polished Appearance 2. Over-all Length : 220 To 270 Mm 3. Width : 60 - 80 Mm 4. Thickness : 1.5 Mm To 2 Mm 5. Handle : 120 -140 Mm Long, Non-toxic Plastic 6. Shape : Shovel-shaped 7. Color : Silver 8. The Item Must Have Good Quality 9. Packed In Carton Box 50 Pcs Service Forks Type : Service Fork Body Shape: Fork Shape Material/appearance: Stainless Steel, Highly Polished, W/ Palin Design Over-all Length: 220 Mm - 260 Mm Width: 20 - 25 Mm Handle Thickness: 1.5 Mm - 4 Mm Handle Length - 165 Mm - 185 Mm 4 Tines Color: Silver Packed In Plastic Pouch 25 Pcs Service Tray Type: Plastic Body Shape: Rectangular Material: Plastic (pp) Size : 14 Inches X 18 Inches X 1 Inch (minimum) Color : Any Packed In Plastic Pouch The Item Must Have Good Quality 25 Set Show/service/base Plates 11" To 14" Type: Plain Type Body Shape: Round Material: Porcelain With No Design Supply Must Be A Set Consisting (1) Of Each: - 11 Inches, - 12 Inches, - 13 Inches, And - 14 Inches Plates Color: White Diameter, Inner : 225 Mm - 250 Mm Thickness: 3 Mm - 6 Mm Smooth And Glossy Surfaces 50 Pcs Side Plates Or Bread Plates 6'' Type: Plain Type Body Shape: Round Material: Porcelain With No Design Color: White Inner Diameter: 95 Mm To 120 Mm Outer Diameter: 145 Mm To 170 Mm Thickness : 3 Mm - 6mm Smooth And Glossy Surfaces Packed In Carton Box The Item Must Have Good Quality 50 Pcs Side Towels Type: Chef's Towel Body Shape: Rectangular Material: Oxford Polyester Soft Cloth Over-all Length : 640 - 680 Mm Over-all Width : 420 -460 Mm Color : Plain White Packed In Plastic Pouch The Item Must Have Good Quality 25 Pcs Silver Platter Type: Steel Type Body Shape: Round Material: Stainless Steel Diameter: 300 -330 Mm Thickness: 1 - 2 Mm Packed In Plastic Pouch The Item Must Have Good Quality 50 Pc Soup Bowl Type: Plain With Two Handles Body Shape: Circular Material : Porcelain Capacity : 24 Oz. (minimum) Packed In Carton Box The Item Must Have Good Quality Packed In A Carton Box 25 Pc Soup Laddle Type: Steel Type Body Shape: Circular Material: Stainless Steel, Highly Polished Appearance Over-all Length : 220 -235 Mm Ladle Bowl Details : 60 -65 Mm Long, 60 -75 Mm Diameter, 10 -15 Mm Deep Handle Details : 145 - 155 Mm Long X 12 - 25 Mm Wide X 1.5 -3 Mm Thick Color : Silver With Hang Hole For Hanging And Easy Access 15 Pc Soup Tureen Type: Steel Body Shape: Round Material: Stainless Steel Capacity: 7 - 11 Quart Size : 60 X 35 X 32 Cm (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoon, Dinner Type : Dessert Spoon Body Shape: Oval Material/appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length : 175 To 190 Mm Thickness : 2 Mm - 3 Mm Shorter Handle : 120 -130 Mm Color : Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoon, Dessert Type : Dessert Spoon Body Shape: Oval Material/appearance: Stainless Steel, Highly Polished With Plain Design Over-all Length : 175 To 190 Mm Thickness : 2 Mm - 3 Mm Shorter Handle : 120 -130 Mm Color : Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoons, Service Type : Service Spoon Body Shape: Oval Material: Stainless Steel, Highly Polished, W/ Plain Design Over-all Length: 220 Mm - 250 Mm Width: 30 - 38 Mm Handle Thickness: 1.5 Mm - 4 Mm Handle Length - 165 Mm - 185 Mm Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Spoons, Soup (cream And Cosume) Type: Soup Spoon Body Shape: Round Material/appearance : Stainless Steel, Highly Polished, W/ Plain Design, Rounded Tip Handle Over-all Length : 165 Mm - 200 Mm Smaller Oval Shaped Spoon Bowl And Tapers Slightly To The Tip Shorter Handle : 110 Mm - 170 Mm Thickness : 1.5 Mm - 3 Mm Color : Silver Packed In Plastic Pouch 50 Pc Steak Knife Type: Steak Knife Body Shape: Flat With Serrated Edge Material: Stainless Steel Steel Blade With Wooden Handle Length: 170 Mm To 203 Mm Handle Wood Thickness: 10 - 14 Mm With Serrated Blade Packed In Carton Box The Item Must Have Good Quality 25 Pc Sugar Container Type: Glass Type Body Shape: Round Material: Glass With Brass Lid (or Equivalent) Diameter: 70 -80 Mm Height: 130 -140 Mm Capacity: 12 Oz. Packed In Carton Box The Item Must Have Good Quality 50 Pc Table Cloth, 54 X 54 Inches Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Color: Plain White Dimension: L 54 Inches X W 54 Inches (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 100 Pc Table Cloth, Rectangular Type: Plain Cloth Body Shape: Rectangle Material : Linen Size : 120cm X160cm (minimum) Color : Any Color But Not Black Feature: Washable Packed In A Plastic Pouch 100 Pc Table Napkins, Cloth, 16"x16" Type: Plain Cloth Body Shape: Square Material: Oxford Polyester Cloth Or Its Equivalent Size: L 16 Inches X W 16 Inches (minimum) Color: Plain White Packed In Plastic Pouch The Item Must Have Good Quality 80 Pcs Table Skirting Cloth 90" To 90" Type: Plain Cloth Body Shape: Square Material: American Cotton Twill Cloth Color: Any Color Except Black Dimension: 90 Inches X 90 Inches (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Table, Square/rectangular (4's Or 6's) Type: Foldable Plastic Body Shape: Square/rectangle Material: High Density Polyethylene Table Top Powder Coated Steel Frame Dimension: 37 - 39 X 37 - 39 Inches Color: White Good For 4 Persons Packed In Carton Box The Item Must Have Good Quality 20 Pcs Tea Pot, 2 Pints Type: Porcelain Type Body Shape: Round With Handle And Pouring Spout Material : Porcelain Capacity : (2 Pint) Color : White Packed In Carton Box The Item Must Be Of Good Quality 50 Pcs Teaspoon Type : Tea Spoon Body Shape: Oval Tip Material/appearance: Stainless Steel, Highly Polished, W/ Plain Design Over-all Length: 120 Mm To 140 Mm Handle Thickness: 2 Mm To 4 Mm Short Handle Length - 100 Mm (minimum) Color: Silver Packed In Plastic Pouch The Item Must Have Good Quality 15 Pcs Tong, 8 Inches Type: Tong, 8 Inches Body Shape: Standard Material: Stainless Steel Size: 8 Inches Stainless-steel Arms With Soft, Comfortable Grips Nylon Heads Safe For Nonstick Cookware Heat-resistant Up To 400 Degrees Fahrenheit Tongs Lock Closed For Storage Preferably With A Packing Case Food Grade And Dishwasher-safe Must Be Branded 30 Pcs Tooth Pick Holder Type: Steel Type Body Shape: Round Material: Stainless Steel, Highly Polished In Appearance Diameter: 30 -35 Mm Diameter (minimum) Height: 65 -75 Mm Capacity: 1.24 Oz. (minimum) Packed In Plastic Pouch The Item Must Have Good Quality 20 Pcs Tray Stand Type: Foldable Body Shape: Rectangular Material: Chrome Plated Metal Folding Tray Stand Length: 470 -490 Mm Width: 400 -440 Mm Height: 770 -790 Mm Packed In Plastic Pouch The Item Must Have Good Quality 30 Pcs Tray, Bill Folders/change 1. Material : Heavy Duty Plastic ( Abs ) Or Its Equivalent 2. Height : 190 - 220 Mm 3. Width : 120 -140 Mm 4. Thickness : 2 Mm To 3 Mm (minimum) 5. Color : Black 6. With Check And Pen Holder 7. The Item Must Have Good Quality 8. Packed In Plastic Pouch 20 Pcs Tray, Round (bar) Type: Plastic Body Shape: Round Material: ( Pe/abs) Plastic Rubberized Surface, Non-slip/grip Tight Over-all Diameter: 345 -360 Mm (minimum) Thickness: 2 - 4 Mm (minimum) Color: Black Packed In Plastic Pouch The Item Must Have Good Quality 50 Pcs Water Goblet Type: Water Goblet Body Shape: Balloon-shaped Bowl Material: Crystal Clear Glass Over-all Length: 200 -220 Mm Capacity: 270 Ml To 300 Ml Rim Diameter - 55 -65 Mm Thickness: 1 Mm To 3 Mm Stem Length : 75 -85 Mm Stem Diameter : 6 -8 Mm Base Thickness : 3 -4 Mm Base Diameter : 7 -80 Mm Packed In Carton Box The Item Must Have Good Quality 30 Pcs Water Pitcher (stainless) Type: Steel Type Body Shape: Circular Material: Stainless Steel, Highly Polished Appearance Height: 170 Mm To 220 Mm Top Diameter: 110 -120 Mm (approximate) Capacity: 1 - 1.5 Liter With Pour Spout Dishwasher Safe Packed In Plastic Pouch The Item Must Have Good Quality Lot 8. Tangub City National High School (front Office Services And Local Guiding Services) Php 232,832.00 50 Pcs Calculator Type: Simple Calculator, Non Scientific Body Material: Hard Plastic Minimum Size: 110mm Width X 140mm Long Lcd Display: At Least Font Size Is 8mm X 5mm With Dual Power; Solar Cell And Battery With At Least 8 Digits Display Includes Spare Battery Packed With Protective Carton Box User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions C. Operating Procedures On How To Use The Equipment, 1 Pcs Cart, Bell Boy Type:hotel Luggage Trolley Capacity: At Least 450 Kilograms Minimum Dimensions: Length - 1000mm X Width - 600mm X Height - 1700mm Frame Material: Stainless Steel Tubing Stainless Tube Diameter: At Least 35mm Black Powder Coated Steel Platform With Carpeted Surface And Rubber Bumper At The Edge With 4 Pieces X 200mm Diameter Black Pneumatic Swivel Wheels Packed With Shipping Carton Box Branded 1 Pcs Cash Register With Drawer Printer: Width: 57mm (minimum) Speed: 2 Lines/sec (minimum) Lcd Display Size: 5cm Width X 10cm Long(minimum) With Drawer At Least 4 Bills And 5 Coins Compartments With Drawer Dimension At Least 410mm Width X 450mm Depth Input Method: Numeric 10-key Interface With At Least 2 Ports Power Source: 220-240volts Ac, 50/60hz; With Ac/dc Adapter Can Be Operated With Battery Programmable User's Manual In English Which Includes: A. Parts Manual With Labels, 1 Pcs Credit Card Imprinter Height Of The Imprinter 2 1/2 Inch (minimum) X Width 5 1/2 Inch (minimum) X Length 11 Inches (minimum) Carriage Material: Steel Body:plastic Color: Black 20 Characters Per Line Card Mounting Can Accepts At Least 0.030" Thick Size Credit Cards Plate Can Accommodate Up To 5 Lines, Manual Type With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, C. Operating Procedures 30 Pc Credit Card Voucher Holder Material: 3 Mm Thick Clear, Acrylic, Dimensions: Height: At Least 255 Mm, Width: At Least 210 Mm, Thickness: At Least 70 Mm 1 Pcs Detector, Fake Bills Led Display; Led Display Size: At Least 5 Cm Width X 10 Cm Long; Hard Plastic Casing; Ultraviolet (uv) And Magnetic (mg) Sensors; Power Source: Built In Rechargeable Battery,12v Output And Ac 100- 240v Adapter; With Complete Detection; Accessories Includes: Tough Plastic Carrying Case, Power Cord, Cleaning Brush, And Power Charger; User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, 3 Pcs Guest Folio Rack Material: Hard Plastic; Accommodates At Least 50 Room Divider Indexes; With Divider Boards With Metal Tabs; A4 Size Divider; With Metal Sidings 1 Pc Hypercom Memory: 1 Mb Ram (minimum) Lcd Display; 160 X 80 Pixel Graphics (minimum) With Card Reader Magnetic Stripe Pin Pad Port: 4-wire, Rs485; With Peripheral Ports For Pc Connection; Electronic Cash Register Or Journal Printer; With At Least 2400bps Modem; Support Synchronous (sdlc) And Asynchronous, Lan Operation; With Pin Encryption; With Thermal Printer At Least 576 Dots Per Line; Thermal Paper – 2 Inches Wide X 3 Inches Roll Diameter (min.); Keypad: Membrane, 12 Keys, Water-resistant; 1 Pc Key Card Maker With Verifier Set Of Hotel Door Lock System With Management Software; A) 1 Unit - Card Type Door Lock With Inductive Distance At Least 4cm B) 1 Unit - Card Encoder Unit With 25 Pieces Door Room Key Cards Computer Software System For Door Lock And Making Cards With Complete Accessories Including The Usb Type A Cable Interface To The Computer User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions C. Operating Procedures On How To Use The Equipment 1 Pcs Key Rack Rack Material: Wood Number Of Racks: Can Accommodate At Least 40 Key Cards Minimum Rack Size: 70mm Width X 110mm Height Depth Of The Rack At Least 50mm Any Color Paint Type:wall Mounted Rack Pack With Shipping Carton Box 1 Pc Safety Deposit Box Vault Material: Metal, Powder Coated, Solid Steel Door Thickness: 4mm(minimum) Body Thickness: 2mm(minimum) Minimum Outer Dimension: L: 30cm X H: 20cm X W: 20cm Electronic Lock System Battery Operated Digital Panel: Requires 4 X ‘aa’ Batteries User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, C. Operating Procedures On How To Use The Equipment, Branded 20 Pcs Speaker, Lapel Frequency At Least 500mhz With Audio Input Connector With Operation Range At Least 50meters Receiver/70ma Earphone Output Level: 32ohm, 65mw Operates With Energizer Battery With Minimum Powerconsumption Of Transmitter At Least 3v/70ma Receiver: 3v/70ma 25 Sets First Aid Kit Type: Emergency Case; Contents: First Aid Quick Reference Guide, 1pc; Sterize Gauge Swab(4 X4 X12 Ply) 100 Pcs/pack, 1 Pack; Adhesive Strips/band -aid, 50 Pcs/pack, 2 Packs; Gloves, Disposable, Medium Size, 2 Pairs; Hypo Allergenic Adhesive Tape, 5cm X 5cm, 2 Rolls; Triangular Bandage/arm Sling, Min 90cm X 90cmx 120cm, 2pcs; Safety Pins, 1 1/4 Inches, (12 Pcs), 1 3/4 Inches (12 Pcs); Stainless Steel Bandage Scissors, 2pcs; Betadine, 60ml, 2 -3 Years Expiration, 2 Bottles; Dust Mask, 2pcs; Hand Towels Or Face Towels, White Color, 6 Pcs; Gauze Bandage, Minimum 5cm X 4cm, 2 Rolls; Antiseptic Handwash/germicidal Soap, 60 Gms , 2pcs; Torniquet, 2 Pcs; Spirit Of Ammonia, 30ml, 2-3 Years Expiration, 1 Bottle; Burn Cream Ointment, 20g To 30g, 2- 3years Expiration, 1 Tube; Medical Tweezers Min. 8cm, Plastic, 2pcs; Plastic Bags, Resealable, Minimum Of 24pcs, 100mm X 180mm, 24pcs, 150mm X 230mm Cotton Balls , 50 Balls In A Sealed Package, 2 Packs Hot And Cold Pack, Reuseable, 1 Pack Water Resistant And Sturdy Case W/ Handle That Can Accommodate All The Listed Items. 4 Pcs Megaphone Battery Operated (4 Pcs - Size D Battery) With Built-in Siren Power Output: 20-watts (minimum) Range: 700 Meters (minimum) With Hand Grip And Carrying Strap Branded With Users Manual That Contains The Specification, List Of Parts, Instruction Guide, Troubleshooting, Safety Instruction. 100 Pcs Whistle Anodized Aluminum;size : Length - 6.5cm X 3cm Diameter; Handy And Lightweight; Loud Whistle Can Be Heard For Far Distance Of 100 Meters; With Key Ring For Attachment 2 Pcs White Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform.board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Capscomes With Metal Tray For Marker And Eraserthe Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobblewith 4 Lockable Hard Plastic Caster Wheelsoverall Height From Floor: 210 To 214cmsmooth Surface, No Sharp Edges Total Abc 3,978,106.00 2. The Department Of Education – Division Of Tangub City Now Invites Bids For The Above Procurement Project. Second Procurement Of Learning Tools And Equipment For Technical Vocational Livelihood To Deped-public Schools. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Education – Division Of Tangub City And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. , Mondays To Fridays Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 From 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: Lot 1 - Five Hundred Pesos (p500.00) Lot 2 - Five Hundred Pesos (p500.00) Lot 3 - Five Hundred Pesos (p500.00) Lot 4 – One Thousand Pesos (p1,000.00) Lot 5 - Five Thousand Pesos (p5,000.00) Lot 6 - Five Hundred Pesos (p500.00) Lot 7 – One Thousand Pesos (p1,000.00) Lot 8 - Five Hundred Pesos (p500.00) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Education – Division Of Tangub City Will Hold A Pre-bid Conference On January 20, 2025, 9:00 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 As Indicated Below On Or Before 9:00 A.m. On February 4, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall February 4, 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. Bidders Or Its Authorized Representatives Are Encouraged To Attend The Pre-bid Conference To Ensure That They Fully Understand The Procuring Entity’s Requirements. 11. The Department Of Education – 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. 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/ 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://tangub.deped.gov.ph/ Erlinda G. Dael, Phd., Cese Assistant Schools Division Superintendent Bac Chair

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation Number 70z04025qag131 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dated January 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310. nsn 4320-01-122-3852 pump Centrifugal oem: Curtis -wright Pump pn: Y671191 qty: 06 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn 4320-01-122-3852 pump Centrifugal oem: Curtis -wright Pump pn: Y671191 qty: 06 Ea delivery: delivery Is Required Jun 30, 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88a 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than Jan 21, 2025, By 10:00 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Yvette.r.johnson@uscg.mil. overhaul Description for Official Use Only item Name Pump,centrifugal stock Number 4320-01-122-3852 part Number D1161-6x4x6 used On Wmec 270 Class items As Received By The Contractor Must Be Complete And Of the Proper Cited Part Number. Discrepancies Shall Be Reported To the Coast Guard Contracting Officer. overhaul Requirements: descriptive Specification Data: pump Serial Nrs Y671191 - Y671191g And Y724155 - Y724155q; Verticle Style pump; 6 Inch Suction Qty One; 4 Inch Discharge Qty One; Max Discharge flowrate 900 Gpm; Intake / Discharge Connection Type Round Flange; Total Head 90 Ft; 3550 Rpm Auxilary Saltwater Cooling (u/w Asw Pump). consolidated List Of References the Below-listed Documents Form A Part Of This Specification To The Extent specified Herein. Approval / Publication Dates Or Revision Dates / Numbers are Also Identified, To Ensure That Same Document Versions Are Used At Time of Specification Writing And During Contract Execution. all Coast Guard Drawings, Technical Publications, And Standard Specifications will Be Provided To Contractors By The Coast Guard At An Appropriate Time, Or upon Request, Free Of Charge. Other Government Documents May Be Accessed - free Of Charge - As Follows: mil/dod/cid Specifications: http://www.assistdocs.com/search/search_basic.cfm commandant Instruction Manuals: Http://www.uscg.mil/directives/default.asp public Laws, Code Of Federal Regulations, U.s Codes, And Other Federal government Laws:: Www.gpoaccess.gov the Government Is Aware Of The Following Internet Web Links Where Contractors may Procure Commercial Specifications: american Welding Society (aws): Http://www.awspubs.com/index.php ansi, Astm, Ieeee, Nfpa, Asme, Sae Standards: Http://www.techstreet.com/ nfpa: Http://www.nfpa.org sspc Standards And Pictorial Guides: http://shopping.netsuite.com/sspcmarketplace coast Guard Drawings: not Applicable. coast Guard Publications: coast Guard Technical Manual (tm) 2700, Swbs 256 A, Auxiliary Salt Water cooling Pump. (work Item 1). surface Forces Logistics Center Specification D-000-0100 Rev G, Change 1 dated 03/06/2006, Bar Coding For Uscg Surface Forces Logistics Center material. other References: sae Standard, general Requirements 1. Scope 1.1 Intent: This Section Describes The Requirements Which The Contractor shall Follow Applicable To All Pumps Inducted For Overhaul Under This contract. Additional Specific Requirements Applicable To A Designated Model / Unit Are Addressed In The Applicable Individual Work Items (wi) Within This specification Package. These General Requirements In Conjunction With The applicable Wi Make Up The Overall Contractor Repair / Overhaul Requirements for Each Pump. 2. References coast Guard Drawings none coast Guard Publications surface Forces Logistics Center Specification D-000-0100 Rev G Dated 06/2006, bar Coding For Uscg Surface Forces Logistics Center Material. other References code Of Federal Regulations (cfr), Title 40, Chapter I, 2008, Environmental protection Agency. national Conference Of Standards Laboratories (ncsl) Z540-3-2006, Dated 2006, requirement For The Calibration Of Measuring And Test Equipment. mil-prf-81309f Dated 05/16/2005, Type 2, Class 1 Or 2, Corrosion Preventive compounds, Water Displacing, Ultra-thin Film. mil-d-3464e Dated 04/1987- Desiccants, Activated, Bagged, Packaging Use And static Dehumidification. mil-prf-131k Type 1, Dated 28 Aug 1998- Barrier Materials, Water Vapor proof, Greaseproof, Flexible, Heat Sealable. astm International (astm) D3951, Reapproved 2004, Standard Practice For 3.3 Billable Costs: The Contractor Shall Provide All Labor And Materials To perform The Overhaul Services As Described In The Wi For Each Pump. 3.4 Inspections: 3.4.1 Receiving Inspection: The Contractor Shall Immediately Notify The coast Guard Contracting Officer (cg Ko) If The Make, Part Number, Model and/or Inlet/outlet Size Delivered For Overhaul Do Not Conform To The Pump cited. A Government Furnished Property Discrepancy Report Shall Be Submitted to The Cg Ko Within 10 Business Days. 3.4.2 Preliminary Inspection: The Contractor Shall Conduct A Preliminary disassembly And Inspection Of The Pump/pump Unit And Its Shipping Container in Accordance With Pump/pump Unit Oem Procedures, Specifications, References, and Standard Practices Addressed In Each Wi. A Condition Found Report (cfr) shall Be Submitted Within Three Days Of The Completion Of The Inspection pump/pump Unit Inducted For Overhaul. 3.4.3 Condition Found Report: The Cfr Shall Provide A Detailed Cost estimate And Lead Time For Any Additional Work And Replacement Parts That Are determined To Be Required Beyond The Scope Of This Specification And The standard Practice For Overhaul As Detailed In The Manufacturer's Technical manual. The Contractor Shall Provide The Pump Replacement Cost And Lead Time for Comparison To The Overhaul Cost. The Cg Ko Will Make The Determinations as To The Disposition Of Any Pump Delivered For Overhaul To Be Beyond economical Repair (ber). 3.4.4 Beyond Economical Repair: If The Pump Is Ber, The Government reserves The Right To Dispose Of The Pump/pump Unit. 3.5 Photo Documentation: The Contractor Shall Provide Digital Photo documentation To The Contracting Officer As Follows: a. During Initial Opening Of The Pump After Receipt, Including The Shipping container b. When Significant Findings That Will Affect Cost Of Repair/overhaul At Time they Are Discovered c. When Other Significant Or Unusual Findings Such As Failed Parts Or Damages are Discovered d. When The Pump Is Tested To Document Configuration e. When The Pump Is Prepared For Shipment To Document "as Shipped" configuration To Include Images Of The Preservation, Package And Marking (pp&m) f. The Photo Documentation Shall Be Color Digital And Shall Be Sent To The Cg ko And The Coast Guard Contracting Officer's Representative (cor) Via Email. 3.6 Status Report: The Contractor Shall Submit A Monthly Status Report On An excel Spreadsheet Via Email To The Cg Ko And The Cor. All Pumps Shall Be listed With The Current Repair Status. The Excel Spreadsheet Shall Contain the Following Column Headings. a. Delivery Order Number b. Work Item Number c. Part Number d. Serial Number e. National Stock Number (nsn) f. Date Pump Received g. Date Pump Detailed Cost Estimate Sent (section 3.3.2. Of This h. Date Material Ordered. i. Date Material Received. j. Date Of Quality Assurance Final Inspection k. Date Pump Shipped l. Comments/remarks 3.7 Quality Assurance: The Contractor Shall Maintain An Inspection System per American Society For Quality (asq) Q90001-2008 Which Shall Insure That each Item Offered To The Coast Guard For Acceptance Or Approval Conforms To the Contract Requirements. The Inspection System Shall Be Documented And available For Review By The Coast Guard. 3.8 Records: The Contractor Shall Maintain Records Of All Inspections And tests. The Records, At A Minimum, Shall Indicate The Nature And Number Of observations Made, The Number And Type Of Deficiencies Found, And The corrective Action Taken. 3.9 Calibration System: The Contractor, As Well As Any Sub-contractors, shall Be Required To Maintain A Measuring And Test Equipment Calibration program In Compliance With The National Conference Of Standards Laboratories (ncsl) Z540-3. The Program Shall Be Documented And Traceable To The National institute Of Standards (nist). 3.10 Responsibility For Inspection: The Contractor Shall Be Responsible For the Performance Of All Inspection Requirements Specified Herein. The contractor Shall Provide Space, Personnel, And Test Equipment To Conduct All required Inspections. All Inspection And Testing Shall Be Performed At The contractor's Plant Or At Other Facilities Acceptable To The Coast Guard. The coast Guard Reserves The Right To Verify Or Have Performed Any Of The inspections Or Tests That Are Deemed Necessary To Assure That Supplies And services Conform To The Prescribed Requirements. It Is The Coast Guard's intent For The Coast Guard Quality Assurance Representative (qar) To Have The discretion To Witness And Or Verify Inspections And Tests Of All Pumps overhauled By The Contractor. Any Inspection Scheduling Issues That May occur That Would Impede Progress May Only Be Waived By The Cg Ko. 3.11 Responsibility For Compliance: The Contractor Shall Meet The Provisions of Section 3 Of This Specification. The Inspections Set Forth In This specification Shall Become Part Of The Contractor's Overall Inspection System and Quality Program. The Absence Of Any Inspection Requirements In The specification Shall Not Relieve The Contractor Of The Responsibility Of assuring That All Products Or Supplies Submitted To The Government For acceptance Comply With All Requirements Of The Contract. Sampling For quality Conformance Does Not Authorize Submission Of Known Defective Material (either Indicated Or Actual) Nor Does It Commit The Government To Acceptance of Defective Material. 3.12 Quality 3.7 Quality Assurance: The Contractor Shall Maintain An Inspection System per American Society For Quality (asq) Q90001-2008 Which Shall Insure That each Item Offered To The Coast Guard For Acceptance Or Approval Conforms To the Contract Requirements. The Inspection System Shall Be Documented And available For Review By The Coast Guard. 3.8 Records: The Contractor Shall Maintain Records Of All Inspections And tests. The Records, At A Minimum, Shall Indicate The Nature And Number Of observations Made, The Number And Type Of Deficiencies Found, And The corrective Action Taken. 3.9 Calibration System: The Contractor, As Well As Any Sub-contractors, shall Be Required To Maintain A Measuring And Test Equipment Calibration program In Compliance With The National Conference Of Standards Laboratories (ncsl) Z540-3. The Program Shall Be Documented And Traceable To The National institute Of Standards (nist). 3.10 Responsibility For Inspection: The Contractor Shall Be Responsible For the Performance Of All Inspection Requirements Specified Herein. The contractor Shall Provide Space, Personnel, And Test Equipment To Conduct All required Inspections. All Inspection And Testing Shall Be Performed At The contractor's Plant Or At Other Facilities Acceptable To The Coast Guard. The coast Guard Reserves The Right To Verify Or Have Performed Any Of The inspections Or Tests That Are Deemed Necessary To Assure That Supplies And services Conform To The Prescribed Requirements. It Is The Coast Guard's intent For The Coast Guard Quality Assurance Representative (qar) To Have The discretion To Witness And Or Verify Inspections And Tests Of All Pumps overhauled By The Contractor. Any Inspection Scheduling Issues That May occur That Would Impede Progress May Only Be Waived By The Cg Ko. 3.11 Responsibility For Compliance: The Contractor Shall Meet The Provisions of Section 3 Of This Specification. The Inspections Set Forth In This specification Shall Become Part Of The Contractor's Overall Inspection System and Quality Program. The Absence Of Any Inspection Requirements In The specification Shall Not Relieve The Contractor Of The Responsibility Of assuring That All Products Or Supplies Submitted To The Government For acceptance Comply With All Requirements Of The Contract. Sampling For quality Conformance Does Not Authorize Submission Of Known Defective Material

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: B.3 Statement Of Work replacement And Testing Of Backflow Preventers objective the Purpose Of This Service Contract Is To Inspect, Test, And Repair Any Failed Backflow Preventers At Veterans Hospital At 10 North Greene St, Baltimore, Maryland, And Va Medical Center At 3901 The Alameda, Baltimore Md 21218 To Ensure Compliance With The Latest Plumbing And Safety Standards. Testing Must Be Conducted By A Certified Backflow Inspector, And All Repairs Or Replacements Must Meet Applicable Codes To Protect Potable Water Systems And Maintain Operational Safety. applicable Standards all Work Shall Adhere To The Latest Editions Of The Following: american Society Of Sanitary Engineering (asse) Standards, Including Asse 1013 And Asse 1024. uniform Plumbing Code (upc) Or International Plumbing Code (ipc) As Applicable. environmental Protection Agency (epa) Cross-connection Control Manual. manufacturer Specifications For All Backflow Preventers. hospital Infection Control Protocols, Including Infection Control Risk Assessment (icra) Guidelines. occupational Safety And Health Administration (osha) Standards. general-duty Valves For Plumbing Piping Https://www.cfm.va.gov/til/spec/220523.docx scope Of Work the Contractor Shall Provide Certified Personnel And Follow The Steps Outlined Below: pre-inspection Activities: review Existing Plumbing Schematics And Previous Inspection Records To Locate All Backflow Preventers. collaborate With Hospital Staff To Coordinate Inspection And Repair Schedules, Ensuring Minimal Disruption To Operations And Water Services. develop And Submit An Infection Control Risk Assessment (icra) Plan To Hospital Management For Approval. inspection And Testing: perform A Visual Inspection Of All Backflow Preventers To Assess General Condition, Installation Compliance, And Any Visible Damage Or Corrosion. before Testing Backflow Preventer, Shut Off The Water Supply To The Plumbing System. Notify Fes (facilities And Engineering) Poc Staff To Conduct A Proper Utility System Shutdown Where Applicable. certified Backflow Inspector(s) Shall Conduct Functional Testing On Each Device Using Calibrated And Approved Testing Equipment. verify Proper Pressure, Flow, And Valve Operation. document Test Results, Noting Any Failures Or Performance Issues. identify And Tag All Failed Backflow Preventers For Repair Or Replacement: provide A Detailed Quote For The Necessary Work To Bring Any Non-compliant Backflow Preventers Up To The Compliance. include A Breakdown Of Labor, Materials, And Any Other Costs Associated With The Repair Work. repair Or Replacement Of Failed Units: before Repair Or Replacement Backflow Preventer, Shut Off The Water Supply To The Plumbing System. Notify Fes (facilities And Engineering) Poc Staff To Conduct Utility System Shutdown Where Applicable. repair Failed Backflow Preventers Using Manufacturer-approved Repair Kits And Materials. if Repair Is Not Feasible, Replace The Failed Unit With A New Backflow Preventer Of Equivalent Or Superior Specifications. ensure All Installations Are Properly Secured, Leak-free, And In Compliance With Plumbing Codes. conduct A Post-repair Performance Test To Confirm Proper Operation And Compliance. post-repair Activities: restore All Work Areas To Their Original Condition Or Better, Including Any Necessary Patching Or Painting. remove And Dispose Of Old Or Defective Parts In Compliance With Local Environmental Regulations. prepare And Submit A Detailed Report Documenting The Following: test Results For All Inspected Devices. description Of Repairs Or Replacements Performed. certification Details Of The Inspector(s) certification Requirements all Testing Must Be Performed By A Certified Backflow Inspector With Current Credentials From An Approved Certifying Organization (e.g., Asse, Abpa, Or Similar). proof Of Certification For All Inspectors Involved In The Service Contract Must Be Provided To Hospital Management Prior To The Start Of Work. deliverables detailed Inspection Report With Test Results For Each Backflow Preventer. certification Documents For Inspectors Performing The Work. list Of Backflow Preventers Repaired Or Replaced, Including Specifications, Warranties, And Manufacturer Details. updated Listed Of: location function required installed type serial Number size schedule the Service Contract Shall Commence On Day Of Award And Be Completed By 60 Days. a Detailed Timeline, Including Milestones For Inspection, Testing, Repair, And Final Reporting, Shall Be Submitted Prior To Work Commencement. contractor Responsibilities provide Certified Personnel, Tools, And Materials Required For The Completion Of The Work. adhere To Hospital Policies, Infection Control Protocols, And Safety Guidelines. coordinate With Hospital Staff To Minimize Disruptions To Operations And Patient Care. submit Daily Progress Reports To The Hospital Project Manager. quality Assurance And Warranty provide A Warranty Of 1 Year For All Repairs, Replacements, And Associated Labor. All Work Shall Be Performed To The Highest Professional Standards And In Compliance With Applicable Codes. safety And Compliance ensure All Work Complies With Osha Standards And Hospital Safety Protocols. maintain Containment Measures To Protect Hospital Staff And Patients From Contaminants. report Any Incidents Or Hazards Immediately To Hospital Authorities. period Of Performance hours Of Operation 6:00 Am To 4:30pm. the Initial Term Of This Agreement Shall Commence After Contract Has Been Awarded Of 1 Year. The Agreement May Be Extended For Up To Four (4) Additional Years Periods Upon The Written Exercise Of An Option By Veterans Affairs Hospital Delivered To The Other Party At Least 30 Days Prior To The Expiration Of The Then-current Term. points Of Contact brandon Johnson (cor) Louis Hopson Vincent Butler 10 N. Greene St 3901 The Alameda 10 N.greene St baltimore Md 21201 Baltimore Md 21218 Baltimore Md 21201 mobile: 443-939-5568 410-605-7000x 5889 410-605-7000x 6044 brandon.johnson8@va.gov Louis.hopson@va.gov Vincent.butler2@va.gov invoicing And Payment each Invoice Shall Contain The Documentation Required By Ob10. The Invoices Shall Be Itemized To Contain The Equipment S Identifier. When Parts Are Furnished By The Government, They Shall Be Itemized On Contractor's Invoice At No-cost And Indicated As Government Furnished Parts. Contractor Will Forward Invoices To The Following Address, In Arrears Electronically To: vendor Electronic Invoice Submission Methods: Invoices Will Be Electronically Submitted To The Tungsten Website At Http://www.tungstennetwork.com/uk/en/ Tungsten Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten To The Va-fsc Should Mirror Your Current Submission Of Invoice, With The Following Items Required. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. For Additional Information, Please Contact: department Of Veterans Affairs Financial Service Center: Tungsten Support phone: 1-877-489-6135 website: http://www.tungsten-network.com/uk/en/ email: vafscched@va.gov loch Raven building/ location function required installed type missing 1 1 G19 main Domestic yes yes dual High Hazard 2 1 G19 main Domestic Secondary yes yes dual High Hazard 3 1 G19 pk Heating Hot Water yes yes single Check 4 1 G19 main Domestic (kitchen) yes yes single Check 5 1 G19 boiler Water Feed yes yes prv 6 i Exp main Domestic Water yes yes dual High Hazard 7 2 main Domestic yes no none 8 2 heating Hot Water yes no none 9 4 main Domestic yes no none 10 4 main Domestic 4" yes yes single Check 11 4 boiler Water Feed yes yes prv 12 4 heating Hot Water yes yes single Check 13 5 main Domestic yes yes single Check 14 5 heating Hot Water yes yes single Veck 15 6 main Domestic yes yes dual High Hazard 16 6 heating Hot Water yes yes prv 17 7 main Domestic yes yes dual High Hazard 18 14 main Domestic yes no none baltimore location function required install type missing 1 7d100 main Domestic yes yes reduced Pressure Zone (rpz) High Hazard 2 7d100e main Domestic Secondary yes yes rpz (high Harzard) 3 7d100e pk Heating Hot Water yes yes single Check 4 7d100e main Domestic (kitchen) yes yes rpz (high Harzard) 5 6d158 Service Bay boiler Water Feed yes yes rpz (high Harzard) 6 6c101 Service Bay main Domestic Water yes yes single Check (tested) Low Hazard 7 6b129 Service Bay main Domestic yes no single Check (tested) 8 6a133 Service Bay heating Hot Water yes no single Check/dual Check Harzard 9 5d130 Single Check main Domestic yes no single Check Harzard 10 5a127 Service Bay main Domestic 4" yes yes single Check/dual Check Harzard 11 5b182 Service Bay boiler Water Feed yes yes single Check/dual Check Harzard 12 5c114 Service Bay heating Hot Water yes yes single Check/dual Check Harzard 13 5d121 Cystoscopy 1/2 main Domestic yes yes rpz High Harzard 14 5d124 Instrument Decontamination heating Hot Water yes yes high Harzard 15 5d100b Scrub Area main Domestic yes yes rpz 16 5d101 Or's 8/7 heating Hot Water yes yes rpz 17 5d101b Or's 3/4 Steris main Domestic yes yes rpz 18 4d154 Service Bay main Domestic yes no dual Singles Checks 19 4c120 Service Bay unknown double Check/single Ck. 20 4b182 Service Bay unknown single Check 21 4a133 Service Bay unknown single Check 22 3a133 Service Bay unknown zurn Wilkins 3" Dual Check 23 3b182 Service Bay unknown zurn Wilkins 3" Dual Check 24 3c100 Service Bay unknown nibco 3" Single Check 25 3d119 Service Bay unknown nibco 3" Single Check 26 2d126 Service Bay unknown single Checks 27 2c124 Service Bay unknown single Checks 28 2b118 Service Bay unknown single/double Checks 29 2a114 Service Bay unknown single Check 30 1c100 Service Bay unknown single Checks 31 1b141 Service Bay unknown single Checks 32 bb137 Service Bay unknown single Checks 33 bb123 Animal Lab. unknown 34 bd116 Service Bays unknown single Checks 35 1pa102 Service Bay unknown dual Checks 36 1pa103 Balto. St. Side Domestic Main unknown 37 1pc103 Service Bay Domestic Water unknown dual Check 38 3c-101aâ  Washer unknown rpz 39 3c-101â  Washer unknown rpz 40 bb-131  washer unknown rpz 41 bb-123  sterilizer unknown rpz 42 bb-123  washer unknown rpz 43 bb-119  sterilizer (not In Use) unknown rpz 44 bb-119  sterilizer (not In Use) unknown rpz 45 bb-109  sterilizer (not In Use) unknown ppz 46 4c-125  water Meter (not In Use) unknown rpz 47 2b-119  oven unknown dcv 48 ba-115 Dialysis 5b-166 Room unknown dcv interested & Capable Responses:â  nco 5 Is Seeking Responses From Entities That Are Interested In This Procurement And Consider Themselves To Have The Resources, Capabilities, And Qualifications Necessary To Provide The Services Required For The Baltimore Va Medical Center. please Respond To This Rfi/sources Sought 36c24525q0217 With Your: business Name (including Unique Entity Id (sam.gov)â â  business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), Andâ â  person Of Contact (including Telephone Number & Email Address).â â â  capability Statement And Summary Of Previous Experience Providing These Types Of Services For The Veterans Health Administration Or Other Similar Facilities.â â  available Contract Vehicles (gsa Fss, Etc.) For Use By Department Of Va (include Applicable Naics)â  brief Summary Of Categories Of Services That Your Company Can/cannot Provide.â  certification(s) / Licenses For Meeting The Local Requirements To Provide These Services At The Dc Vamc (if Applicable)â  confirmation That Your Organization Has The Capability & Expertise To Meet The Performance Requirements While Complying With Applicable Limitations In Subcontracting By Responding To The Questions Below With Your Response:â â â  do You Intend To Self-perform This Effort?â  if You Are Located Outside The Immediate Area, How Will You Self-perform?â  or Do You Intend To Subcontract Work Under This Contract?â  if You Intend To Subcontract Work Under This Contract, How Will You Ensure Compliance With The Limitations On Subcontracting?â  â  response Instructions:â  responses Must Be Submitted By 10:00 Am (et) 1/10/2025. Responses To The Information Requested Above Must Be Submitted Via Email To John Ritter At John.ritter2@va.gov. this Request For Information/sources Sought Notice Is For Planning Purposes Only And Does Not Constitute A Solicitation, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.â  The Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Strategy (e.g., Sdvosb/sdvosb Set-aside, Small Business Set-aside, Full And Open Competition, Etc.).â  Va Assumes No Responsibility For Any Costs Incurred As A Result Of A Vendor S Attendance To The Site-visit Nor The Preparation Of Responses Submitted As A Result Of This Notice. john Ritter contracting Officer vha-nco 5 John.ritter2@va.gov
8791-8800 of 8826 archived Tenders